Loading...
HomeMy WebLinkAboutWWP273627 (6)r , 1 , , � 1 1 1 1 t 1 1 � ' � ' � , Award Date: �1�� v ¢' �0/3 Awarded to: UA�2 Y �i.�,e.�� Gv.�.smut7-ro.►l, ��. /¢83/ ZZ3�n 5i �S� � w/DNOM iS/�J I.✓i� �Z9LO Award Amount: ,(1 $Z� g7.��.�G �►r� � Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications Construction of: CONTRACT NUMBER CAG-13-178 � 4�-�t� C_' -% +� �( M isty Cove Lift Station Replacement PROJECT NO. WWP-27-3678 October 2013 City of Renton 1055 South Grady Way Renton, WA 98057 Project Manager, Renton: John Hobson (425j 430-7279 Engineer, RH2 Engineering: Mark Miller, P.E. (425) 951-5400 x 5372 � � .� �. . ---__ ___ _ _. p . . 7 � t, , � �-City of `,�,� �;� o �} `'"R► �J ' . .� � � �!,`,ro, CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Misty Cove Lift Station PROJECT NO. WWP-27-3627 *x,..�` ��'s �r` � ` f � i"� �, � ? ;y- , � �r.: � -.� }. ✓; � �. . BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ��bl� f�'t'r�, '�.� �.,, � � r r ��'�� ����t C�� �`�: �C:�:�`.1t t"'. September 2013 F��,�"`1 � t� r1 :� ��\fr �� ( 1\; r\ \J, y�" /' � � *; � `� J�.w /� � ' ib727 j � �ti �Oj� S�t�l r 1 t t: ti;�C,`. t.��, 9/26/13 (�J� 1t �•�_ Prepared by: RH2 Engineering, Inc. 300 Simon Street SE Suite 5 East Wenatchee, WA 98802 (509) 886-2900 (p) (509) 886-2313 ( fl 9/26/13 1 ' ' ' ' ' , ' ' ' ' ' ' 1 ' ' ' ' ._ � GARY IiARPER CONSTRUC'I'ION INC. 14831 223rd Street SE Snohomish, WA 98296-3989 (360) 863-1955 Fax (360) 863-1966 Contact List Misty Cove Lift Station Replacement Renton Project No. WWP-27-3678 Responsible Officer: Gary A. Harper, President 14831 223rd St SE Snohomish, WA 98296 Job Foreman: Andrew Evans 3604 Madrona St Bremerton, WA 98312 Bonding Agent: Steve Palmer Kibble & Prentice 601 Union St, Ste 1000 Seattle, WA 98101 Office Phone:. Cell Phone: Cell Phone Office Phone: (360) 863-1955 (425) 985-8798 (425) 877-5733 (206) 695-3102 ' ' ' ' 1 ' , , ' ' ' , , 1 ' ' , ' � Department of Labor and Industries %�- = �; ,Jr�-� � _ ;'�� •FF'-.. �� � ;-� GARI'�HARPER CONSTRUCTION INC PO Box 44450 t"�°� . A -� , Ol m ia WA 98504-4450 �%� � Y '�1�~ Y P � � � ;�_�, �'�_��-g�Reg.: C.0 GARYHCIOSSLF r r;-� ��' UBI•' 601 606` 620 `i �;�. S.� �" �° '�.� ;i? `'� �,,,, ��,� Regis"t.ered a pro�ided b Law as: �' Y � t �;. f t\ _�i a 1 r'� �'' + 1 �� ;: t � _ . � _ � ; Constiuction Contractor �.$ � ` � �' S ��, ..-A ;��'(CC01<�:ENER�AL GARY HARPER CONSTRLJ 'I' �� �'-� R �"����t .` � °� .� �� C ION INC .� /Effecti�e Dat 14831 223RD ST SE `Y�� �, �- • �''4� ;�Exp�rat"�t• on �D, SNOHOMISH WA 982963989�'.��' ��� � ` ` �, i � �;� � � • � �`° 1``'�,��c���. . '� �._!`,�,ti ��e?� ,�� ��� �. � � ` � � �..J. ♦}� �,. ���.,, � . � _��. ��, � � `'� � i ;. , ;% ��;;� .. i_ (- `": � �' _,,, - _ ; - - �;- ' 1995 1/2015 ' ��_ - - ,'_,-,;� , r� e:�,'�,���� �, ��� ���f�`;: - - � ...: �..` -:..,�- ;.� .a -� ...: '� .� _ �his license does not allow licensee to operate a permanent physical location in Renton. 1055 South Grady Way Renton, WA 98057 (425) 430-6851 Issued Date: License #: 11 /28/2012 BL.036360 ' � , , Amount Paid: $55.00 GARY HARPER CONSTRUCTION INC 14831 223RD ST SE SNOHOMISH, WA 98296 Demch License and Post at business location listed below. -------------------------------------------------------------------------------------- -- ' 1 i ' , ' ' , CITY OF RENTON 1055 5 Grady Way, Renton WA 98057 (425) 430-6985 ' Fax (425) 430-6983 licensing@rentonwa.gov BUSINESS LICENSE NON-TRANSFERABLE Annual - Out Of City � �icense #: Expiration Date: Business Name: GARY HARPER CONSTRUCTION INC NAICS CODE: 236220 BL.036360 01/31/2014 Business Location: r�..�---�--��`�=���--`��"y"'��_--.-__ �,Y���...1+" 14831 223RD ST SE � '`j''�� l�,lt�� Ot ,i��,_�-;. SNOHOMISH, WA 98296 -x'��`� �� � . � � � ''� r--.���,.� �. li �, `,,� 7 �� � .� �' i ,; :� � ,� � • i .�,�, _.....� :,,,�� � �-_ _ 11 v, 1 ��._._ .�a��.� �� � � � � � � � � � �.. --- . . /� t .�;. � ,-;' .,� � �.-2s �.�.�Cl� �_ � _.si , ��, e,,.�' Y.. _ _ . � '�_�� % j�� �� Mayor Administrative es Administrator .' ' This license does not allow licensee to operate a permanent physical location in Renton. , ' ' BY LAWS �_ 1 , OF GARY HARPER CONSTRUCTION, INC. ARTICLE I 1 OFFICERS l. Registered Office. The registered office of the ' corporation shall be as stated in the Articles of Incorporation or � � � ' � � as may be fixed from time to time by the Board of Directors. 2. Other Offices. The corporation may have other offices within or outside of the State of Washington at such places as the Board of Directors may fix from time to time or as the business of the corporation may require. ARTICLE II SHAREHOLDERS 1. Place of Meetings. All meetings of the shareholders shall be held at the registered office of the corporation or at such other places as shall be determined from time to time by the Board of Directors, and the place at which such meeting shall be held be ' stated in the notice of the meeting. , , , ' ' 2. Annual Meetings. The annual meeting of the shareholders for the election of directors and for the transaction of such other business as may properly come before the meeting shall be held in February of each year. If the annual meeting of the shareholders is not held as herein prescribed, the election of directors may be held at any meeting called pursuant to these Bylaws and the laws of BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 1 ' the State of Washington. At the annual meeting as follows: (a) Calling the meeting to order; (b) Proof of Notice of Meeting (or filing of waiver); (c) Reading of minutes of last annual meeting; (d) Reports of officers; (e) Reports of committees; (f) Election of directors; (g) Miscellaneous business. 3. Special Meetings. Special meetings of the shareholders may be called at any time by the President of the Board of Directors and shall be called by the Secretary at any time upon written request of any director or any shareholder or shareholders holding the aggregate one-tenth or the voting power of all shareholders. 4. Notice of Meetings. Notice of the time and place of the annual or any special meeting of shareholders shall be given by delivering or by mailing a written or printed notice of the same at least ten (10) days, and not more than fifty (50) days, prior to the meeting, with postage pre-paid, to each shareholder of record entitled to vote at such meeting and addressed to the shareholder's last known post office address appearing on the books of the corporation. In the case of a special meeting the notice shall state the purpose or purposes for which the meeting is called. Notice of any shareholders' meeting may be waived in writing by any shareholder at any time. 5. Fixing of Record Date. BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 2 The Board of Directors shall fix ' , �� in advance a date as the record date for any determination of Shareholders or any adjournment thereof, or shareholders entitled to receipt payment of any dividend, or in order to make the Board of Directors declaring the dividend or taking such other action is adopted, as the case may be, shall be the record date for such determination or shareholders. 6. Quorum and Voting. Except as otherwise provided by law or by the Articles of Incorporation: (a) A quorum at any annual or special meeting of the shareholders shall consist of persons representing shares entitled to a majority of the voting power of all shares of the corporation entitled to vote at such meeting. (b) If a quorum by not present at a properly called shareholder's meeting, the meeting may be adjourned by those present without new notice being given; provided, however, that any meeting at which directors are to be elected shall be adjourned only from day to day until such directors have been elected. - (c) The votes of a majority in interest of those present at any properly called meeting or adjourned meeting of shareholders at which a quorum, as in this paragraph defined, is present, shall be sufficient to transact business. , (d) The officer or agent having charge of the stock transfer books for shares of the corporation shall make a complete record of the shareholders entitled to vote at each meeting of shareholders or any adjournment thereof, arranged in , alphabetical order, with the address of and the number of shares held by each. Such record shall be produced and kept open at the time and place of the meeting and shall be subject 1 to the inspection of any shareholder during the whole time of the meeting for the purposes thereof. � � 1 ' (e) Unless the Articles of Incorporation deny or limit the right of cumulative voting, at each election for directors every shareholder entitled to vote at such elections shall have the right to vote the number of shares owned by him�her for as many persons as there are directors to be elected and for whose election he/she has a right to vote, or to cumulate his/her votes by giving one candidate as many votes as the number of such or by distributing such votes on the same BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 3 r principle among any number of such candidates. 7. Action Without a MeetinQ. Any action taken at a meeting of the shareholders, or any action which may be taken at a meeting of the shareholders, may be taken without a meeting, .if a consent in writing, setting forth the action so taken, shall be signed by all of the shareholders entitled to vote with respect to the subject matter thereof. ARTICLE III STOCK 1. Certificates. Certificates of stock shall be issued in numerical order, and each shareholder shall be entitled to a certificate signed by the President or a Vice-President and the Secretary or Assistant Secretary certifying to the number of shares which the certificate represents. 2. Transfers. Transfers of stock shall be made only upon the transfer books of the corporation kept at the office of the corporation, and, before a new certificate is issued, the old certificate shall be surrendered for cancellation. 3. Rights of Reqistered Shareholders. Registered shareholders only shall be entitled to be treated by the corporation the holders in fact of the stock standing in their respective names, and the corporation shall not be found to recognize any equitable or other claim to or interest in any share on the part of any other person, whether or not it shall have express or other notice thereof, except as expressly provided by the laws of the State of Washington. BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 4 � ' 4. Replacement of Certificates. In case of loss or destruction of any certificate of stock, another may be issued in �_J ' � its place upon proof of such loss or destruction and upon such terms and conditions as the Board of Directors may provide, which may include a corporate surety bond of indemnity. ARTICLE IV BOARD OF DIRECTORS ' 1. Powers, Number and Tenure. The management of all the affairs, property and interest of the corporation shall be vested ' in a Board of Directors consisting of one or more person, who shall 1 be elected for a term of one year and shall hold office until a successor is elected and qualified. Directors need not be ' shareholders. In addition to the powers and authority by these Bylaws and Articles of Incorporation expressly conferred upon it, ' the Board of Directors may exercise all such powers of the � , � ' r ' , � corporation and do all such lawful acts and things as are not by statue or by the Articles of Incorporation or by these Bylaws directed or required to be exercised or done by the shareholders. 2. Change in Number. The number of directors may at any time be increased or decreased by the Board of Directors who shall have the power to elect such additional directors to hold office until the next annual meeting of the shareholders and until their successors are elected and qualified. The change in number of directors shall not however diminish the terms of any elected director, whose term may be diminished only as provided by law and these Bylaws. BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 5 � 3. Vacancies. All vacancies in the Board of Directors, whether caused by resignation, death or otherwise, may be filed by the remaining director or a majority of the remaining directors, or by the shareholders at any regular or special meeting held prior to the filling of such vacancy by the Board of Directors as provided above. A director this elected to fill any vacancy shall hold office for the unexpired term of his/her predecessor and until his/her successor is elected and qualified. 4. Regular Meeting. The Board of Directors may by resolution adopt a schedule of regular meetings. Regular meetings of the Board of Directors may be held without notice at the registered office of the corporation or at such place or places as the Board of Directors may from time to time designate. 5. Special Meetings. Special meetings of the Board of Directors may be called at any time by the President or, in his/her absence, by any director, to be held at the registered office of the corporation or at such other place or places as the directors may from time to time designate. 6. Notice of Meetings. Written notice of all special meetings of the Board of Directors shall be given to each director not less than one ( 1) day in advance of the same by telegram or personal delivery, or if by mail, such notice shall be deposited in the United Stated Mail not less than three (3) days in advance. Notice of any meeting may be waived in writing by any director at any time. 7. Attendance at Meetincr. The attendance of a director at a BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 6 �� � , LJ � 1 � ' meeting shall constitute a waiver of notice of such meeting, except where a director attends a meeting for the express purpose of objecting to the transaction of any business because the meeting is not lawfully called or convened. Members of the Board of Directors may participate in a meeting by means of a conference telephone call, and participation by such means shall constitute presence in person at a meeting. 8. Quorum and Voting. A majority of the whole Board of Directors shall be necessary at all meetings to constitute a quorum for the transaction of business, but if less than such majority is present at a meeting, a majority of the directors present may adjourn the meeting from time to time without further ' notice. The act of the majority of the directors present at a meeting or adjourned meeting at which a quorum is present shall be , the act of the Board of Directors. ' ' � � � , � , 9. Chairperson of the Board. If the Board of Directors shall elect a Chairperson of the Board, he/she shall act as Chairperson of all meetings of the Board of Directors and shareholders, and except as may otherwise be provided by the Board of Directors, or the Chief Executive Officer of the corporation. 10. Action of Directors or Committee Without a Meetincr. Any action required to be taken at a meeting of the directors and any action which may be taken at a meeting of the directors or a committee ( if a committee is appointed pursuant to Section 11 of this Article), may be taken without a meeting if consent is given in writing, setting forth the action so to be taken, shall be BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 7 ' signed before such action by all of the directors, or by all of the members of the committee, as the case may be. 11. Executive Committee. The Board of Directors, by a resolution adopted by a majority of the full Board of Directors of the corporation, may designate from among its members an Executive Committee, or one or more committees, each of which, to the extent provided in such resolution, shall have and may exercise the authority of the Board of Directors, except as limited by law. The designation of any such committee and the delegation thereto of authority shall not relieve the Board of Directors, or any member thereof, of any responsibility imposed by law. 12. Removal. At a special meeting of the shareholders called for that purpose, the entire Board of Directors, or any lesser number, may be removed from office, with or without cause by a vote of the holders of the shares entitled to a majority of the voting power entitled to vote at an election of directors. If the Board of Directors, or any one or more directors, is so removed, new directors may be elected at this same meeting. Unless Articles of Incorporation deny or limited the right of cumulative voting, if less than the entire board is to be removed, no one or the directors may be removed if the votes case against his/her removal would be sufficient to elect him/her if then cumulatively voted at an election of the entire Board of Directors, or, if there be classes of directors, at an election of the class of directors of which he/she is a part. 13. Compensation. By resolution of the Board .of Directors BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 8 ,' ' the directors may be paid their expenses, if any, of attendance at each meeting of the Board of Directors, and may be paid a fixed sum tfor attendance at each meeting of the Board of Directors or a ' stated salary as director. No such payment shall preclude any director from serving the corporation in any other capacity and � ' ' ' ' ' ' , � , 1 receiving compensation therefor. 14. Presumption of Assent. A director who is present at a meeting of the Board of Directors at which action on any corporate matter is taken shall be presumed to have assented to the action taken unless his/her dissent shall be entered in the minutes of the meeting or unless he/she shall file his/her written dissent by registered mail to the secretary of the corporation immediately after the adjournment of the meeting. Such right to dissent shall not apply to a director who voted in favor of such action. ARTICLE V OFFICERS l. Election and Term of Office. The officers of the corporation shall be elected annually by the Board of Directors at the first meeting held after each annual meeting of the shareholders. If the election of officers shall not be helped at such meeting, such election shall be held as soon thereafter as conveniently may be. Each officer shall hold office until his/her death or until he/she shall resign or shall have been removed in the manner hereinafter provided. A vacancy in any office may be ' filled by any of the Board of Directors for the unexpired portion � 1 of the term. BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 9 , 2. Removal. Any officer or agent may be removed by the Board of Directors whenever in its judgment the best interest of the corporation will be served thereby, but such removal shall be without prejudice to the contract rights, if any, of the person so removed. 3. President. Subject to the provisions of paragraph 9 of Article IV regarding the Chairperson of the Board, the President shall be the Chief Executive Officer of the corporation and, subject to the control of the Board of Directors, shall in general supervise and control all of the business and affairs of the corporation. In the absence of the Chairperson of the Board, or if there be none, the President shall preside at all meetings of the Board of Directors and Shareholders. with the Secretary or any other proper officer of the corporation authorized by the Board of Directors, he/she may sign certificates for shares of the corporation, any deed, mortgages, bonds, contracts, or other instruments which the Board of Directors has authorized to be executed, except in cases where the signing and execution thereof shall be expressly delegated by the Board of Directors or by these Bylaws to some other officer or agent of the corporation or shall be required by law to be otherwise signed or executed. In general, he/she shall perform all duties incident to the office of President and such other duties as may be prescribed by resolution of the Board of Directors from time to time. 4. Vice-Presidents. In the absence of the President or in the event of his/her death, inability or failure to act. the Vice- BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 10 �� � � ' � � � , � ' � ' � ' � , , ' President shall perform the duties of the President. If there shall be more than one Vice-President, the Vice-President shall so act in order designated at the time of their election, or in the absence or any designation, then in order of their election. When so acting the Vice-President shall have all the powers of and be subject to such other duties as from time to time may be assigned to him/her by resolution of the Board of Directors. 5. Secretarv• The Secretary shall (a) keep the minutes of the shareholders' and Board of Directors' meetings in one or more books provided for that purpose; (b) see that all notices are duly given in accordance with the provisions of these Bylaws and as required by law; (c) be custodian of the corporate records and of the seal of the corporation and see that the seal of the corporation is affixed to all documents the execution of which on behalf of the corporation under its seal is duly authorized; (d) • (e) keep a register of the post office address of each shareholder, sign with the President, or a Vice-President, certificates for shares of the corporation, the issuance of which shall have been authorized by resolution of the Board of Directors; (f) have general charge of the stock transfer books of the corporation; and �q� in general perform all duties incident to the office of Secretary and such other duties as from time to time may be assigned to him/her by resolution of the Board of Directors. 6. Treasurer. If required by the Board of Directors, the Treasurer shall give a bond for the faithful discharge of his/her duties, in such sum and with such surety or sureties as the Board BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 11 , of Directors shall determine. He/she shall (a) have charge and custody of , and be responsible for, all funds and securities of the corporation; (b) receive and give receipts for moneys due and deposit all such moneys in the name of the corporation in the banks, trust companies and other depositories as shall be selected in accordance with the provisions of these Bylaws; and (d) in general perform all of the duties incident to the office of Treasurer and such other duties as from time to time may be assigned to him/her by resolution of the Board of Directors. 7. Assistance Secretaries and Assistance Treasurers. If required by the Board of Directors, The Assistant Treasurers shall respectively give bonds for the faithful discharge of their duties in such sums and with such sureties as the Board of Directors shall determine. The Assistant Secretaries and Assistant Treasurers in general shall perform such duties as shall be assigned to them by the Secretary or the Treasurer respectively, or the President or by resolution of the Board of Directors. 8. Salaries. The salaries of the officers shall be fixed from time to time by Board of Directors. No officer shall be prevented from receiving a salary be reason or the fact that he/she is also a directors of the corporation. ARTICLE VI CONTRACTS, LOANS, CHECKS, DEPOSITS 1. Contracts. The Board of Directors may authorize any office or officers, agent or agents, to enter into any contract or execute and deliver any instrument on behalf of the corporation, BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 12 ,' ' � , � � � and that authority may be general or confined to specific instances. A director or officer or the corporation shall not be disqualified by his/her office from dealing or contracting with the corporation whether as a vendor, purchaser, creditor, debtor, or otherwise. The fact that any director or officer, or any firm of which any director of the corporation is a shareholder, officer or director, is in any way interested in any transaction or contract wheel not make the transaction or contract void or voidable, or require the director or officer to account to the corporation for any profits therefrom, if the transaction or contract is or shall be ' authorized, ratified or approved by (a) the vote of a majority of a quorum of the Board of Directors excluding the interested 1 director; or (b) the written consent of the holders of the shares , , , �- ' � entitled to a majority of the voting power of the corporation. 2. Loans. No loans shall be contracted on behalf of the corporation and no� evidence of indebtedness shall be issued in its name unless authorized by a resolution of the Board of Directors. That authority may be general or confined to specific instances. No loans shall be made by the corporation to its officers or directors unless first approved by the voting power of the corporation. No loans shall be made by the corporation secured by its shares. 3. Checks, Drafts, Etc. Al1 checks, drafts, or other orders for the payment of money, notes or other evidence of indebtedness , issued in the name of the corporation shall be signed by the office , ' or officers, agent or agents of the corporation and in the manner BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 13 ' as shall from time to time be determined by resolution of the Board of Directors. 4. Deposits. All funds of the corporation not otherwise employed shall be deposited from time to time to the credit of the corporation in the banks, trust companies, or other deposito�ries as the Board of Directors may select. ARTICLE VII DIVIDENDS AND FINANCE 1. Declaration and Payment of Dividends. Dividends may be declared by the Board of Directors and paid out of the unreserved and unrestricted earned surplus,of the corporation, or out of the unreserved and unrestricted net earnings of the current fiscal year and the next preceding year taken as a single period, subject to the conditions and limitations imposed by the Articles. of Incorporation, these Bylaws and the laws of the State of Hlashington . 2. Permissible Reserves. Before making any distribution of profits, there may be set aside out of the net profits of the corporation such sum or sums as the directors from time to time in their absolute discretion deem expedient as a reserve fund to meet contingencies, or for equalizing dividends, or for maintaining any property of the corporation, or for any other purposes. Any profits of any year not distributed as dividends shall be deemed to have been thus set apart until otherwise disposed of by the Board of Directors. BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 14 ARTICLE VIII SEAL The Board of Directors may adopt a corporate seal which, if accepted, shall be circular in form and shall have inscribed thereon the name or the corporation and the state of incorporation, the year of incorporation and words "Corporate Seal". ARTICLE IX INDE�IFICATION OF DIRECTORS, OFFICERS, EMPLOYERS AND AGENTS 1. Reference to Statute. The provisions of this Article are made with reference to RCW Title 23B as presently enacted and as it may be amended from time to time (the "Statute"). The terms "Party" and "Proceeding" as used herein shall have the meanings defined in the Statute, if any. 2. Indemnification of Directors. To the full extent permitted by the Statute, and upon the terms and conditions therein set forth, the corporation shall indemnify and shall advance funds for the benefit of, any person who was or is a Party to any Proceeding, (whether brought by or in the right of the corporation or otherwise) by reason of the fact that he/she is or was a director of the corporation. 3. Indemnification of Officers, Employees and Agents. a) The corporation shall indemnify any person made a party to any proceeding ( other than a proceeding by or in the right of the corporation) by reason of the fact that he/she is or was an officer, agent or employee of the corporation, against judgment, penalties, fines, settlements and reasonable expenses actually incurred by him/her in connection with such proceeding if, in the case of ,a civil proceeding, he�she conducted himself/herself in good faith and reasonable believed BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 15 his/her conduct to be at least not opposed to the corporation's best interests, and, in case of a criminal proceeding, he�she had not reasonable cause to believe his/her conduct was unlawful. (b) The corporation shall indemnify any person or agent made Party to any proceeding by or in the right of the corporation by reason of the fact that he/she is or was an officer, employee, or agent of the corporation, against reasonable expenses actually incurred by him/her in good faith and reasonably believed his/her conduct to be a least not opposed to the best interest of the corporation. (c) The corporation shall advance funds for reasonable expenses incurred by any person referred to in item (a) or item (b) of this paragraph 3 in advance of the final disposition of the proceeding concerned if it shall be determined (as provided in the statute) that, based upon the then available information, such person would be entitled to indemnification by the corporation for such reasonable expenses upon final disposition of the proceeding. (d) Nothing contained in this paragraph 3 shall be deemed to entitled an officer, employee or agent of the corporation to indemnification or advance of funds if it be determined that the person seeking indemnification or advance of funds either: (i) improperly derived personal benefit from the activity with respect to which indemnification is sought; or (ii) acted negligently or engaged in willful misconduct with respect to such activity. 4. Further Indemnification. The indemnification provided by � this Article shall not be deemed exclusive or any other rights to which a person may be or become lawfully entitled. ARTICLE X AMENDMENTS These Bylaws may be altered, amended or repealed and new Bylaws may be adopted by the Board of Directors at a meeting called BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 16 ' � � , � � ! 1 I. � � � � , � ' � , � � ' ' ' for that purpose. Any Bylaw adopted or changed by the Board or Directors may be amended, repealed or altered by an affirmative vote or the shareholders at a meeting of shareholders following such action. The for,egoing Bylaws were adopted by the Board of Directors on the �� d y February, 1995. �� GARY A. RPER BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 1 � ACTIONS OF BOARD OF DIRECTORS OF GARY HARPER CONSTRUCTION, INC. IN LIEU OF ORGANIZATIONAL MEETING The following actions shall be deemed taken by the Board of Directors of GARY HARPER CONSTRUCTION, INC., (hereinafter the "Corporation;), upon the execution of this instrument, or counterpart thereof, by all of the Directors or the Corporation. All such counterparts shall construe a single instrument and comprise the actions taken by unanimous written consent of the initial directors in lieu of an organizational meeting. The following resolutions are hereby adopted: Reso�ution Number 1 RESOLVED, that the form of Bylaws attached hereto is adopted as the Bylaws of the Corporation; Resolution Number 2 RESOLVED, that the following individuals are hereby elected officers of the Corporation, to serve until the first annual meeting of the Corporation's Board of Directors or until their respective successors are elected and qualified: President Gary A. Harper Vice-President Gary A. Harper Secretary. Gary A. Harper Treasurer Gary A. Harper Resolution Number 3 RESOLVED, that all actions of the Incorporator of every nature heretofore taken for the organization of the corporation are in all respects approved, ratified and confirmed; Resolution Number 4 RESOLVED, that the form of stock certificate attached hereto is adopted as the form of certificate for capital stock of the Corporation to represent fully paid and non-assessable shares of the Common Stock of the Corporation $1.00 per value; Resolution Number 5 RESOLVED, that the subscription attached hereto of Gary A. Harper - 1 - !� 1 � � � � � � � i � , �� � � � � � for 500 shares of the capital stock of the Corporation accepted upon receipt of the consideration so subscribed, the officers evidencing the shares so subscribed; Resolution Number 6 RESOLVED, that the President and the Secretary or the Treasurer of the Corporation, are hereby authorized to execute on behalf of the Corporation any and all forms of bank resolutions dealing with corporate banking matters including the establishing and maintaining of corporate bank accounts, which in their judgment from time to time may be required for the proper fiscal management of the corporation, including the designation thereon of such authorized signatures of corporate officers as may to them seem appropriate. The said officers may execute such banking resolution or resolutions as if authorized to do so by a specific resolution of the Board of Directors adopted on the date this resolution was adopted by the Board; Resolution Number 7 RESOLVED, that the appropriate officers of the Corporation shall file with the Secretary of the State of Washington the Corporation's annual report as required by law; Reso'ution Number 8 RESOLVED, that the Treasurer of the Corporation is authorized to pay all charges and expenses incident to or arising out of the organization of the Corporation and reimburse any person who has made any disbursement therefore; Resolution Number 9 RESOLVED, that the Secretary of this Corporation be and hereby is authorized and directed to procure all corporate books, books of account and stock books required by the statutes of the State of Washington or necessary or appropriate in connection with the business or this Corporation; Resolution Number 10 RESOLVED, that the appropriate officers of the Corporation has and hereby are authorized to take all such further action and to execute and deliver all such further instruments and documents, in the name and on behalf of the Corporation and under its corporate seal or otherwise, and such officers are authorized to pay such expenses as in their judgment shall be necessary proper or advisable in order to fully carry out the intent and accomplish the purpose of the resolutions heretofore adopted by this action in writing and each of them. - 2 - ' � The undersigned, constituting all of the directors of the ' Corporation, do hereby consent to the foregoing actions of the � Board of Directors of the Corporation to be effective February �, 1995. � � �.,.��` / .�- i//./� / �• /�� �-• � :��• � � ' , � � ' ,� ' � � � - 3 - � ' , � � cTy of � ���0� '�<:;_.� u� . Misty Cove Lift Station Replacement W W P-27-3627 CONTRACT DOCUMENT TABLE OF CONTENTS � Summary of Fair Practices Policy Summary of Americans with Disability Act Policy � Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal & Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Proposal Bid Bond Form � *Schedule of Prices ❖Bond to the City of Renton , ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement (Contracts other than Federal - Aid FHWA) Prevailing Minimum Hourly Wage Rates Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions � Technical Provisions Engineering Geology Report Standard Plans � Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must � be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid � ❖ Submit at Notice of Award � , CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 ' � L_i i , � , , ' S l�J CITY OF REN70N SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. �+085 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens, All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment: (3) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. � Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. ' � � � � , � CONCURRED IN by the City Council of the City of Renton, Washington, this7th day of March ,Zpll, CITY 0 RENTON i��'G`r �� Denis Law, Mayor RENTON CITY COUNCIL G u�-�e, uncil Pr sident Attest: ;�'2�v�:., �,..� %�a_°Jr�'�'�� Bonnie I. Walton, City Clerk , CITY OF RENTON SlINf1tL4 RY OT AMERICAN.S WITH DIS�iBILI77ES.4GT POLICY ADOPTED BY RESOL ZT170N NO. 3007 The poiicy of the City of Renton is to promote and af£ord equal treaUuent and service to all citizens and to assure employment opportw�ity to persons Krith disabilities, when the City of Renton can reasonably accommodate the disabilit}�. T1us policy shall be Uased on the principles of equal. employment apportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and locallaws. .All departmetrts of the City of Renton shall adhere to the follo�ving guidelines: (1) EMPLOYMENT PRACTICES - All actavities relating to employment such as recruifinent, selectioq promotion, termination and training sha11 be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performancc, staffing requirements, and in accordaiice with the Americans With Disabilities Act and other applicable laws and regulations. {2) COOPERATION WITH HUMAN WGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunit�� for persons with disabilities in employment and receipt of City senrices, activities and programs. (3) AMERICANS Vb'ITf-I DISAIiILITI�S ACT POLICY - The City of Renton Americans � With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work forec and to assurc cquat employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall , be the responsibility and the duty of all City oi6cials and employees to cazry• out 1he policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLTGATION - Coutractors, subcontractors, consultants and ' suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act a�id promote access to seryices, activities and programs for people �i�ith disabilities. � � � � � ' Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, includ'uig bid calls, and shall be prominendy displaye�l in a}�propriate City facilities. - C�NCURRED W by the City Councid of the City uf Renton, Washington, ihis 4th day of October 1993. CI'TY �F RENTON , t , :,, Mayor , �. , � , : _ ,� Attest: % / � i '� � 1 � City Clerk (v, RENTON CTTY COUNCIL: 9 � � .,- �� -� �� � :� :.�> .ri :<,,; i'�� - .L�--= Council President `` � ! , � � � � ' CITY OF RENTON Misty Cove Lift Station Replacement WWP-27-3627 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The construction of the Misty Cove Lift Station Replacement, including below-grade wet well, valve vault, meter manhole, approximately 313 linear feet of 6" gravity sewer and 35 linear feet of 8" gravity sewer both installed utilizing trenchless technology, approximately 174 linear feet of 4" ductile iron force main, above-grade CMU motor control building, and abandonment of the existing lift station. The Work also consists of pavement rehabilitation, electrical conduit extension and service modifications. A total of 120 working days will be allowed for the completion of this project. , Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document, in addition to all applicable permits obtained for the project. � � � CJ � L� � �� � �� 1 � , ` �� r ,�' .;x sr : �.:.'� � � i� ,, i . � ' � � , ! � �} I � F F � 1 � ( N � i yN �' z` v r}• " x; X I � �� , . . � . I �i Y: h i � � � . �. �, Z �.. '�/ ' � x' S�. . � � � , F ? t � � � � � . i � y2 iY •� # � s: , � •��. - � � . ' .. i< � ;PROJECT � � _ s° LOCATION ^ � ' ` .� 5027' : ,�� � �. � ; . _,:.. Z , ,' ,� . . . �.; : ' ... j.s . ; ',;-RIPLEY°LANE I' '� - _ � �``( z� . \�, � .{� �� .�� > ��;� ��� � r � Seahawk '� � , � � � ��Facility , �i`� � �., ` . ' ` / !� ' . �, .i�' � � � � r�'��/ . � Q ,,�. 1 i� ' , �� r i ' /'�� / . � k4 I � � j %i . � � �� , , J /` , E 7— � � �, �„I � �� �� i t�� // _l �,'— ` .. ,�;l. ` . ., � �J. � 1 f i . r r 5.,� y.��,� ��� � � �� ;ai � 1.; ll1ti� l � �a �, �i���Y �C�;`,� /�' �.� ' j � f \y � . . � �� ����/ �i �� . , . �C � � r . i _ r'� ��` ?� �i > > �_� � i � � �' `_..l , � � � � �; ��, fi,, , . � � ; �� ;�� ��� � � i . , . v , >. : �, . .—; �,�_= , . � , � , ,� ; ., , . . .... ,� �_ ...,. . __ _, _ � '� �� � � �': r �r;. ,� � '' � I� �. . � r�;> . �....; c �. L. ± �r !...� ��;,,.. : �- ' ,' -; � : � ; i.� I� � +r _ J� ? , , � � � �� ; ; � ;, i �,� � �- � �. Y i. �� •i _� , ; � ,;; _ _. — �, _ __ !i �__ i. ; -: ;......___....:......_� . j �- .._� i l � ; - .i -� �_. � -', '.u/�% �I �- .. , � � ,� , �, � _ ' � .�_ ., tr.: . .. I 5�t��? �.. ,�„� i :, . � � �"� . e a: r� ` s I , '—a u � __ � �.�.j 1.�...... . ` /.. � .{ � '2'� 't,� � ; : r�� �'s': _.� � �s :�t . eL i i � _� .�. . 1 � � r-.l P ,., . . r} , . ... , �.c 1. .. , . , � �lIT1 � � ; :. , �. � , � ....... — � / � �� �� � s � +, r 5 r I ���I �� � , . ,> ti � .1 A L� � w,; � $ , :.� � � ' � . ...� � � - 3' i i : } � s , � F�.... . .. � � tz .� � e -� '. � �c � � tis �2t� > +�`.`.4�_� ., . � .. . �-�h y ��� � '� ' 1 n v � '.a { v:,� � > � s ,� �� ,�f: ^' �z . �� � , a��''� ... .. . � Misty Cove Lift Station Replacement Vicinity Map � � INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. � � At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the � attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. �� No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to � be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. � � � 1 � � � , � 4. Plans may be examined at the Public Works Department Office. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. Q 7 The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than S% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's � compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". � 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. � � 1 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and. potentially exposing City of Renton Employees. ' CJ � � 16. Basis For Approval 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage". The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems � As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, , Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. � � � , � 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of � environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in , performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. � � � 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1 i� � 1. WSDOT/APWA "2010 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." , � � � I� � ILJ A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. An Engineering Geology Report has been performed for this project and is contained in this document. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ' ❑ Has the proposal been signed? � ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required) , ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ,� � I�� I� I� ❑ Have you submitted the Dept. of Labor & Industries Certificate of Registration form? ��I � � � L� � LJ � CAG-13-178 CITY 4F RENT�tV ��1_1���iI:Z:�I��� Misty Cove Lift Station Replacement WWP-27-3627 Sealed bids will be received until 2:30 p.m. Tuesday, October 22, 2Q13 at the City C(erk's office, 7th floor and will be opened and publicly read in Canference Room 511 on the S`h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057 for the Misty Cove Lift Station Replacement Praject. The work to be perfarmed within 120 working days from the Notice to Proceed Date under this contract shall include, but not be limited to: The canstruction of the Misty Cove Lift Station Replacement, including belaw-grade wet well, valve vault, meter manhole, approximately 313 linear feet of 6" gravity sewer and 35 linear feet of 8" gravity sewer both installed utilizing trenchless technology, approximately 174 linear feet of 4" ductile iron force main, above-grade CMU motor-control building, and abandanment of the existing lift station. The work also consists of pavement rehabilitation, electrical conduit extension and service modifications. Any contrattor cannected with this project shall comply with ail Federal, State, County, and City � codes and regulations applicable to such wark and perform the work in accordance with the plans and specifications of this contract document. LJ �� � � � � :J � � The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available October 1, 2013. Plans, specifications, addenda, and the plan halders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton", "Project's Bidding". {Note: Bidders are encouraged to "Register as a Bidder," in order to receive autamatic email notification of future addenda and to be placed on the "Bidders List.") If a bidder has any questions regarding the project, please contact the Praject Manager, lahn Hobson, at 1QS5 South Grady Way, Renton, WA 98057 or (425) 43Q-7279. A certified chetk or bid bond in the amount of five percent (S%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discriminatian, and Americans with Disabiiity Act Policies shall apply. K� � L,{.../GZ.�.��.� Sonnie I. Walton, City Clerk Published: Daify Jaurnal af Commerce Daily lourna! of Commerce Daily lourna{ of Commerce October l, 2Q13 October 8, 2013 Octaber 25, 2013 � , ' � � � � � � � � � � �• ' � � � � p��,�,-,�� ���'� �� ��� { Misty Cove Lift Station Replacement W W P-27-3627 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the schedule of prices. The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. �\►1�7 � Page 12 Proposal and Combined Affidavit and Certificate Form Prnvirlori tn Rnilrioro �vrhonnc nf 1ftlG Inr Gnr ��<ono (`nnr�i�i..nc Anrccmnnh c-ce ..n.n.. h�n.�-� ......, A 1..�.,..� V...�F.. C.�r.l.. , , , ' , MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIIVIUM WAGE AFFIDAVIT , G � , i ' � ' ' ' � ' L� I[J � �� � Name of Bidder's Firm J. / , ,/ � �,/ Signature of Authorized Representative of Bidder*: �' � J/ / Printed Name: ��/�,�,� �'1, l�./tr,�.C�� Title: ���L���� Address: I�l�J I �r��C�( ���� c�'//��(7%�%`� u��lf��� Contact Name (please print): ���� < < , Phone: �/�� p�J��/�S.i� Email: l/' Q/i' ��if%_ �..Q�% *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If business is a CORPORATION, please complete this section: Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of C �� � iZ�% .T' S��''��- ���� � With Main Office in State of Washington at /�8_j/ �,��,G�c�� ,j�, ��t%�i�j�� tv�'t �� !f business is a PARTNERSHIP or LIMITED LIAB/LITY COMPANY, please complete this section: Name: Titfe (Partner, Member, Manager): � Proposal & Affidavit/Certificafe Page 2 of 4 i Iage 13 Minimum Wage Affidavit Form �rovided tn RuildarS Fxr.hanna �f 1/�/A In� Fnr ncana ('nnrlitinne Af1fPPMPt�Y GPP \AMA�/ hv�ni� rtnm _ Al�e�ovc \/erifv Cr�lc ii li (' , ,i` I' STATE OF WASHINGTON ) : ss County of ) INDIVIDUAL FORM On this day of _ before me personally appeared _ to me known to be the individual(s escribed in and who executed the foregoing instrument, and acknowledged under oath that _(he/she/they) signed and sealed the same as (his, h their) free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and (SEAL) STATE OF WASHINGTON Notary P lic in and for the State of Washington, esiding at Print Name: � , I� ,, � ' (, 1 I� 'i ` : ss County of�7i6/l07�7 � ) last above written. My commission expires: CORPORATION FORM ' �b13 On this �� day of (/��i • before me personally appeared GCP/l2 �. � to me known to be the � �'( �Z�� (President, Secretary, Treasurer) of he corporation that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that _�_ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SE`��`���SALq����� � � /' �� 2 ' �'� •" '9 ��i otary Publi in and or t State of / �;'��SS\�N•�p�9F�;.Q �� Washington, residin at,�i?��(%��/� `U� �f�O . .� � - Y.o N�Sp,R`l : Z : Print Name: � /��o �� . � : p�g�\C ; a — � J' '••. ,� : •' C� : Y P —�--L—� — ,� �',y •. _, 03 0� :,. �\�`,. M commission ex ires: 3 O/ �''. �F OF W PS �.�. ����� Proposal & Affidavit/Certificafe Page 3 of 4 I� Page 14 � Pmvida� tn Ruilrlarc Fvr.hanna nf V1/A Inc Fnr i ieana (`nnrli+inne Gnrocmcnt ecn �nnnnni hv�nro rnm _ Ahs�ovc \/ar�fii C.�olc ' � PARTNERSHIP FORM ' � STATE OF WASHINGTON ) : ss � County of On this _ day of before me personally appeared __ ___ � to me known to be a neral Partner of the partnership known as that exec ed the foregoing instrument, and acknowledged said instrument to be the free and voluntary ct and deed of said partnership, for the uses and I' purposes therein mentioned, and on oath st ed that (he/she/they) are authorized to execute said instrument. � GIVEN under my hand and official seal the day and ar last above written. (SEAL) �, Notary ublic in and forthe State of Washingt n, residing at Print Name: , My commission expires: _ _ , � LIMITED LIABILITY COMPANY (LLC) FORM ISTATE OF WASHINGTON ) , : ss County of ) , On this day of , 20 , before me personally appeared to me known to be a naging Member of the Limited Liability Company known as _ � and that he/she/they executed the � foregoing instrument, and acknowledged said instrument be the free and voluntary act and deed of said Limited Liability Company, for the uses and pu oses therein mentioned, and on ' oath stated that (he/she/they) are authorized to ex cute said instrument. IGIVEN under my hand and official seal the day and year last above written. , (SEAL) _ Notary Public in an for the State of � Washington, residin at ' Print Name: I My commission expires: __ ; , Proposal & A�davit/Certificate Page 4 oj 4 � I age 15 � ProvidPd to Ruilclars Fxchanna nf V�/A Inrt Fnr iieana ('nnrliiinnc Anroomcn4 eco �nnnnei L.v�nio nnm _ Al�.���io \/or�fv C��1., Department of Labor and Industries Certificate of Registration Namc on Rcgistration: _ L�� _��./!'� �l�����/dl� �/�f �� Rcgistration Number: ��J� �l �C�.SS� __ Expiration Date: ���V �� ���� --- -- i N�te: A c�py �f the certificate �vill be requested as rart �f contr�ct cxecution ���hcn �iroject is aw,�rded. � Page 16 Department of Labor and Industries Certificate of Registration Prnvirier! in Ruilr�erc Fvrhonne nf 1AlA In� Cnr i�e�a�.n (`.+.+.li4i....o A..r....�....� �......�.... 1......�+ .�...+. nl,.,.,�i.- �l...iF,. C..-.i.. � II �_. � ' ' BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ 5%- ------- __ which amount is not less than five percent of the total bid. Gary Harper Construction, Inc. Know All Men by These Presents: By: Signature i That we, Gar Har er Construction, Inc. as Principal, and Developers Surety an n emnityas Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of �ve percenbic�5a�ou°ntthe total 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. , � , � � � � , , � II L. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Misty Cove Lift Station Re lacemen Prn3r rt Nn wwp-��-�tiS�� accorc�ing to the terms of the proposal or bid made by the Principal therefore, 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 to do so, 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 shail 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. SIGNED, SEALED AND DATED THIS 18th Received return of deposit in the sum of $ DAY OFOCtober , 2013 Gary Harpe ,s �� Inc. B � '•� �% l Principaf Developers Surety and Indemnity Company By� ��1��W�G�, k�vJ�.c�-��� Surety Roxana Palacios,Attorney-in-Fact �Page 17 Bid Bond Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see NnNw.bxwa.com - Always Verify Scale , II � � J � � � I 1 � � , � � � � �� � � � � POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make: constitute and appoint: "`Steven W. Palmer, Holly E. Ulfers, Mary A. Dobbs, Heather Allen, Angela D. Tonnon, Roxana Palacios, Nancy N. Hill, jointly or severally`*` as their true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behal( of said corporations, as sureties, bonds, undertakings and conlracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratifed and confirmed This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board; the President, Executive Vice�President, Senior Vice-President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, quali(ying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts o( suretyship; and lhat the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, ihat the signaiures of such officers may be affixed to any such Power of Attomey or to any certificate relating ihereto by facsimile, and any such Power of Attomey or certifcate bearing such facsimile signatures shall be valid and binding upon the corporations when so affxed and in ihe future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by (heir respective officers and attested by their respective Secretary or Assistant Secretary this November 16, 2012. \ ' i� / gY GI�l� Q�l _ ,•�.�.�,�ANp",...,, . Daniel Young, SeniorVice-President � � J��' P OR �"NOF - (� ° �' � °� 4l �'-•''2': �C, F'.�; �" � OCT. �; <'_ 3W� 10 By � -- ;o ':, 1 9 3 6 ;`3 e o_ regg N. 0 ic�President :, �., , a, :,7�0...�0 W P,,.�*a'd ,: State of California �1' County of Orange ��� nry y /\ —G�C„ ..,T9�\ O z OCT.S w 1967 On November 16 2012 before me, _.__—_ __ __ Antonio Alvarado Notary Public ________ Date Here Insert Name and Title of ihe Officer personally appeared Daniel Young and Greqq N. Okura _ Name(s) of Signer(s) who proved to me on ihe basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshe/they executed the same in hislherltheir authorized � ANTONIO AIVARADO capacity(ies), and that by his/hedtheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. COMM. �i 1880643 � �T� P�B� ����' S I certify under PENALTY OF PERJURY under the laws of the State of Californla :h�! ihe forfrniny paragraph is ORAN(iE COUNT`f true and correct. � �I AAy corttm. e�ires Aug. 8, 2013 Ic ^'�'� WITNESS my hand and official seal. Place Notary Seal Above Signature �� __ Antonio Alvarado, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of lhe respective Boards of Directors of said corporations sei forth in Ihe Power of Atlomey are in force as of the date of ihis Certificaie. This Certifcale is executed in the City of Irvine, Califomia, this �$th day of October , 2013 ii�%pj� �'—� By: � Mark J. Lansdon, Assistant Secretary ID-1380(Rev.11/12) � i . �i CITY OF RENTON PUBLIC WORKS DEPARTMENT � MISTY COVE UFT STATION REPLACEMENT 'i I TOTAL BID PRICE (NOT INCLUDING ALTERNATE BID ITEMS) WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER , (Note: The bid price shali be stated in figures only, in terms o( the units indicated and as to a total amount. In the event of errors or where conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. i ITE APPROX. ITEM UNIT PRICE AMOUNT INO. G�UANTITY Dollars Cents. Dollars Cents. 1 1 Mobilization, Demobilization. Site $ r'v � � �l,S"lo. �' a c $ C/`.S' /Ud _.. Lump Sum Preparation & Clean-up per Lump�um � 2 1 Temporary Erosion and Sedimentation $ �'7Qp r~'� $ �-��� ��' Lump Sum Control per Lump Sum I3 1 Traffic Control $ �� �"�' ` l �c� o _ $ c� � oa Lump Sum per Lump Sum I( 4 1 Temporary Bypass Pumping System $ � y�9C1 �C' $ �c�/ �� �'�' ' Lump Sum per Lump um � 5 1 Site Work and Utilities $ 7� ��'r� $ �p u� Lump Sum per Lump um � � 6 1 Trenchless Gravity Sewer $ � $ ` �j �_ .�.. L7..�L7C n C) !� ,..�� e' r_7 ' Lump Sum per Lump um 1 7 50 Unscheduled Excavation $ �� a�' $ ��rST ��' � Cubic Yard per Cubic Yard 8 50 Unscheduled Structural Backfill $ �� ,�' � $ ���� �'v , Cubic Yard per Cubic Yard I9 1 Trench Safety and Shoring $ �� c-J, SiQ� �� $ � y yo�, ��° � Lump Sum per Lump Su �� 10 1 Dewatering $ ��f �C� �� $ tl�-� Lum Sum �� 1oG �. I p per Lump S m I 11 70 Asphalt Pavement $ �33 �0 $ ��,�. ���� ��/ Ton per Ton � 12 1 Existing Lift Station Conversion $ ��. Zpp r'v $ �,j �7p �'� Lump Sum per Lump m � . ge 18 Total Bid Price � vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.buwa.com - Always Verify Scale I I� , � � i� i � � , j I� 1 I� I� � I� � CITY OF RENTON PUBLIC WORKS DEPARTMENT MISTY COVE LIFT STATION REPLACEMENT TOTAL BID PRICE (NOT INCLUDING ALTERNATE BID ITEMS) WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER (Note: The bid price shall be stated in tigures only, in terms of ihe units indicated and as to a total amount. In the event of errors or where conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITE APPROX. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars Cents. Dollars Cents. 13 1 Lift Station Structural $ _� -�"/_ �'�"ei $ 3� .Sc�e �' � Lump Sum per Lump um 14 1 Electrical Building Structural $ �� ��(/� �U $ ��, (���C/- �V Lump Sum per Lump Sum � 15 1 Misty Cove Lift Station Pumps and Motors $ �%. �pp aC� $ 3% ���p �'`'' Lump Sum per L� 16 1 Devil's Elbow Lift Station Pump and Motor $ p�, y_��i%. Uf/ $ r� /, ���. J" Lump Sum per Lump Sum 17 1 Mechanical $ ,�, ���; ��' $ ,��%���., v �� Lump Sum per Lump um �� 18 1 Electrical $ �� �j�• � $ �� ,��� �/ v Lump Sum per Lump Sum � 7�� ��� � d�� � � 19 1 Finishes � Lump Sum per Lum Sum 20 1 O&M Manuals and On-site Owner Training $2.500.00 $2,500.00 Lump Sum per Lump Sum 21 1 Construction Records $5.000.00 $5,000.00 Lump Sum per Lump Sum Subtotal $ �% �r, �rJwV. �� , 9.5% Sales Tax $ �j �, � % %. 7l/ Total Bid Price $ 2So?d, �%% i 7� The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid items set forth in the bid forms to be considered responsive for award. The Total Bid Price, as indicated on the Schedule of Prices, will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The intent is to award to only one BIDDER. , �ge 19 , ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale I�i �j� BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Gary Harper Construction, Inc . Bond no. 338670P Ias principal, and Developers Surety and Indemnity Company �� corporation organized and existing under the laws of the State of Iowa as a I surety corpo'ration, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with munitipal corporations, as surety are �ointly and severally held and firmly � bound to the City of Renton in the penal sum of $820 , 877 . 70-- for the payment of which sum on �� demand �ve bind ourselves and our successors, heirs, administrators or person representatives, as the � case may be. � �, This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton, Dated at Seattle , Washington, this day of November , 2013. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Pubiic Works Construction Contract CAG-13-178 providing for construction of Mistv Cove Lift Station Replacement {project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; i� NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all � persons who shall supply said principal or subcontractors with provisions and supplies for the carrying � on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any � subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract � or from defects appearing or developing in the material or workmanship provided or perforrned under � the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. � Gary Harper Construction, tnc. Principal /� 1 BY ' �� � , � Signature � Gary Harper, President Title � Developers Surety and Indemnity Company Surety BY � ) u i� ,�� C� ��� c_� � � --_- Signature Roxana Palacios, Attorney-in-Fact Title It 1 � RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bontl, undertaking or contract of suretyship to which it is attached. KNOW ALL BY THESE PRESENTS thal except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and IND[PnNITY COMPANY OF CALIFORNIA, do each ' hereby make, constitute and appoint: "'Steven W. Palmer, Holly E. Ulfers, Mary A. Dobbs, Heather Allen, Angela D. Tonnon, Roxana Palacios, Nancy N. Hill, jointly or severally"` � as their true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for antl on behalf of said corporations, as sureties, bonds, untlertakings and contracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby ratifed and confrmed. � This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January lst. 2008. � RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vic�President, Senior Vice-President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; � � 1 1 j � � � � � � � � IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by Illelf fP.S�P.(:fIVP. (7fff.P.fS Af1fI r�ffP.SfP.fI I1y iI1P.lf fP.S(IP.f.YIVP. SP.f.fP.rafy Of ASSIS�8f1I S2Cf0�8fY �I11S M2Y 23, 20� 3. \ I gy Gl�l� Ozl .,��:;,�ANO�;No,, MPANyO DanielYoung,SeniorVice-President � ;=yJP`QEtPORqr�F��% � �PP�Rq�� ` = W =� OCT. : <? z = OCT. 5 � �' 10 BY regg N. 0 , ice-President ;�j�:, 1 9 3 6 ': �a : p2 � 1967 \P $ �;,��,••. iowa :��,a : i '9(/F(,t�� a State of California County of Orange On May 23, 2013 Date personally appeared ___ POWER OF ATTORNEY FOR DEVELOPERS SURETYAND INDEMNITYCOMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725. IRVINE, CA 92623 (949) 263-3300 � �,,.. �. *.� ...,* * before me, Gina L. Garner Notary Public Here Insert Name and Title of the Offcer Daniel Young and Gre9q N. Okura Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribetl to the within instrument and acknowledged to me that he/shelthey executed the same in his/her/their authorized � — � � capacity(ies), and that by his/hedtheir signature(s) on the instrument the person(s), or the entity upon behalf of .., GINA L. GARNER � which the person(s) acted, executed the instrument. c� .�.r� COMM. � 2021213 �"•� S• ' NOTARY PUBLIC CALIFQRNW � I certify under PENALTY OF PERJURY under the laws of lhe State of California that the foregoing paragraph is � ��,y ORANGE COUPfTY s true and correct. " My a�mm. e�iras May 18, 2017 IC ��^`�C�� . WITNESS my hand and offcial seal. �� , �� � /� � Place Notary Seal Above Signature _ ___ Gina L. Garner, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power ofAttorney remains in full force and has not been revoked and, furthermore, ,hat the Frovisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of [his Certificate. This Certificate is executed in the City of Irvine, Califomia, this By: G� �� Maric J. Lansdon. Assistant Secretary ID-1380(Rev.05113) day of NovemGer . 2�13 � �:,��Oo � �1-"''' CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE /� , �� G. �/L'L �%' -� �/I ����'����� hereby confirms and declares that: (Name of co tractor/sub ntractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above-named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. , /�it �l• 'G��J" � Print Agent/Representative's ame Print Ag �Cgent/Representative's Si�ture � J il l� � l �3 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. 1 E� � � � � � L� � � 1 � � � � � � � CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of , . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Gary Harper Construction, Inc., hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within One Hundred and Twenty (120) working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-13-178 for improvement by construction and installation of: Work for the Misty Cove.Lift Station Replacement, per the "Scope of Work" included herein. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in fu11 compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans � Bid g) Advertisement for Bids h) Special Provisions, if any Oi) Technical Specifications, if any �� � �� ' i � � 1 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. � � 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. � � � 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. � The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses � and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. The Contractor also � agrees to name the Misty Cove Association of Apartment Owners as an additional insured on a noncontributory primary basis with the same considerations as provided the City herein. IVothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from � claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered I by RCW 424.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contracror's negligence or the negligence of the Contractor's agents or employees. � L Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24. I 15, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence.. l _� i � i � It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. � 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than One Hundred and Twenty (120) working days from the date of commencement. For each and every working day of delay � after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section I-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. � 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shali relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy ' any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of iinal acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness afier � discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contracior. � Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily � complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum � Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. � � � IJ �. � � � [� � i � The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAWAGE) SHALL CONSTITUTE A WANER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. � 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. � � l0) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. ' 1 1) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a � current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. �� � 12) The total amount of this contract is the sum of $ 820,877.70 num �n Eight Hundred Twentv Thousand Ei��ht Hundred Seventv Seven and 70/100 including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. 13) INDEPEIVDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer � Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. � � � � � � 14) LIl�IITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE AIVY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option � � � conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 1 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and � shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. �� � � � �. � , 1 � l7) Assignment. Any assignment of this Agreement by either party without the written consent of the non- assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. IVo waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. ET , P .��t/Partner/ wne' Mayor r,� Secretary dba Cfi��l2�% J�Gr�I�� ���''C %l�Li�/�%i CITY OF RENTON ATTEST City Clerk �� Firm Name check one / � � ❑ Individual ❑ Partnership � Corporation Incorporated in �L/ � �/L �n � � � � � � � j. j 1 r � � ! i f i ! 1 ! Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDNIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. 1 � , �� � Client#: 579845 GARYHARPI ACORD�, CERTIFICATE OF LIABILITY INSURANCE °ATE`'"""°°""", 11/12/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NTA T � NAME: Kibble & Prentice, a USI Co SC PHONE 206 441-6300 FAX 610-362-8503 ac No Ext : AIC. No : 601 Union Street, Suite 1000 pDDR�ess: Select@KPcom.com Seattie, WA 98101 i ��,. INSURED � , � � 1 � � , � Gary Harper Construction, Inc. 14831 223rd Street SE Snohomish, WA 98296-3989 INSURER(S) AFFORDING COVERAGE NAIC # �NsuReR o, : James River Insurance Company 12203 �r,suReR s: Ohio Security Insurance Company 24082 INSURER C : � INSURER E : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE NSR NND POLICY NUMBER MMIDDv� MM DY� LIMITS LTR A GENERAL LIABILITY )( X 000431573 SI01I2013 05I01I201 EACH OCCURRENCE $ �������QD X COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED PREMI3E3 Eaoccurrence 55� �00 CLAIMS-MADE � OCCUR MED EXP (Any one person) 5 PERSONAL & ADV INJURY $ � �OOO�OOO GENERALAGGREGATE $Z�OOO,OOO GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $Z�OOO�OOO POLICY X PRO- JECT LOC S B AUTOMOBILE LIABILITY BAS1455107635 5I01I2013 05/011201 COMBINED SINGLE LIMIT Eaaccident g�,������� X ANY AUTO . BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY Per accidenl 5 AUTOS AUTOS ( � X H�RED AUTOS X A�TOSWNED pe�a cidentDAMAGE $ X iM MED PAYMENTS s$5,000 A UMBRELLALIAB )( OCCUR 000432043 5/01/2013 05/01/201 EACHOCCURRENCE $Q,D��,OQQ �( EXCESS LIAB CLAIMS-MADE AGGREGATE 54 OOO�OOO DED RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY _ A ANY PROPRIETOR/PARTNER/EXECUTIVE Y� N 000431573 5101/2013 05/01/201 E.L. EACH ACCIDENT $� OOO OOO OFFICER/MEMBER EXCIUDED? � N I A (Mandatory in NH) WA STOP GAP E.L. DISEASE - EA EMPLOYEE $'I �OOO OOO If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $'i �OOO�OOO DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is requlred) RE: Misty Cove Lift Station Replacement Project. The General Liability policy includes a blanket automatic Additional Insured endorsement that provides Additional Insured and a Blanket Waiver of Subrogation status to City of Renton, its officers, officials, agents, employees and volunteers and Misty Cove Association of Apartment Owners, only when there is a written contract or written agreement between the named insured and the certificate holder that requires (See Attached Descriptions) � City of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1055 South Grady Way ACCORDANCE WITH THE POLICY PROVISIONS. Renton, WA 98057 � AUTHORIZED REPRESENTATIVE i��d�.0��� ��T7 _ ,�. V � O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/OS) � pf 2 The ACORD name and logo are registered marks of ACORD #S11261094IM11252271 RYBJU SAGITTA 25.3 (2010/05) 2 of 2 #S11261094/M11252271 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES 4R CONTRACTORS - SCHEDULED PERSON OR ORGANIZATI�N Th�s endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s: Location s Of Covered O erations Where required by'written contract or agreement. All operations of the Named Insured. Information re uired to com lete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organizaticn(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your beha If; in the perFormance of your ongoing operations for the additional insured(s) at the location(s) desig- nated a bove. B. With respect to the insurance afforded to these additional insureds, the follov�ing additional exclu- sions apply: This insurance does not apply to "bodily injury" or "pro�erty damage" occurring after: 1. All work, in�„luding materials, parts or equip- ment furnished in connection with such work, on the project (other thzn service, maintenance or repairs) to be pertormed by or on behalf of tne additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your �vork" out of which the injury or damage arises has beeri put to its iri- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing operations for a prin- cipal as a part of the same project. CG 20 10 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑ _ _. _ . _ ._ _ _ _ . _ . _ . _ COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES 4R CONTRACTORS - COM PLETED OPERATIONS This 2ndorszment modifies insurar�ce provided under the following: CQI�AA�ERCIAL GE�JERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person�s) Location And Description Of Completed Opera- Or Or anization s: tions V'Jhere required by �vritten contract or agreement. All operations of the N�med Insured. Information re uired to com lete this Schedule if not shown above will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tion(s) shown in the Schedule, but only �vith respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location desig- nated ard described in the schedule of this endorse- merrt performed for that additional insured and included in the "products-corr�pleted operations hazard". CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 ❑ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsemen: modifies insurance �rovided under the following; ALL COVERAGE PARTS Any coverage provided to an Additional Insured under this policy shall be excess cver any other valid and collectible insurance available to such Additional Insured whether primar�, excess, contin�ent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributor,� basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5031 US O4-10 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARFEULLY. WAIVER OF SUBROGATION AS REQUIRED BY CONTRACT This endorsemerr modifies insurance provided under the following: ALL COVERAGE PARTS The Company agrees to waive any right of recovery agains`. any person or organizatinn, as required by written contract, because of payments we make for injury or damage which is limited to liability directly caused by 'your work" which is imputed to such person or organization: ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5�04US 11-06 Page 1 of 1 � [ COMMERCIAL GENERAL LIABILITY DECLARATIONS � JAMES RIVER INSURANCE COMPANY 6641 WEST BROAD STREET, SUITE 300 RICHMOND, VA 23230 � 1. NAMED INSURED AND MAILING ADDRESS Gary Harper Construction Inc ,� 14831 223rd Street SE Snohomish, WA 98296-3989 � � 1 l ,� POLICY NUMBER 00043157-3 PRODUCER: 15626 CRC of Washington 1191 Second Avenue, Suite 1610 Second 8� Seneca Building Seattle, WA 98101 2. POLICY PERIOD: From 05/01/2013 to 05/01/2014 12:01 A.M. Standard Time at your Mailing Address above. IN RETURN FOR THE PAYMENT OF THE PREMIUM, IN RELIANCE UPON THE STATEMENTS IN THE APPLICATION(S) AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. LIMITS OF INSURANCE EACH OCCURRENCE LIMIT $ 1,000,000 DAMAGE TO PREMISES RENTED TO YOU LIMIT $ 50,000 MEDICAL EXPENSE LIMIT Excluded PERSONAL & ADVERTISING INJURY LIMIT $ 1,000,000 GENERAL AGGREGATE LIMIT $ 2,000,000 PRODUCTS/COMPLETED OPERATIONS $ 2,000,000 AGGREGATE LIMIT Any one premises Any one person Any one person or organization RETROACTIVE DATE (CG 00 02 ONLIn THIS POLICY IS ON A CLAIMS-MADE AND REPORTED BASIS WHICH PROVIDES LIABILITY COVERAGE ONLY IF A CLAIM IS FIRST MADE AND REPORTED DURING THE POLICY PERIOD OR ANY APPLICABLE EXTENDED REPORTING PERIOD. THIS INSURANCE DOES NOT APPLY TO "BODILY INJURY", "PROPERTY DAMAGE" OR "PERSONAL AND ADVERTISING INJURY" WHICH OCCURS BEFORE THE RETROACTIVE DATE, IF ANY, SHOWN BELOW. RETROACTIVE DATE: NONE; THIS IS NOT A CLAIMS MADE POLICY (ENTER DATE OR "NONE" IF NO RETROACTIVE DATE APPLIES) DESCRIPTION OF BUSINESS � �� FORM OF BUSINESS: Corporation BUSINESS DESCRIPTION: Commerical GC MC0001 US 05-09 Page 1 of 3 � ALL PREMISES YOU OWN, RENT OR OCCUPY LOCATION NUMBER ADDRESS OF ALL PREMISES YOU OWN, RENT OR OCCUPY 1 14831 223nd Street SE, Snohomish, WA 98296 CLASSIFICATION AND PREMIUM LOCATION CLASSIFICATION CODE PREMIUM RATE ADVANCE NUMBER NO. BASE $ PREMIUM S 1 Carpentry 91342 Included Included Included 1 Concrete Construction 91560 Included Included Included 1 Contractors - 91585 Included Included Included subcontracted work - in connection with construction, reconstruction, repair or erection of buildin s 1 Excavation 94007 Included Included Included 1 Grading of Land 95410 Included Included Included 1 Painting - interior - 98305 Included Included Included buildings or structures 1 Sewer Mains or 98820 $1,400,000 Referto $12,670.00 Connections Construction Gross Sales AP2300US- 1106- Composite Rate Endorsement 1 Wrecking - buildings or 99986 Included Included Included structures Stop Gap Liability Included Employee Benefits Liability Included TOTAL PREMIUM SUBJECT TO AUDIT $12,670.00 If checked, premium shown is flat and not Company Fee $ 350.00 sub'ect to audit ❑ TOTAL SHOWN IS PAYABLE: AT INCEPTION $13,020.00 AUDIT PERIOD (IF APPLICABLE) FREQUENCY: Annual ENDORSEMENTS ENDORSEMENTS ATTACHED TO THIS POLICY: See attached schedule A— Schedule of Forms MC0001 US 05-09 Page 2 of 3 � � �� � � THESE DECLARATIONS, TOGETHER WITH THE COMMON POLICY CONDITIONS AND COVERAGE FORM(S) AND ANY ENDORSEMENT(S), COMPLETE THE ABOVE NUMBERED POLICY. � � ,�. � � � ,�. � MC0001 US 05-09 Page 3 of 3 �, COMMERCIAL EXCESS LIABILITY POLICY DECLARATIONS JAMES RIVER INSURANCE COMPANY 6641 WEST BROAD STREET, SUITE 300 RICHMOND, VA 23230 POLICY NUMBER: 00043204-3 ITEM 1. NAMED INSURED AND MAILING ADDRESS: PRODUCER: 15626 Gary Harper Construction Inc CRC of Washington 14831 223rd Street SE 1191 Second Avenue, Suite 1610 Snohomish, WA 98296-3989 Seattle, WA 98101 ITEM 2. POLICY PERIOD: From: 05/01/2013 To: 05/01/2014 12:01 A.M. Standard Time at your mailing address ITEM 3. BUSINESS DESCRIPTION: Corporation General Contrator ITEM 4. LIMITS OF INSURANCE: A. Each Occurrence ................................................................... $ 2,000.000 � B. Annual Aggregate .................................................................. $ 2,000,000 ITEM 5. SCHEDULE OF UNDERLYING INSURANCE: See attached Schedule B— Schedule of Underlying Insurance ITEM 6. PREMIUM COMPUTATION: Advance Minimum and Deposit ..................................................... $ 5,500.00 ITEM 7. ENDORSEMENTS ATTACHED TO THE POLICY AT INCEPTION: See attached Schedule A— Schedule of Forms ITEM 8. RETROACTIVE DATE: N/A ITEM 9. COMPANY FEE: $0 ITEM 10. TOTAL AMOUNT DUE AT INCEPTION: $ 5,500.00 XC0001 US 03-06 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 2 POLICY NUMBER 00043204-3 POLICY CHANGES EFFECTIVE 10/16/2013 12:01 AM Standard Time at the address of the Named Insured ' COMPANY JAMES RIVER INSURANCE COMPANY NAMEDINSURED Gary Harper Construction Inc COVERAGE PARTS AFFECTED ALL COVERAGE PARTS AUTHORIZED REPRESENTATIVE Richard J. Schmitzer CHANGES LIMITS OF INSURANCE For an additional premium of $3,000 The Limits of Insurance shown on the Declarations Page of this Policy are amended to read as follows: LIMITS OF INSURANCE A. Each Occurrence ................................................................... $ 4,000,000 B. Annual Aggregate .................................................................. $ 4,000,000 ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. ��'�r+� I Authorized Representative Signature IL12 01 LL 04-03 Page 1 of 1 I,jj�e �� � �D�� �a' Policy Number: � NOl'�'I�W�Stm Ohio SeCurity Insurance Company BA8 (14) 5ri 10 T6 35 �c„e�, otuberty �n„■, G,o„o POIICy P8 ri0d: • Business Automobile F� �4/�013 Ts �J01/2014 12:01 am Siandard Time Revised Policy Declarations at lnsured MaiJing Location Name� Insared A�Mt GARY HARPER CONSTRUCTION INC. (2Ab) 441-6300 KIBBLE & PRENTICE SUMMARY OF LIMITS AND CNARGES - continaed Total Provisivnal Churges: a�,132.00 No�e: This is not a bill SUMMARY OF COVERED VENICLES UIIIT YEAA MAKEJNIODEL Y1N TERR ST CLASS ZIP SYM/COST 001 2002 CHEVROLET 2500 IGCHK29U22E272490 012 46 7391 98296 $28,587 002 2W5 GMC/CHEVY K34 IGBJK34G35E129288 012 46 7391 98296 528,095 003 2008 FORD F750 W/TADANO 3FRWP75C58VU70734 012 46 33199 98296 $91,125 004 2007 CHEVROLET 2500 NEW IGCHK23657P528245 0l2 46 7391 98296 �38,145 To report a claim, calJ yeur Agent or 1-800-Z89-0930 D6 70 43 Ol 08 .�_..... __..._...._ .....-.�..... ..... .�n..n..un ...............n..v nnnnrn n�nr �• K m � � � � � � I.tbe �� � ��� Policy Number: • Ohio Securiry Insurance Comparry BAE (14� 5510 76 35 Northweste � "`�'°�`°"�",,,��°���"" F°ro: �rmiaT.�o��a Buslness Aatomobile i2:0i am Standand TJme Rerl�ed Policy Decfarations at Insured Mailing Locatlorr M�■e� ��ed Agent GARY HARPER CONSTRUGTION INC. ` (206) 441-6300 KIBBLE 8c PRENTICfi ITEM THREE: COYERED VEHICLES AND PREMIUM DETAIL � � � � � �� � UNIT 001 200Z CHEVROLET 2500 VlN: 1 GCNt(29U22E272490 Radng CLASS SYM/COST TERRtTORY RISK STATE RATIN6 ZIP TOI�IN COdE Facto�s 7391 $28,587 012 wA 98296 0217 DESCRIPTION p�p� I,iability Iasorance 5966.00 Medicai Payments S37.00 Underinsnred Motorist Bodily Ltjjury and Property Damage $205.00 Physical Damage Comprehensive - Actual Cash Value Lcss 5250 Deductible $54.00 Collision - Actual Cash Value Less a500 Deduclible $146.00 Total Pren�luqt ;'1,408.00 UN1T 002 2005 GMC/CHEYY K34 YfN: 1GBJK34G35E729288 Rating CLASS SYN�ICOST TERRRORY RISK STATE AATIM9 LP TOWN CODE Faebrs 739� $28,095 012 WA 98296 0217 �ESCRIPTION PREMIUAA Liability It�urattce 5966 . QO Medlcal Payments S37.00 Underinsured Motorist Bodily Iqjury and Property Damage $205.00 Physical Damage Comprehensive - Actual Cash Vaiue Less 5250 Deductible $78.00 Collision - Actual Cash Value Less $S00 Deductible $230.00 TotaJPremlt�m ;1,518.00 Tu roport a c/alm, canroar�e,rt o� i•Sa0-28�-0830 DS 70 43 Ol 08 � 10/04/13 55107635 N0175631 235 NCAFPPNO INSI3RED COPY 000068 PAGE 15 OF 2Q Corerage !s Prorided IA; t Libe Poiicy Number: Northwest� Ohio Security Insurance Comparry BAS (14) 5510 78 35 Afembcr oft�erty Nunol G�vuD POfICy PeriOd: 1 Business Automobile Fro� os�o�r�o�s T. o�o�rlma 12:01 am Standard Time Revised Policy Declarations at Jnsured Mailing Location Named I�nred llgeot GARY HARPER CONSTRUCTIQN (rTC. (206) 441-6300 KBBLE & PRGNTICE ITEM THREE: COVERED VEHICLES AND PREMIUM DETAIL - continned UNIT 003 2008 FORD F750 W/TADANO CRANE ViN: 3FRWF75C58Y070734 Rating CLASS SYM/COST TERRITORY RISK STATE RAT{IN ZIP TOWN CODE Pact��s 33199 $91,125 012 wA 9s296 0217 Loss Paycc COAST CRANE COMPANY 8250 STH AVE S SEATTLE, WA 98108 DESCRIPTION PREMIUM Liability Insurancc $1, 493. 00 A�Icdical Paymcnts $63.00 Undcrinsured 119otorist Budily Tn�ury and I'ruperty Damage $139.00 Physical Damage Comprehensive - Actua{ Cash Value L.ess �250 Deductible S 139. QO Collision - Actual Cash Value L.ess SS00 Deductible $k57.00 Total Premluro �2,Z91.00 UNIT 004 2007 CHEVROLET 2500 NEW VIN: 1 GCHK23657F528245 Reting CLASS SYMJCOST TERRITORY RISK STATE BATINR ZiP TOWN CODE Factors 7391 $38,145 012 WA 98296 0217 Loss Paycc Alaska USA Fcdcral Creclit Union PO Box 196613 Anchorage, AK 99519 DESCRIPTION PREMNIIM Liability Insurancc $96b . 00 Mcdical Payments 537.00 To report a clafm, ca!! �,onr AgeM or 1-800-289-0930 [�S 7U 43 01 Oi3 tfldldlt'1 �51m�Rs Nf11�SR11 ��c Nr.ecDDUn IIUCIIRC(lf'(1DV mruxn aer.c �a n� �n � . Liberty � � Northwestm MemOcr af Ubct� llurtd Groap � � � � � � � � l:overaye ls Pror/Apl !s: Ohio Security Insurance Company Business Automobile Rertsed Palicy Declaratlons PoliCy Number. BAS (14) 55 i0 78 85 Policy Periad: Fr� OglO�11019 To 05N1/ZOta f2:01 am Sfandard Time at lnsured Maili�g Locatian Named lnsared � GARY HARPER CONSTRUGTION INC. (205) 441-6300 KIBBLE & PRENTTCE ITEM THREE: COVERED YEHICLES AND PREMIU�A DETAIL - cantinued Underinsnred Motorlst Bodily Iqjury and Property Damage $205.00 Physical Damage Comprehensive - Aclual Cash Value Less $250 Deductible Collision - Actual Cash Value Less $S00 Deductible lotal Premlum $95.00 S293.00 S1.5B6.00 ITEM FOUR: HIRED AUTO COVERAGE Esaa�atea M.s,u aste Per Eacb Crst d Nire a100 MeNal Cost ef Wre Liabiliey 52,000.00 .994 $78.00 Cost of Nlre meaes q�e t�tal a��aM ro� incor for tMe hiro ef'auto�' p�o ��i't wro (��t I�elading'aut�s' Yo� b�rrew er reM tron yaur parteers �r e�Ml��eea or tUelr farNry er tMeir tanil� a�embers�. Cost d hlre does net I�clade charge� fer services pert�naei bY ntet�r carr(ees M�re�erry or �gers. lTEM F1VE: NON-OYVMERSHIP LIABILITY COYERAGE ► : ��.- � � � � Rafing Raeic ► n �; S u n Othcr than Garage 5ervice � Operations and Other Than Social Service Agencies (Not Applicable in CA) � o � Number of Banployees $125.00 MISCELLANEOUS C�YERAGES RATIN6 TERRITORY RISK RATIN� TONI!! FACTORS STATE ZIP CODE 0000 WA 98296 0217 Business Auto Entwncement Endorsemeut $118 . 00 � ' ' 10/04/13 ro re�port a cla/m, calr �rr �gsat or ?-�p0-289-89,�p D6 7d 43 Ol 08 55107635 N0175831 235 NCAfPPNO INSURED COPY p00068 PAGE 17 OF 20 [� 1 �� .� � � � L� � � � � � � � ! o � PREVAILING MINIMUM HOU RLY WAG E RATES i uFj�. i vi i i 1 1 � King `King King � King � King s King King King King King � King King King King King King King King King ' King ` King King King King King ' King � Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate � of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benef�t Code Key. � � . ... � . . . �� � i i � � � � State of Washington Department of Labor & Industries Prevaiting Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Journey Level Prevailing Wage Rates for the Effective Date: 9/27/2013 Asbestas Abatement Workers Boilermakers Brick Mason Brick Mason Brick Mason Building Service Emplo� . ......._��..� ,, . ...Y. .,.. ,...,.,. , . . ,. Job Ckassification Vda e Journey Level $41.69 Journey Level $62.34 Brick And Block Finisher $43.26 Journey Level $50.12 Pointer-Caulker-Cleaner $50.12 Janitor $20.59 Traveling Waxer/Shampooer $21.00 Window Cleaner(Non-Scaffold) $24.29 Window Cleaner (Scaffold) $25.15 Journey Level $22.74 Acoustical Worker $50.82 Bridge, Dock And Wharf $50.82 Carpenters Carpenter $50.82 Carpenters on Stationary Tools $50.95 Creosoted Material $50.92 Floor Finisher $50.82 Floor Layer $50.82 Scaffold Erector $50.82 Journey Level $51.18 Diver $100.28 Diver On Standby $56.68 Diver Tender $52.23 Surface Rcv Ft Rov Operator $52.23 Surface Rcv �S Rov Operator $48.67 Tender Assistant Engineer $53.00 Assistant Mate (Deckhand) $52.58 Holida� 5D 5N 5A 5A 5A 5S 5S 5S 55 rertime Note ; 1H Divers �t Tenders Divers �t Tenders Divers £� Tenders Divers it Tenders Divers ft Tenders Dred�e Workers i_....__.icr_......-�----- ----n.-��----�-'--�---._i_----��r---�--�---- 5D 5D 5D 5D 5D 5D 5D 5D 7A 5D 5D 5D 5D 5A 5D 5D 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1B 3F 3F 8A nnin�in�i � iu��.vvi i i King King King King King King King ' King King King . King . King King King King , King King ' King King King � King King King King King King King King King King King King King Laborers Laborers Laborers Laborers Laborers LQt,JVI Ci J" V I IUCI k�'I VUI IU JC� �t Water Landscape Construction Landscape Construction Landsca e Construction Lathers Marble Setters Metal Fabrication (In Shop) Metal Fabrication (In Shop) Metal Fabrication (In Shop� Metat Fabricatian (In 5hopt Metat Fabricafiion (in 5hoRl Mitlwri�ht Modular Buitdin�s Modular BuiEdin�s Modutar Buitdin�s Madular Buildin�s Modular Buildin s Worker 30.01-44.00 psi Tunnel Work-Compressed Air Worker 44.01-54.00 psi Tunnel Work-Compressed Air Worker 54.01-60.00 psi Tunnel Work-Compressed Air Worker 60.01-64.00 psi Tunnel Work-Compressed Air Worker 64.01-68.00 psi Tunnel Work-Compressed Air Worker 68.01-70.00 psi Tunnel Work-Compressed Air Worker 70.01-72.00 psi Tunnel Work-Compressed Air Worker 72.01-74.00 psi Tunnel Work-Guage and Lock Tender Tunnel Work-Miner Vibrator Vinyl Seamer Watchman Welder Well Point Laborer Window Washer/cleaner General Laborer £� Topman Pipe Layer Irrigation Or Lawn Sprinkler Installers Landscape Equipment Operators Or Truck Drivers Landscaping or Planting Laborers Journey Level Journey Level Fitter Laborer Machine Operator Painter Welder Journey Level Cabinet Assembly Electrician Equipment Maintenance Plumber Production Worker $68.77 7A $74.47 7A $76.59 7A $81.69 7A $83.59 7A $85.59 7A $87.59 7A $43.09 7A $43.09 7A $42.46 7A $41.69 7A $32.12 7A $42.46 7A $42.46 7A $32.12 7A $41.69 7A $42.46 7A $13.56 $28.17 $17.87 $50.82 5D $50.12 5A $15.86 $9.78 $13.04 $11.10 $15.48 $51.92 5D $11.56 $11.56 $11.56 $11.56 $9.40 2Y 2Y 2Y 2Y 2Y 1H 1H 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y 2Y � . � y � ' � ' � �. � � � t....__..iir_......--- ---- � ---n.-��---� � -�- -�--_i._..__c�r- - -'- -�---. ....__ nnin�in�i� a u��. i vi 1 i j � � � �� � � � � �. � � � �?, � � ; King r King »King ' King � "� King � King ;King � : �:King ;, King : King � King �,King King ; King s King ; King � King �King : King � King r King i `King i `King ' King King : King � King King � King a Modutar Buitdin�s Tool Maintenance Modutar Buitdin�s Utility Person Modutar Buitdin�s Welder Painfers Journey Level Pile Qriver Journey Level Ptasterers Journey Level Ptav�round &� Park Equipment Journey Level Instatters $11.56 $11.56 $11.56 $36.64 6Z $51.07 5D $49.29 7� $9.19 Plumbers �t Pipefitters Journey Level $72.69 6Z Power Eauiament Operators Asphalt Plant Operators $53.49 7A Power Efluipment ORerators Power Et�uipment Operators Power Equipment (3perators Power Epuipment Operators Power Equipment Operators ent Power Equipment Operators Power Equipment Operators Power Equipment Qperatars Power Equipment Operators �Assistant Engineer $50.22 7A Barrier Machine (zipper) $53.00 7A Batch Plant Operator, $53.00 7A Concrete Bobcat $50.22 7A Brokk - Remote Demolition $50.22 7A Equipment Brooms $50.22 7A Bump Cutter $53.00 7A Cableways $53.49 7A Chipper $53.00 7A Compressor $50.22 7A Concrete Pump: Truck Mount $53.49 7A With Boom Attachment Over 42 M Concrete Finish Machine -laser $50.22 7A Screed Concrete Pump - Mounted Or $52.58 7A Trailer High Pressure Line Pump, Pump High Pressure. Concrete Pump: Truck Mount $53.00 7A With Boom Attaciiment Up To 42m Conveyors $52.58 7A Cranes: 20 Tons Through 44 $53.00 7A Tons With Attachments Cranes: 100 Tons Through 199 $54.04 7A Tons, Or 150' Of Boom (Including Jib With Attachments) Cranes: 200 Tons To 300 Tons, $54.61 7A Or 250' Of Boom (including Jib With Attachments) Cranes: 45 Tons Through 99 $53.49 7A Tons, Under 150' Of Boom (including Jib With Attachments) Cranes: A-frame - 10 Tons And $50.22 7A Under ,......... ii�_ ......- � - ---- � ---n.-' i--- � -' - -'---.. i_ ___�.,- � -' - -'---- 1 1 1 2B 1M 1R 1 1G 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C :• � � � � � � � :• � � � 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P nn in � in n i lf ius�.�vi ii King : King ' King � ; King � � - King ; King �.King `King . King Power Epuipment Operators Power Equipment Operators Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A Through 199 Tons Cranes: Friction Over 200 Tons $55.17 7A Cranes: Over 300 Tons Or 300' $55.17 7A Of Boom (including Jib With Attachments) Cranes: Through 19 Tons With $52.58 7A Attachments A-frame Over 10 Tons Crusher $53.00 7A Deck Engineer/deck Winches $53.00 7A (power) Derricks, On Building Work $53.49 7A Dozers D-9 £� Under $52.58 7A Drill Oilers: Auger Type, Truck $52.58 7A Or Crane Mount IDrilling Machine $53.00 7A Elevator And Man-lift: $50.22 7A Permanent And Shaft Type Finishing Machine, Bidwell And $53.00 7A Gamaco £� Similar Equipment Forklift: 3000 Lbs And Over $52.58 7A With Attachments Forklifts: Under 3000 Lbs. With $50.22 7A Attachments Grade Engineer: Using Blue $53.00 7A Prints, Cut Sheets, Etc Gradechecker/stakeman $50.22 7A Guardrail Punch $53.00 7A Hard Tail End Dump $53.49 7A Articulating Off- Road Equipment 45 Yards. t� Over Hard Tail End Dump $53.00 7A Articulating Off-road Equipment Under 45 Yards Horizontal/directional Drill $52.58 7A Locator Horizontal/directional Drill $53.00 7A Operator Hydralifts/boom Trucks Over $52.58 7A 10 Tons Hydralifts/boom Trucks, 10 $50.22 7A Tons And Under Loader, Overhead 8 Yards. £r $54.04 7A Over Loader, Overhead, 6 Yards. But $53.49 7A Not Including 8 Yards Loaders, Overhead Under 6 $53.00 7A Yards 3C 3C 3C � � � King � King : King z ; King ' King King King ; King King King King ; King ; King ; King ' King � King Power Equipment t3perators Power Equipment Oqerators Power Equipment Operators Power Equipment Oqerators � Power Eauipment Operatars Power Equipment Operators Pawer Equipment Operators Power Ec�uipment Operatars Power Equipment O�erators Power Equipment Operators Power Equipment Operators Power Enuipment Operators Power Equipment Operators Power Equipment Operatars Power Eoui�ment Onerators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators 3C � 8P 3C 3C 8P 8P 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C gp �. 8P 8P ; 8P 8P � 8P 8P � 8P = 8P 8P 8P SP � 8P 8P 8P �i 8P 8P 8P `• 8P 8P , i.....�....iir_.....---� --- - '--n..'�--- � -'- -'---�-��----�c�- � -'- -'--�- �--- nnin�inn�� iu��.� vi ii � � � � � �- � �' �� � ,� � �. � � � � � � R' King King King , King � King � `King ; King ; King ;" King King `.King 's King `� King = King : King � King > King .` King ' King ' King 'King � King ' King ; King King �: King ; King King King : King ' King Power Equipment (7perators Power Equipment Operators Power Equipment Qperators Power Equipment Operators Power Equipment Operators Power Eguiprnent Operators Power Equipment Operators Power Equipment Operators Power Epuipment Operators Power Equipment Operators Power Equipment Operators Power EcJuipment Operators Loaders, Plant Feed $53.00 7A Loaders: Elevating Type Belt $52.58 7A Locomotives, All $53.00 7A Material Transfer Device $53.00 7A Mechanics, All (leadmen - $54.04 7A $0.50 Per Hour Over Mechanic) Motor Patrol Grader - Non- $52.58 7A finishing Motor Patrol Graders, Finishing $53.49 7A Mucking Machine, Mole, Tunnel $53.49 7A Drill, Boring, Road Header And/or Shield Oil Distributors, Blower $50.22 7A Distribution 8 Mulch Seeding i0utside Hoists (elevators And $52.58 7A 'Manlifts), Air Tuggers,strato Overhead, Bridge Type Crane: $53.00 7A 20 Tons Through 44 Tons Overhead, Bridge Type: 100 $54.04 7A Tons And Over Overhead, Bridge Type: 45 $53.49 7A Tons Through 99 Tons Pavement Breaker $50.22 7A Pile Driver (other Than Crane $53.00 7A Mount) Plant Oiler - Asphalt, Crusher $52.58 7A Posthole Digger, Mechanical $50.22 7A Power Plant $50.22 7A Pumps - Water $50.22 7A Quad 9, Hd 41, D10 And Over $53.49 7A Quick Tower - No Cab, Under $50.22 7A 100 Feet In Height Based To Boom Remote Control Operator On $53.49 7A Rubber Tired Earth Moving Equipment Rigger And Bellman $50.22 7A Rollagon $53.49 7A Roller, Other Than Plant Mix $50.22 7A Roller, Plant Mix Or Multi-lift $52.58 7A Materials Roto-mill, Roto-grinder $53.00 7A Saws - Concrete $52.58 7A Scraper, Self Propelled Under $53.00 7A 45 Yards Scrapers - Concrete �. Carry All $52.58 7A Scrapers, Self-propelled: 45 $53.49 7A i_......__iir_......--� --- � --n.-��--- � -�- -�---_�_.__�c�- � -'- -�---�- 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P � :• � � � :• :• � � � � � :� 8P 8P 8P 8P 8P 8P 8P 8P � � nnin�inn�� i u��. i v vi i i ; King . King ' King , King : King - King � King .' King King : King � King : King ' King '' King � King ; King King . King ; King King ; King , King King King : King : King ' King j King Power Equipment Operators Pawer Equipment Oqerators Power Equipment Operators Power EQuipment Operators �: Power Equipment Operators Pawer Equipment Operators Power Equiqment Operators Pawer Equipment �perators Pawer EquipmenC Operators Power Equipment �erators Power Equipment O�erators Under�raund Sewer Et Water Pawer Equipment Operators- Assistant Engineer $50.22 7A Under�round Sewer Et Water- Power Ec�uipment Operators- Barrier Machine (zipper) $53.00 7A Under�raund Sewer Et Water Power Equipment Operatars- Batch Plant Operator, $53.00 7A UnderQround Sewer �t Water Concrete Power Equipment Operators- Bobcat $50.22 7A Under�round Sewer & Water Power Equipment �perators- Brokk - Remote Demolition $50.22 7A UnderQround Sewer �t Water Equipment Power EQuipment Oqeratars- Brooms $50.22 7A Under�raund Sewer � Water Yards And Over Service Engineers - Equipment $52.58 7A Shotcrete/gunite Equipment $50.22 7A Shovel,Excavator, Backhoe, $52.58 7A Tractors Under 15 Metric Tons. Shovel, Excavator, Backhoe: $53.49 7A Over 30 Metric Tons To 50 Metric Tons Shovel, Excavator, Backhoes, $53.00 7A ,Tractors: 15 To 30 Metric Tons �Shovel, Excavator, Backhoes: $54.04 7A Over 50 Metric Tons To 90 Metric Tons Shovel, Excavator, Backhoes: $54.61 7A Over 90 Metric Tons Slipform Pavers $53.49 7A Spreader; Topsider Ft $53.49 7A Screedman Subgrader Trimmer $53.00 7A Tower Bucket Elevators $52.58 7A Tower Crane Over 175'in $54.61 7A Height, Base To Boom Tower Crane Up To 175' In $54.04 7A Height Base To Boom Transporters, All Track Or $53.49 7A Truck Type Trenching Machines � $52.58 7A Truck Crane Oiler/driver - 100 $53.00 7A Tons And Over Truck Crane Oiler/driver Under $52.58 7A 100 Tons Truck Mount Portable Conveyor $53.00 7A Welder $53.49 7A Wheel Tractors, Farmall Type $50.22 7A Yo Yo Pay Dozer $53.00 7A Asphalt Plant Operators $53.49 7A 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C � � � � � � 8P 8P 3 8P 8P ; 8P ' 8P ; 8P ' 8P � 8P 8P 8P — ; 8P 8P 8P 4. 8P 8P 8P �' 8P 8P 8P �� 8P ; 8P �........_iir_.....--� ---- � --n.-��--'---�--�--._i...__i��-.'i--'--.. ..__ nnin�-rinni� iu��. il vi ii � � � � � � � �' n `King � � King s �King � King � ' King Power Ectuipment Operators- Bump Cutter $53.00 7A UnderQround Sewer £s Water Power Equipment Operators- Cableways $53.49 7A UnderQround Sewer & Water Power Equipment �perators- Chipper $53.00 7A Under�round Sewer fx Water Power Epuipment �perators- Compressor $50.22 7A Underground Sewer £t Water Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A UnderQround Sewer F� Water With Boom Attachment Over 42 M Power Equiqment Operators- Concrete Finish Machine -laser $50.22 7A UnderQround Sewer � Water Screed Power EQuipment Operators- Concrete Pump - Mounted Or $52.58 7A Under�raund Sewer &r Water Trailer High Pressure Line Pump, Pump High Pressure. Power Eauipment Operators- Concrete Pump: Truck Mount $53.00 7A Underground Sewer & Water With Boom Attachment Up To . 42m Power Equi�ment Operators- Conveyors $52.58 7A Under�round Sewer Et Water Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A UnderQraund Sewer £t Water Tons With Attachments Power Equipment Uperators- Cranes: 100 Tons Through 199 $54.04 7A Under�round Sewer Et Water Tons, Or 150' Of Boom , (Including Jib With Attachments) Power Equipment Oqeratars- Cranes: 200 Tons To 300 Tons, $54.61 7A Underaround Sewer F� Water Or 250' Of Boom (induding Jib With Attachments) Power Equipment Operators- Cranes: 45 Tons Through 99 $53.49 7A Under�round Sewer � Water Tons, Under 150' Of Boom (including Jib With Attachments) Power Equipment Operators- Cranes: A-frame - 10 Tons And $50.22 7A Under�round Sewer � Water Under Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A Under�raund Sewer £t Water Through 199 Tons Power Epuipment Operators- Cranes: Friction Over 200 Tons $55.17 7A Under�round Sewer � Water Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A Under�round Sewer ft Water Of Boom (including Jib With Attachments) Power Equipment Operatars- Cranes: Through 19 Tons With $52.58 7A Under�raund Sewer E� Water Attachments A-frame Over 10 Tons Power EQuipment Oqeratars- Crusher $53.00 7A Under�round Sewer F� Water Power EQuipment Operators- Deck Engineer/deck Winches $53.00 7A UnderQround Sewer � Water (power) Power Equipment Operatars- Derricks, On Building Work $53.49 7A 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P � � � �, � � ��, i ' King ; � 'King 8 ; King 5 n ' King a : King a �King King � King x = King � King King a � King � King � King ' King � King t i_..._._.iir_......'-� ---- � ---n.-��---- � -�- -�--..i----��r- � -�- -�---- 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 3C 3C 3C 3C � � :• � � 3C 8P 3C 8P ' 3C 8P ; � 3C 8P ; i nn in � in n i � i us�. i�, vi i i ' King `. King �; King "King ' King = King : King �' King '. King Undereraund Sewer � Water 7A 7A 7A 7A 7A 7A 7A 7A 3C 3C 3C 3C 3C 3C 3C 3C � � � � � � `King King ° King � `' King ; King 'King ' King ' King `King � King King ", King King � King �` King Power Equipment Operators- Dozers D-9 E� Under $52.58 Under�round Sewer £c Water Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 Under�raund Sewer £t Water Or Crane Mount Power Equipment Operators- Drilling Machine $53.00 Under�round Sewer & Water Power Equipment Operators- Elevator And Man-lift: $50.22 Under�round Sewer & Water Permanent And Shaft Type Power Equipment �peratars- Finishing Machine, Bidwell And $53.00 Under�round Sewer 8 Water Gamaco 8 Similar Equipment Power Equipment C?perators- Forklift: 3000 Lbs And Over $52.58 Under�raund Sewer � Water With Attachments Power Equiqment Operators- Forklifts: Under 3000 Lbs. With $50.22 Under�round Sewer �t Water Attachments Power Equipment Operators- Grade Engineer: Using Blue $53.00 Under�round Sewer �t Water Prints, Cut Sheets, Etc Power Equipment Operators- Gradechecker/stakeman $50.22 Under�round Sewer � Water Pawer Equipment Qperators- Guardrail Punch $53.00 Under�round Sewer Et Water Power Equipment O�erators- Hard Tail End Dump $53.49 Under�round Sewer &� Water Articulating Off= Road Equipment 45 Yards. £� Over Power Epuipment Operators- Hard Tail End Dump $53.00 Under�round Sewer Ec Water Articulating Off-road Equipment Under 45 Yards Power Equipment ORerators- Horizontal/directional Drill $52.58 Under�raund Sewer £t Water Locator Power Ec�uipment Operators- Horizontal/directional Drill $53.00 Under�round Sewer F� Water Operator Power Equi�ment Operators- Hydralifts/boom Trucks Over $52.58 Under�round Sewer % Water 10 Tons Power Equipment Operatars- Hydralifts/boom Trucks, 10 $50.22 Under�round Sewer ir Water Tons And Under Power Equipment Operatars- Loader, Overhead 8 Yards. £r $54.04 Underground Sewer & Water Over Power Equipment Operators- Loader, Overhead, 6 Yards. But $53.49 Under�raund Sewer �t Water Not Including 8 Yards Power Ec�uipment Operators- Loaders, Overhead Under 6 $53.00 Under�round Sewer & Water Yards Power Equipment Operators- Loaders, Plant Feed $53.00 Under�round Sewer &r Water Pawer Equipment Operators- Loaders: Elevating Type Belt $52.58 Underground Sewer ix Water Power Equipment Operators- Locomotives, All $53.00 Under�round Sewer �t Water Power Equipment Operators- Material Transfer Device $53.00 Under�round Sewer £� Water Power Equit�ment Operators- Mechanics, All (leadmen - $54.04 7A 3C 7A 3C 7A 3C 7A 3C 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C Fi7 8P � 8P 8P ; � 8P „ 8P 8P 8P 8P � 8P 8P 8P r 8P ; � gp � 8P � gP " 8P — ; 8P s 1. .... .. . . � i r _ .... .. _ . . _ _ _ _ . _ _ _ n .. t L _ _ _ . _ 1 _ _ 1 __ _ .. � . _ .. _ _ � � � _ . _ 1 ' _ t _ _' ' . _ . _ _ _ n n �n �r in n � �t 1 Clsl� 1J Vl 1. / �' �'. � ,� � � � � � � � � � � � �� � �� � � King King : King � � ' King � King >King 5 �King � King � King ;King � King � _ King ' King . King f ;King � King ' King � King `King ; King E ; King ; King King UnderQround Sewer £r Water $0.50 Per Hour Over Mechanic) Power Equipment Operators- Motor Patrol Grader - Non- $52.58 Under�round Sewer Et Water finishing Power Ec�uiament Operators- Motor Patrol Graders, Finishing $53.49 Undergraund Sewer Et Water Power Equipment Operators- Mucking Machine, Mole, Tunnel $53.49 Under�rnund Sewer £t Water Drill, Boring, Road Header And/or Shield Power Equipment Operatars- Oil Distributors, Blower $50.22 Under�round Sewer � Water Distribution ft Mulch Seeding Operator Power E�uipment Oqeratars- Outside Hoists (elevators And $52.58 Underground Sewer � Water Manlifts), Air Tuggers,strato Power Equipment Qperators- Overhead, Bridge Type Crane: $53.00 Underground Sewer &r Water 20 Tons Through 44 Tons Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 Under�round Sewer & Water Tons And Over Power Equipment Operators- Overhead, Bridge Type: 45 $53.49 Under�round Sewer &t Wafier Tons Through 99 Tons Pawer Equi�ment Operators- Pavement Breaker $50.22 Under�round Sewer &� Water Power Equipment Operators- Pile Driver (other Than Crane $53.00 Under�round Sewer £� Water Mount) Power Er�uipment Operators- Plant Oiler - Asphalt, Crusher $52.58 UnderQround Sewer ft Water Power Equipment Operators- Posthole Digger, Mechanical $50.22 Under�round Sewer Et Water Power Equipment Operatars- Power Plant $50.22 Underground Sewer £t Water Power Equipment Operators- Pumps - Water $50.22 Underground Sewer F� Wafier Power Equipment �perators- Quad 9, Hd 41, D10 And Over $53.49 Under�round Sewer £� Water Power Equipmenfi Qperators- Quick Tower - No Cab, Under $50.22 Under�round Sewer Ft Water 100 Feet In Height Based To Boom Power Equipment Operators- Remote Control Operator On Under�raund Sewer �t Water Rubber Tired Earth Moving Equipment Pawer Equipment nperators- Rigger And Bellman Underground Sewer & Water Pawer Equipment 0 ep rators- Rollagon Power Equipment O�erators- Roller, Other Than Plant Mix Under�round Sewer �t Water Power Equipment Operators- Roller, Plant Mix Or Multi-lift Under�round Sewer &t Water Materials Power Equipment Operators- Roto-mill, Roto-grinder Under�raund Sewer Et Water Power Equipment Ot�eratars- Saws - Concrete i_........iir_......--- --' . ---n_��---- - -�- -�---.. i....__c��- � -'- -�---�- 7A 3C 8P 7A 3C 8P 7A 3C 8P 7A 3C 8P 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C 7A 3C $53.49� 7A $50.22 7A $53.49 7A $50.22 7A $52.58 7A $53.00 7A $52.58 7A 3C 3C 3C 3C 3C 3C 3C :• :� � � � � � � � � � � 8P � � � � � :. nn in rr in n� � iu��. i�va ii King ' King King : King King ; King ' King King ' King King King King : King King ' King ' King King King King ; �King King ' King � King `King Power Equipment Operators- Scraper, Self Propelled Under $53.00 7A Under�round Sewer ft Water 45 Yards Power Equipment Operators- Scrapers - Concrete £t Carry All $52.58 7A Under�round 5ewer Et Water Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A Underground Sewer 8 Water Yards And Over Power Equipment Qperators- Service Engineers - Equipment $52.58 7A Under�round Sewer £� Water Power Equipment �perators- Shotcrete/gunite Equipment $50.22 7A Under�raund Sewer Fs Water Power Equipment C?perators- Shovel , Excavator, Backhoe, $52.58 7A Under�round Sewer � Water Tractors Under 15 Metric Tons. Power Ec�uipment Oqerators- Shovel, Excavator, Backhoe: $53.49 7A Under�round Sewer &t Water Over 30 Metric Tons To 50 Metric Tons Power Ec�uipment Operators- Shovel, Excavator, Backhoes, $53.00 7A Underground Sewer � Water Tractors: 15 To 30 Metric Tons Pawer Equiqment Operators- Shovel, Excavator, Backhoes: $54.04 7A Underground Sewer �t Water Over 50 Metric Tons To 90 Metric Tons Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A Under�round Sewer fs Water Over 90 Metric Tons Power Equipment Operators- Slipform Pavers $53.49 7A Under�round Sewer Et Water Power Equipment Operators- Spreader, Topsider £� $53.49 7A Under�round Sewer £t Water Screedman Power Equipment Operatars- Subgrader Trimmer $53.00 7A Under�round Sewer �t Water Power Ettuipment Operators- Tower Bucket Elevators $52.58 7A Under�round Sewer �t Water Power Equipmenfi Operators- Tower Crane Over 175'in $54.61 Under�round Sewer £t Water Height, Base To Boom Power Equipment Operators- Tower Crane Up To 175' In $54.04 Under�round Sewer F� Water Height Base To Boom Power Ec�uipment Operators- Transporters, All Track Or $53.49 Under�round Sewer �t Water Truck Type Power Equipment Oqerators- Trenching Machines $52.58 Under�raund Sewer �t Water Power Equipment Qperators- Truck Crane Oiler/driver - 100 $53.00 Under�raund 5ewer �t Water Tons And Over Power Equipment Operators- Truck Crane Oiler/driver Under $52.58 Under�raund 5ewer � Water 100 Tons Power Equi�ment Operators- Truck Mount Portable Conveyor $53.00 Under�round Sewer �t Water Power Equipment Operators- Welder $53.49 Under�round Sewer &t Water Power Ectuipment Operators- Wheel Tractors, Farmall Type $50.22 Under rg ound Sewer £t Water Power Epuipment Operators- Yo Yo Pay Dozer $53.00 i......_ .. iir. ._...- � - ---- � ---n.-� �---- � -' - -'---.. i....__«�- � -� - -�--.. 7A 7A 7A 7A 7A 7A 7A 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P � 8P 8P : 8P : 8P � 3C 8P '; — — � 3C 8P '; 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P F 8P � 8P �� 8P � 8P 8P — 8P c 8P ; 8P 8P ' .�'•3�' 7A 3C 8P ; 7A 3C 8P � 7A 3C 8P ; nn in �r in n i � i u��. i� v• i. i � � t. � � � � ,� �: � � � � �, � � �� � � �� rKing k `King � King ; King ''King : King : King ' King ^ King ' King : King !: King : King : King i King : King � King : King > King King ; King : King � King ' King � King F <King > King `King ' King : King King King �: King Under�round 5ewer Et Water Power Line Ctearance Tree Trimmers Power Line Etearance Tree Trimmers Power Line Ctearance Tree Trimmers Power Line Ctearance Tree Trimmers Pawer Line Clearance Tree Trimmers Residential Gtaziers Residential Insutation Journey Level In Charge Spray Person Tree Equipment Operator Tree Trimmer Trimmer Groundperson Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Residential Laborers Journey Level Residentiat Marbte Setters Journey Level Residential Painters Journey Level Residential PEumbers �t Journey Level P�efitters Residential Refri�eration � Air Journey Level � Finishers Residential Tile Setters Roafers Roafers Sheet Metat Workers Shiqbuilding £� Ship Repair Shiqbuilding � Ship Repair Shipbuildin� & Ship Repair Shipbuildin� & Ship Repair Journey Level (Field or Shop) Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Using Irritable Bituminous Materials Journey Level (Field or Shop) Boilermaker Carpenter Electrician Heat 8 Frost Insulator t...._..iir---....--- ---- . _--n_��---- � -�- -�---�-��-----�zr- � -'- -�---�- $43.76 5A $41.51 5A $43.76 5A $39.10 5A $29.44 5A $71.46 6Z $50.12 5A $28.20 $22.64 $39.62 5D $49.79 5P $30.44 $35.10 7L $26.28 $23.03 $24.09 $24.46 $34.69 $71.46 6Z $41.84 7F $42.15 5A $40.81 5C $50.12 5A $46.96 5A $21.46 $25.17 $44.21 5A $47.21 5A $69.37 7F $39.66 7M $38.24 70 $37.82 70 $58.93 5J 4A 4A 4A n n in � in n i � i u��. i v vi i i : King `King ' King � King King = King ', King King ; King ; King �' King King > King G # King ' King King fi > King King King : King � King � King `' King King : King ; King � King ; King King ; King ' King � King `King Shiqbuitdin� 8 Ship Repair Laborer $36.78 Shiqbuitdin� £r Ship Reqair Machinist $37.81 ShipbuildinQ £� Ship Reqair Operator $40.15 Shiqbuitdin� � Ship Repair Painter $37.79 ShipbuitdinQ �t Ship Repair Pipefitter $37.77 ShiqbuitdinQ E� Ship Repair Rigger $37.76 Shipbuitding Et Ship Repair Sandblaster $36.78 Shipbuilding � Ship Repair Sheet Metal $37.74 ShipbuildinQ � Ship Repair Shipfitter $37.76 ShipbuitdinQ � Ship Repair Trucker $37.59 Shipbuildin� Et Ship Repair Warehouse $37.65 ShiRbuitdinQ & Ship Repair Welder/Burner $37.76 5ign Makers �t Instatlers Sign Installer $22.92 tElectricat) �iSi�n Makers £t Installers Sign Maker $21.36 �Electricat} Si�n Makers �t Installers (Non- Sign Installer $27.28 Electricat) SiQn Makers � installers (Non- Sign Maker $33.25 Electrical} Saft FEoor Laver� Journey Level $42.15 5otar Controls For Windows Journey Level $12.44 5prinkler Fitters (Fire Journey Level $69.59 Protection) 5ta�e Ri�Qin� Mechanics (Nan Journey Level $13.23 Structurat) Stone Masans Journey Level $50.12 Street And ParkinQ Lot Journey Level $19.09 Sweeper Workers SurveYors Assistant Construction Site $52.58 Surveyor Survevors Chainman $52.06 Surveyors Construction Site Surveyor $53.49 Teiecorr7munication Journey Level $22.76 Technicians i Tetephone Line Construction - Cable Splicer $36.01 �utside Tetephone Line Construction - Hole Digger/Ground Person $20.05 Outside Tetephone Line Construction - Installer (Repairer) $34.50 Outside Telephone Line Construction - Special Aparatus Installer I $36.01 Qutside Telephone Line Construction - Special Apparatus Installer II $35.27 Outside Telephone Line Constructian - Telephone Equipment Operator $36.01 Qutside (Heavy) Tetephone Line Canstruction - Telephone Equipment Operator $33.47 t.._...iir_......-�----- �--n_��---�-'--�--..i....__�c.-�-'--�---- 70 70 70 70 70 70 70 70 70 70 5A 5C 5A 7A 7A 7A � � � 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B I 5A 2B 5A 2B n n in �r in n i � au��. ii vi ii �. � � �, �� � � � � � � � � �f � � � � �' i Outside (Light) 'King Telephone Line Construction - Telephone Lineperson $33.47 Outside �King Teleqhone Line Construction - Television Groundperson $19.04 Outside }King Te[ephone Line Construction - Television Lineperson/Installer $25.27 � Outside � King Telephone Line Canstruction - Television System Technician $30.20 � Outside ; King Telephone Line Constructian - Television Technician $27.09 ; Outside ; King Telephone Line Construction - Tree Trimmer $33.47 ; Outside f King Terrazzo Workers Journey Level $46.96 � King Tile Setters Journey Level $21.65 ' King Tile. Marble £� Terrazzo Finisher $37.79 � Finishers � King Traffic Controt Stripers Journey Level $42.33 `King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 WA-Joint Council 28) � King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 € WA-Joint Council 28) : King Truck Drivers Dump Truck �t Trailer $47.91 € King Truck Drrvers Dump Truck (W. WA-Joint $47.07 ' Council 28) ; King Truck Drivers Other Trucks (W. WA-Joint $47.91 � Council 28) � King Truck Drivers Transit Mixer $43.23 ;King Well Drilters & Irrigation PumR Irrigation Pump Installer $17.71 i Instatters : King Well Dritters Et Irri�atian Pump Oiler $12.97 ` Instatters 'King Wett Drillers Et irri�ation Pump Well Driller $18.00 Instatlers i_........ iir_ .....- - - --- � ---n.-��---- � -� - -�--.. i_ ._«r- � -� - -�---- 5A 5A 5A 5A 5A 5A 5A 5A 7A 5D 5D 5D 5D 5D 2B 2B 2B 2B 2B 26 1M 1 1B 1K 3A 3A 3A 3A 3A 1 1 1 1 8L 8L 8L 8L 8L nn�n�inni� � � Department of LaUor and Biduslries ,��*F' gTArf o,� Pre��ailing�l�age o4 6�� ? STATEMENT OF INTENT TO � (360) 902-5335 �, = PAY PREVAILING WAGES ���w�r.ini �v�.eo��ITr.idesl,iccnsin�/I'rcv�14{f;c . � • Tliis form mns[ be typed or prinied in ink. �H'`1889 ��y Public Works Contract • Fill in all blanks or ti�e fm•m will be retarned for correctiou (see insL•uctions). �40.00 Filing Fee Required � • Vleasc allo�v a minimum of 10 working days for processiiig. . Once xpprovcd, your form �vilt bc posted oulinc al Intetlt ID #(Asslg[led by L&I� hlt nr.!!fortres;. �va.��ovi Ini/�vi�nub/tic�roh Por.asu lou[iCo�n�ia�i)'..In(orninliom ...,�: .,,`::�. .^.':f, , -`>,. �.;�; 1�vnrdingA6c�ic'y',,:Informalibu � . �_,;�.' . .�...,' ,..,. �.: ,., ��..,,:; � ... ... . . .:: . _ . .... . . , . � l ow Company Name Pioject Name _.� Conunet Number AliC Cumpany, Ina Rond Rcpuir +��"".� 201 LOIB Yow� Addt�ss Awarding Agency S'��"� �. 123A Mnin Svcct WA Statc llcpanmcnt ol'Transp`o"nation �`;,y,:., City S[ate `Lipi-4 Awarding Agcncy Addwssr�. ,"'" '�� � cy�3*=,`^ii.. �. � e Olympia � WA . 9F501-1234� � POBox49354 ��,i�;;., ��. ,;?�,. Your Contreclor Registration Number Your UL31 Number City � ���=�,���� State I; tl 'Lip+4 ABCCI*0123M 123456789 Olympia �7i�„ �"'' WA ,,„,�� � 98501 Your Indusn�ial insurance Accoun[ Nwnber A�varding Ageney Cnntucl Name � Phone Number � � � �,� � �_� � Iohn Doe �,�,� Sw,: (555)'S55-5555 Your Gmail Address (requiredlor uo�itica�ion ofapproval) Your Phone Number County�Wbeie Wo�ik+Will 13e Perti�rmed �t\, City Whr,re Work Will Ue Pcrfonned ,�., rtvoilin�wa e� ]ni.wa. ov 555 555-5555 '1'hurston.. "��"�""o. ',�`I� Olympia P b S� S � ) - r,=:i.h�r.. ".�!trR�'i;. !i r Addit..... .. :;,. . ,. . ., ,;: � ,. ..`-. �R Cunti�a'ct�lle[ails. :�!:. t i.: � �.��: .;.':: ��:;:�" i .. , � ional D�tefJs.,:: . :: . �.: . . .. ,_. ;� � Yoiu Crpccied Job Stort Dnte (mn�/dd,yyl'Y) �cy �" B�d Due Date (I � ime C'm�trs cfor s) � Award Date (Yri�ne Gouh•�tin�'s) . oiioiizoi i -� �� osioiizoi��,�: �y;�$��i osiioi2oio � � " ' Liduartc 1'otnl Dollar Amount�f�Ynur Contract (including Jub Site Address/Directions �i vY �. rN"' ti'�4� sales tax) or timc ond materials, if npplicuble. � 1000.00 titate Sh�ect a Plum Slreet `�';'4, ��k-, AR2A';Ew�ds �.:.;.°. ��'„'., ';.'� .:.;�'1 ::�: :' �_ Nevth��liahono�,�Encr�,}.�GffcicntiFu'n�s '�';� . �: l .:_��,� . Docs this pro�ec[ uiihze Amci icnn Itecovery nnd Reim estment Act (ARHA�)�funds �. ti Does Ihis pro�ect util��e uny weathei ization or energy efhcicncy �upgrode funds 1� .. , --1 � > . � . w �� .. � „ No !'❑rimeSCo�� ii�tor's Com iNn �:'.Liforiiiutwn ,.;y°, `,'�, , .. _:` }, �'^ HIRnAConiractur's Cum �si�i IuCurmutiou ,� �.--�: -.;':� . :: ����:.:' }y �J .. • i i . _ � 6_ � _y ::: P�ime Conunctor's Company Nnme I'rime Conlrai:tyiis Int�nt Number I1�rtng�Goiih'actor's Company Name � X1 % C:ompany, Inc. 12345G 7n�ti . C�4�i# .:, u�, Super�Y.rvcrs, Inc. Prime Contracta'S IZegislration Numher Pniue Contractoi's 11I31��Ntin7beraryj��; lliring Contrec�a''s Conh�actor RegisUmtion Number Hiring Coulraclor's UT31 Nwnber """,w ,:;ti:ir;y,:� e 32I45G987 XY'LIN"0123AA 987G54321 ;F'�. SUPIiIiPA123AA Cmplo)'irien[liifor�i�xtiou � . ��.� . �P. -:;:: .,���.. :;i; .;., . ���: ��Uo you intend ro use AI�Y subcontinctorsiw"�",y�'�, ;�rt ,� ❑ 1 es �:^��fVo \Vill empiuy�cs perform work on Ihis projeci? � Yes .'❑ No � N'ill ALL work be subcontr<ictedl '+,p� �` �1�y +���Yes ��'��� No Do you int�nd tn use npprentice mnployees? � Yes ❑ No i'n. :�r,�'t :.�,a �'1l.'ia,as�. .•+ ^,:w' "�,-:;i4�i��;E�=_... NumUer uf OwnedOpet�ators who own at leust`30%�of the company,who will perfmm work on the projcct: ❑ Nonc (0) � Onc (1) ❑ T���o (2) ❑ Thrce (3) •�.r��,� ry � ,�E....ts-..��:. . r � Craf[s/Trades/nccupations'=�(Uo not list apprenlices. They arc listcd on the Affidavit of Wages Paid only.) Rnte of Hourly ,,�Y- Numbcr of Natc o(Nom�ly II'an employcu; worAs in more than onc neJe, ensiiic that ull hours worked 'u� each trade are repated belo�v. Usuxl (" 1� ringc") �,;�.;, �.:�. �Vm•kers Pa�� Por addi[ional cmfts/trades/occupalions,��leasc usc`AddcnBmn A DencilLs �:�;�;i� SCr. '�,Ntj't wt� ��� ..�,,.:- L:iborcr-A�phalt'itakcr�`�^. �'' -F_,� t�" . 2 39.28 5.110 � '"��`� 1 48.04 2.15 I'�ro•cr Lqulpment Operator - Asphalt I'lan[ Operutor .; .,,+;.9: TrucicDrivcr-Asphaltblix�:�(ov�rl;l'6�Yils) l 46.47 0.00 I hucll� r� Bly�k'� ,.� �� ��� � ����� � �lions to �um lete tliis foim nnd that�ihe �nCoim�it�on mcluchn �n �dd�nd� me w�ie�l and t6a� �ll worYers I employ c.�, .... . . ' . ,.. ,: .,, ..�,.. .. .. . .. .. } ceit�t ihat I have re.�d .md understnnd th� msuv � �n th�s � p 6 Y Public Workx Proiect will be aid no less tb�� the 1 revuilin � Wfi c Rate s ns detennmed b the lndushtal StnhsuciEm nt the lle �unmcnt ot Lnbo� ¢nd Industnes. I�intlu�ne: . .., _ .. . Print Pitic:.. .. ,,.. Sf+n�tur� , ll»te � MA� roveii b Csinnature of the��, .... , ..>. , -: .5: ;., ,:.; .:_.�. , �. � � Y. . .. '-'`� .�" .:�� .`,:':.� , Dt artment of l.nboi and fndustries lndustrial Slntisllcinn NOTICE: If Nic prime cmilract Is at n cosf of m•rr one niilliun dollnrs (51,000,000.00), KC\Y 39.04.370 recpdres ynu fo complete thc EHII 2805 (2C�V 39.04370) AddenJum and attac0 If � tu �•uur Aflid�ril nf q'nges nf PnfJ ���hen ��our �rurk on 16c proJecl concludes. This is unly u noBce.'fhe EII6 2A05 A�IAendmn is nol submitled �rlth [I�is In�enl. SAMPLE - F700-029-000 Statcnwnl of Iutcu[ lo Pay Prevailiug Wages 03-201 I � � �� � � � � , ' , � � , � � � � ��. � ' � � Department of Labor a�id Iudustries �aq, sTnr�o� Prevailing Wage Yrogram ow b f. (]60) �02-5335 =: � ����:��vJni.���a.�tio��/"fr.idesLicencing!Pre��\'Ja�,ie �s ,� n� y �y'� �eae �o •'I'his form must be typed or printed in ink. • Fill in ALL blanks or tlie fm•m �vill be retucned for correction (sec instructim�s). • Please allow u minimmn of 10 working days for processing. • Once approved, your form will Ue pos[ed onliue at hlihs://lurti'css.wa. ¢ovilui/u�viapuh/Searehf'or.�sn ABC Company Your Address 1234 Main Street OI ia WA Your Contractor Registration Numbcr Your UBI Nu� AQCCl*0123AA 123456789 Your Indush�inl Insw�ance Account Numbcr 111,111-I1 Y'our Email Address (required focnotificxtiou oCapproval) Yo� prevailingwage@Ini.wa.gov (5' AdJiNoiiiil Dclails ..'-. ���.'�: =���. . �;'::..:•�. 1 onr Job Start Date (mn�/dd/yyyy) Yuw Patc Work Conr 2/1 /201 1 3/1 /2011 AFFIDAVIT OF WAGES PAID Public Worlcs Contract $40.00 Filing I+ee Required Affidavit ID # (Assigned by L&I): SAMPLE Continc[ Number 123-456 WA St Departmeut ofTransportation Award ing Agency Address ` � � 1-1234 POBox 123 City � . Sinte Zip+4 Oiym ia WA 9850 Awarding,Agency Contact Nariic �` ' PhoneNamber John Doe (555) 555-5555 nnbcr Coimtv Wherc'Work WasPerformed Citv Whmz Work Was 555-5555 �CoiitrnifDcta'ils :;' ` ' .`i` �.��..`� :::'.:� 6id Uue Da�e (Prime Contractor's) � � Awnrd Dntc (Prime Contrec Ul/201 L : 1/5/20l 1. JoU Site Address/Directions Your Approved Intent�ID.# Indicalc TotuYDollm� Amounl oP�l'our Contract Plum and Statc Sh�cct 12345G (incluiling sules tna). $10,000.00 GII13 28U5 (RC�Y 39A4.370) — I5 the Prime lontractor's � yes �,-No� �'. � �f you unswered Yes to the FHB 2805 question and thc A�mrd Date is 9/1/201Q or Conhact at a cos� of ovcr onc million dollms $ I,000,000 7 �: � � later ou miist com lete and submit the EHl3 2805 C�V 39.04 'i70 Addendnm. AIiItA��Fiinds `�- �' � �Wcathci�zutton o'rSEner'�- E[lic(edt�F�mds, . ' "' Uoes this piroject utilize American Recoveiy and Reinvestmcnt Act (ARRA) funAs'l, Does this project.utiGre any wcatheriratinn or energy efficiency upgrade tunJs ❑ Ycs � No (AItRA or otherwise)? ❑ Ycs � No P�.imc�Coi�tracfor's�Companj';Informution�: .. , . ._ . ��..:�'.i� y. . IIf�•inglCait�actor'.sCumn�nti.�Infui�mntton ,. :YZ Company , l;tsA c:ompany rime Conuac�or's 2egistration Number Prime Contractor's UBI Niimbcr Hiriny Conlractor's Rcgistratiou Nwnber Hiring Coutractor's U131 Numbo� * `� . ,. ,.. .:'; ;:'i � . '� *! � i, 9123 u lui� uenf L forri ation.. �S7G54321 CQAGI 0123AA ,: .. .,::..: . 4SG78 .;. . id you usc AM1'Y subcontraclors? ❑ Ycs (Addendum'N�Renulred) `�� � No Did employccs perfonn work on this project? � Yes ❑ No 'as ALL �vork subconnacted7 ❑ yes G4ddendum I3 Itenuired) � No Did you use ¢pprentice employces? ❑ Yes � No wnber of Owner/Operetors ���ho own at Icast 30% of the compnuy �vho perfonned work on �his project: � None (0) � Onc (1) ❑'Cwo (2) ❑"fhree (3) ou must list thc Rirst und Lnsl Nnmc s of am� Owner/O iera[or c�tormin ��rarlc below isl your G'aflsfl'rndes/Occupatim�s Uclnw - Por Joumey Levcl �Vorkcrs you must Numbcr of Total N of Hours Rate of Hourl�� Kalc of.Hourly �o��ide nIl of the infomitition beluw. Owner/Opera�ors - must provide their First and Last �Vorkers ��'nrked 1'ny Usu:d ("Friugc") �me no other infamation rcyuircd. *'Apprentices are not recorded bclo�r. You must Benefils 'se AddenJum D lo Ilsl A n•enlfces. Ieneral Labor 2 153 41.23 8.54 'aroenter 5 210 52.26 10.13 �Sl�nulurc�I3lock : � _ ��.:'�t� '.l hereby cenify that I have read and unde�stand �he instmc�ions m compteie �his form ond thnt the informalion on Public N'orks Yroject �vere paid no less than the Prevailing Wage Rate(s) as delcimined by Ihe (ndustriul Stalistic PrincName: Jane Doe [��t��c�ICIc: Bookkee Cl Si nnhn•c: �oi�7:C1`Usc Oril ': '�A1'I'ROVr,D: �.: . Dcpurtmenlol'�laborand.,l�,.. ,., ...� , ...�.. . .,.�. idusu'ics iQ Industrial Stutis�ician SAMPLE - P700-007-000 Atfidavit of Wages Paid 3-20� I Nnme any udJendu is co�rec� mid thnt ell workcrs I emplq�ed on �aiimcnt o(Labor und Induslries. Date:3/5/2011 SPECIAL PROVISIONS � ! 1 ' , ' , � � LJ � � � 1 � , , � , � SPECIAL PROVISIONS .....................................................................................................................10 1-01 DEFINITIONS AND TERMS .....................................................................................................10 1-01.1 General ...............................................................................................................................10 1-01.3 Definitions .........................................................................................................................10 1-02 BID PROCEDURES AND CONDITIONS ..................................................................................12 1-02.1 Prequalification of bidders ...............................................................................................12 1-02.2 Plans and Specifications ...................................................................................................12 1-02.5 Proposal Forms .................................................................................................................12 1-02.6 Preparation of Proposal ....................................................................................................13 1-02.6(1) Proprietary Information ...............................................................................................13 1-02.7 Bid Deposit ........:...............................................................................................................13 1-02.9 Delivery of Proposal .........................................................................................................14 1-02.12 Public Opening of Proposals ...........................................................................................14 1-02.13 Irregular Proposals ..........................................................................................................14 1-02.14 Disquali�cation of Bidders .............................................................................................14 1-02.15 Pre Award Information ...................................................................................................15 1-03 AWARD AND EXECUTION OF CONTRACT ............................................................................15 1-03.1 Consideration of bids ........................................................................................................15 1-03.2 Award of Contract .............................................................................................................15 1-03.3 Execution of Contract .......................................................................................................15 1-03.4 Contract Bond ...................................................................................................................16 1-03.7 Judicial Review ..................................................................................................................16 1-04 SCOPE OF WORK ..................................................................................................................16 1-04Z Coordination of Contract Documents ... ...........................................................................16 1-04.3 Contractor-Discovered Discrepancies ..............................................................................17 1-04.4 Changes .............................................................................................................................17 1-04.8 Progress Estimates and Payments ............................................................................:.......17 1-04.11 Final Cleanup ..................................................................................................................17 1-05 CONTROL OF WORK .............................................................................................................17 1-05.4 Conformity With and Deviation from Plans and Stakes ..................................................17 1-05.4(3) Contractor Supplied Surveying ....................................................................................18 1-05.4(4) Cantractor Provided As-Built Information ..................................................................19 1-05.7 Removal af Defective and Unauthorized Work ...............................................................19 1-05.10 Guarantees ......................................................................................................................20 0 1-05.11 Finallnspection ...............................................................................................................20 1-05.11(1) Substantial Completion Date .....................................................................................20 1-05.11(2) Final Inspection and Physical Completion Date ........................................................21 1-05.11(3) Operational Testing ....................................................................................................21 1-05.12 Final Acceptance .............................................................................................................22 1-05.13 Superintendents, Labor and Equipment of Contractor .................................................22 1-05.14 Cooperation with Other Contractors .............................................................................22 1-05.16 Water and Power ............................................................................................................22 1-05.17 Oral Agreements .............................................................................................................22 1-05.18 Contractor's Daily Diary ..................................................................................................23 1-06 CONTROL OF MATERIAL .......................................................................................................23 1-06.1 Approval of Materials Prior to Use ..................................................................................23 1-06.2(1) Samples and Tests for Acceptance ...............................................................................24 1-06Z(2) Statistical Evaluation of Materials for Acceptance ......................................................24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ................................................24 1-07.1 Laws to be Observed .........................................................................................................24 1-07.2 State Sales Tax ...................................................................................................................25 1-07.2(1) General .........................................................................................................................25 1-07.2(2) State Sales Tax - Rule 171 ............................................................................................26 1-07.2(3) State Sales Tax - Rule 170 ............................................................................................26 1-07.2(4) Services .........................................................................................................................26 1-07.6 Permits and Licenses .........................................................................................................26 1-07.9 Wages ................................................................................................................................27 1-07.9(5) Required Documents ....................................................................................................27 1-07.11 Requirements for Non-Discrimination ...........................................................................27 1-07.11(11) City of Renton Affidavit of Compliance ...................................................................27 1-07.12 Federal Agency Inspection ..............................................................................................27 1-07.13 Contractor's Responsibility for Work .............................................................................27 1-07.13(1) General .......................................................................................................................27 1-07.15 Temporary Water Pollution/Erosion Control .................................................................27 1-07.16 Protection and Restoration of Property .........................................................................27 1-07.16(1) Private/Public Property ..............................................................................................28 1-07.17 Utilities and Similar Facilities .........................................................................................29 1-07.17(1) Interruption of Services .............................................................................................30 1-07.18 Public Liability and Property Damage Insurance ...........................................................30 2 1-07.18(1) General .......................................................................................................................30 1-07.18(2) Coverages ....................................................................................................................30 1-07.18(3) Limits ..........................................................................................................................32 1-07.18(4) Evidence of Insurance : ...............................................................................................33 1-07.22 Use of Explosives ............................................................................................................33 1-07.23 Public Convenience and Safety ......................................................................................33 1-07.23(1) Construction Under Traffic .........................................................................................33 1-07.23(2) Construction and Maintenance of Detours ...............................................................34 i-07.24 Rights of Way ..................................................................................................................34 1-07.28 Confined Space Entry ......................................................................................................35 1-08 PROSECUTION AND PROGRE55 ...........................................................................................36 1-08.0 Preliminary Matters ..........................................................................................................36 1-08.0(1) Preconstruction Conference ........................................................................................36 1-08.0(2) Hours of Work ..............................................................................................................37 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ....................38 1-08.1 Subcontracting ..................................................................................................................38 1-08.2 Assignment .......................................................................................................................38 1-08.3 Progress Schedule .............................................................................................................38 1-08.4 Notice to Proceed and Prosecution of the Work .............................................................39 1-08.5 Time For Completion ........................................................................................................39 1-08.6 Suspension of Work ..........................................................................................................41 1-08.7 Maintenance During Suspension ..:..................................................................................41 1-08.9 Liquidated Damages .........................................................................................................41 1-08.11 Contractor's Plant and Equipment .................................................................................41 1-08.12 Attention to Work ....................................................:......................................................42 1-09 MEASUREMENT AND PAYMENT ............................ ................................... 42 1-09.1 Measurement of Quantities .............................................................................................42 1-09.3 Scope o.f Payment .............................................................................................................43 1-09.6 Force Account ...................................................................................................................43 1-09.7 Mobilization ......................................................................................................................43 1-09.9 Payments ...........................................................................................................................44 1-09.9(1) Retainage ......................................................................................................................45 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts ..................45 1-09.9(3) Final Payment ...............................................................................................................46 1-09.11 Disputes and Claims ........................................................................................................46 3 1-09.11(2) Claims .........................................................................................................................46 1-09.11(3) Time Limitations and Jurisdiction ..............................................................................47 1-09.13 Claims and Resolutions ....................................................................................................47 1-09.13(3) Claims $250,000 or Less .........................................................:...................................47 1-09.13(3)A Administration of Arbitration ..................................................................................47 1-09.13(3)B Procedures to Pursue Arbitration ............................................................................47 1-09.14 Payment Schedule ..........................................................................................................47 1-09.14(1) Scope ..........................................................................................................................47 1-09.14(2) Bid Items .....................................................................................................................48 1-10 TEMPORARY TRAFFIC CONTROL ..........................................................................................48 1-10.1 General ..............................................................................................................................48 1-10.2(1)B Traffic Control Supervisor ..........................................................................................49 1-10.2(2) Traffic Control Plans .....................................................................................................49 1-10.3 Flagging, Signs, and All Other Traffic Control Devices .....................................................50 1-10.3(3) Construction Signs ........................................................................................................50 1-10.4 Measurement ....................................................................................................................50 1-10.5 Payment ............................................................................................................................50 1-11 RENTON SURVEYING STANDARDS .......................................................................................50 1-11.1(1) Responsibility for surveys ............................................................................................50 1-11.1(2) Survey Datum and Precision ........................................................................................50 1-11.1(3) Subdivision Information ...............................................................................................51 1-11.1(4) Field Notes ....................................................................................................................51 1-11.1(5) Corners and Monuments .............................................................................................51 1-11.1(6) Control or Base Line Survey .....................................:...................................................51 1-11.1(7) Precision Levels ............................................................................................................52 1-11.1(8) Radial and Station -- Offset Topography ......................................................................52 1-11.1(9) Radial Topography ........................................................................................................52 1-11.1(10) Station--Offset Topography ......................................................:.................................52 1-11.1�11) As-Built Survey ...........................................................................................................52 1-11.1(12) Monument Setting and Referencing ............:............................................................53 1-11.12 Materials .........................................................................................................................53 1-11.12(1) Property/Lot Corners .................................................................................................53 1-11.12�2) Monuments ................................................................................................................53 1-11.12�3) Monument Case and Cover .......................................................................................53 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .............................................................53 4 � ' � �� � , �� � � 2-01.1 Description ........................................................................................................................53 2-01.2 Disposal of Usable Material and Debris ...........................................................................54 2-01.5 Payment ............................................................................................................................54 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ................................................................54 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs ..............................................................54 2-02.4 Measurement ....................................................................................................................54 2-02.5 Payment ............................................................................................................................54 2-03 ROADWAY EXCAVATION AND EMBANKMENT ....................................................................55 2-03.3 Construction Requirements ..............................................................................................55 2-03.4 Measurement ....................................................................................................................56 2-03.5 Payment ............................................................................................................................56 2-04 HAUL .....................................................................................................................................56 2-04.5 Payment ............................................................................................................................56 2-06 SUBGRADE PREPARATION ...................................................................................................56 2-06.5 Measurement and Payment ............................................................................................56 2-09 STRUCTURE EXCAVATION ....................................................................................................56 2-09.1 Description ........................................................................................................................57 � 2-09.3(1)D Disposal of Excavated Material .................................................................................57 2-09.4 Measurement ....................................................................................................................57 � � , � � �J � , �� 2-09.5 Payment ............................................................................................................................57 5-04 ASPHALT CONCRETE PAVEMENT .........................................................................................58 5-04.2 Materials ...........................................................................................................................58 5-04.3 Construction Requirements ..............................................................................................58 5-04.3(5) Conditioning the Existing Surface ................................................................................58 5-04.3(5)A Preparation of Existing Surface .............................................................:...................59 5-04.3(7)A Mix Design .........:........................................................................................................59 5-04.3(8�A Acceptance Sampling and Testing—HMA Mixture ...................................................60 5-04.3(10)B Control ......................................................................................................................60 5-04.5 Payment ............................................................................................................................60 5-04.5(1)A Price Adjustments for Quality of HMA Mixture ........................................................60 5-04.5(1)B Price Adjustments for Quality of HMA Compaction .................................................61 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS .............................................................61 5-06.1 Description ........................................................................................................................61 5-06Z Materials ...........................................................................................................................61 5-06.3 Construction Requirements ..............................................................................................62 5 7-01 DRAINS .................................................................................................................................62 7-01.2 Materials ...........................................................................................................................62 7-01.3 Construction Requirements ..............................................................................................62 7-01.4 Measurement ....................................................................................................................62 7-02 CULVERTS .............................................................................................................................62 7-02.2 Materials ...........................................................................................................................62 7-04 STORM SEWERS ...................................................................................................................63 7-04.2 Materials .................................................................................:.........................................63 7-04.4 Measurement ....................................................................................................................63 7-04.5 Payment ............................................................................................................................63 7-05 MANHOLES, INLETS, AND CATCH BASINS ...........................................................................63 7-05.3 Construction Requirements ..............................................................................................63 7-05.3(1) Adjusting Manholes and Catch Basins to Grade ..........................................................63 7-05.3(2) Abandon Existing Manholes ........................................................................................64 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes ....................................................................65 7-05.3(3) Connections to Existing Manholes ...............................................................................65 7-05.3(5) Manhole Coatings ........................................................................................................65 7-05.4 Measurement ....................................................................................................................66 7-05.5 Payment ............................................................................................................................66 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ..................................................................66 7-08.3 Construction Requirements ..............................................................................................66 7-08.3(1)C BeddingthePipe ........................................................................................................66 7-08.3(1)D Pipe Foundation ........................................................................................................66 7-08.3(2)A Survey Line and Grade ...............................................................................................67 7-08.3(2)B Pipe Laying — General .................................................................................................67 7-08.3(2)E Rubber Gasketed Joints ..............................................................................................67 7-08.3(2)H Sewer Line Connections ............................................................................................67 7-08.3(2)J Placing PVC Pipe ..........................................................................................................68 7-08.3(3)A Backfilling Sanitary Sewer Trenches ..........................................................................68 7-08.4 Measurement ....................................................................................................................68 7-08.5 Payment ............................................................................................................................69 7-09 PIPE AND FIITINGS FOR WATER MAINS ..............................................................................69 7-09.3(15)A Ductile Iron Pipe ......................................................................................................69 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ..................................................69 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene ..........................................69 � r � IJ � LJ' �l IJ � � � �1 � � 7-09.3(19)A Connections to Existing Mains ................................................................................69 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ........................................................70 7-09.3(23) Hydrostatic Pressure Test ...........................................................................................70 7-09.3(24)A Flushing and .............................................................................................................71 7-09.3(24)D Dry Calcium Hypochlorite ........................................................................................72 7-09.3(24)K Retention Period ......................................................................................................72 7-09.3(24)N Final Flushing and Testing .......................................................................................72 7-09.3(25) Joint Restraint Systems ..............................................................................................72 7-09.4 Measurement ..............................................................................:.....................................73 7-09.5 Payment ............................................................................................................................74 7-12 VAWES FOR WATER MAINS ..............................................................................................:..74 7-12.3(1) Installation of Valve Marker Post .................................................................................74 7-12.3(2) Adjust Existing Valve Box to Grade ..............................................................................74 7-12.4 Measurement ....................................................................................................................75 7-12.5 Payment ............................................................................................................................75 7-14 HYDRANTS ............................................................................................................................75 7-14.3(1) Setting Hydrants ...........................................................................................................75 ' 7-14.3(3) Resetting Existing Hydrants .........................................................................................76 7-14.3(4) Moving Existing Hydrants ............................................................................................76 � 7-14.5 Payment ............................................................................................................................76 7-15 SERVICE CONECTIONS ..........................................................................................................76 ' � 7-15.3 Construction Details .........................................................................................................76 7-15.5 Payment ............................................................................................................................77 7-17 SANITARY SEWERS ...............................................................................................................77 7-17.2 Materials ...........................................................................................................................77 � 7-17.3 Construction Requirements ..............................................................................................77 7-17.3(1) Protection of Existing Sewerage Facilities ...................................................................77 , 7-17.3(2)H Television Inspection .................................................................................................77 7-17.4 Measurement ....................................................................................................................77 � :J �] �� 7-17.5 Payment ............................................................................................................................78 8-09 RAISED PAVEMENT MARKERS .............................................................................................78 8-09.5 Payment ............................................................................................................................78 8-13 MONUMENT CASES .............................................................................................................79 8-13.1 Description ........................................................................................................................79 8-13.3 Construction Requirements ..............................................................................................79 7 8-13.4 Measurement ....................................................................................................................79 8-13.5 Payment ............................................................................................................................79 8-14 CEMENT CONCRETE SIDEWALKS .........................................................................................79 8-14.3(4) Curing ............................................................................................................................79 8-14.4 Measurement ....................................................................................................................79 8-14.5 Payment ............................................................................................................................80 8-17 IMPACT ATTENUATOR SYSTEMS ..........................................................................................80 8-17.5 Payment ............................................................................................................................80 8-ZO ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ...........................................80 8-20.2(1) Equipment List and Drawings ......................................................................................80 8-22 PAVEMENT MARKING ..........................................................................................................80 8-22.1 Description ........................................................ 8-22.3(5) Installation Instructions ..................................... 8-22.5 Payment ................................................................... 8-23 TEMPORARY PAVEMENT MARKINGS ......................... ................................... .................................... ................................... ................................... ............80 ............81 ............81 ............82 8-23.5 Payment ............................................................................................................................82 9-03.8(7) HMA Tolerances and Adjustments ................................................................................82 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ........................................................82 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ..............................................................................82 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) ...............................................................82 9-05.7(2)A Basis for Acceptance (RC) ..........................................................................................83 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) ................................................:......................83 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ...........................................................83 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ............................................................................83 9-05.12 Polyvinyl Chloride (PVC) Pipe .........................................................................................83 9-05.12(3) CPEP Sewer Pipe .........................................................................................................84 9-05.14 ABS Composite Sewer Pipe ............................................................................................84 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe .........................................................................84 9-05.22 High Density Polyethylene Piping ..................................................................................84 9-08 PAI NTS ..................................................................................................................................86 9-08.8 Manhole Coating System Products ..................................................................................86 9-08.8(1) Coating Systems Specification .....................................................................................86 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ...........................................................86 9-23.9 Fly Ash (RC) .......................................................................................................................86 9-30 WATER DISTRIBUTION MATERIALS ......................................................................................86 E:3 9-30.3(1) Gate Valves (3inches to 12 inches) ..............................................................................86 9-30.3(3) Butterfly Valves ............................................................................................................87 9-30.3(5) Valve Marker Posts .................................................................................:.....................87 9-30.3(7) Combination Air Release/Air Vacuum Valves ..............................................................87 9-30.3(8) Tapping Sleeve and Valve Assembly ............................................................................88 9-30.3(9) Blow-Off Assembly .......................................................................................................88 9-30.5 Hydrants ............................................................................................................................88 9-30.5(1) End Connections (RC) ...................................................................................................88 9-30.5(2) Hydrant Dimensions .....................................................................................................88 9-30.6(3)B Polyethylene Pipe ......................................................................................................89 9-30.6(4) Service Fittings .............................................................................................................89 9-30.6(5) Meter Setters ................................................................................................................89 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED ............................89 C 09/27/2013 SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: �******� Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: �******� Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for "Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the � � 09/27/2013 r-� L_ J �I II� �� Contract time. Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Date of Commencement: The date stated in the Notice to Proceed on which the Contract Time begins. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. � Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. � � � � Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. � Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed � substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. , � � � Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Poi nts � Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. � � � Provide Means "furnish and install" as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive [[� 09/27/2013 officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: �******� Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: (******� Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 4 Furnished 17") and contract automatically upon rovisions award Large Plans (22" x 34") 4 Furnished only upon re uest Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******� 12 � � � �. � r � u I � 09/27/2013 At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the Work. It will also list � estimated quantities, units of ineasurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder's name, address, telephone number, and � signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. � � � , � � � � � � � � The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. The Contracting Agency reserves the right to reject any bids that fail to provide a cost proposal all alternates and additives set forth in the proposal forms. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name,.by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: �******� All prices shall be in legible figures written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), where a conflict arises the unit price shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. (******� Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5(five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: (******� Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; � 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents � five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the � 13 09/27/2013 person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02:9 Delivery of Proposal Revise the first paragraph to read: �******) Each proposal shall be submitted in a sealed envelope, with Proiect Name and Proiect Number as stated in the Advertisement for Bids, clearlv marked on the outside of the envelope. Or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******� The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: �******� 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so repuired; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Revise this section to read: �******) 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contractin� A�encv, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as mav have been determined bv a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; 14 � � � � � , � � � � � ' � � � �� � ' L � 09/27/2013 r) � � � � �� � � � L� A bidder is not authorized to do business in the State of Washington (not re�istered in accordance with RCW 18.27) There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: �******) , Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copv of, a business license to do business in the citv and/or countv where the Work is located; 7. A copv of State of Washin�ton Contractor's Re�istration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: (******� All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract � Section 1-03.2 is supplemented with the following: (******� The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder � within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. �� � , i 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: �******� Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any� materials ordered before the Contract is executed by the Contracting Agency. � If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. � � The Contracting Agency is prohibited by RCW.39.06.010 from executing a contract with a Contractor who 15 09/27/2013 is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: �******� The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: (******� Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Contracting Agency's Standard Plans (if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction m � � � E� � � � , � � � ' � � 09/27/2013 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: (******� Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discover.ed. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: (******� Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: �******) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final. in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******� All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes � Section 1-05.4 is supplemented with the following: (******� If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-OS, 1-11 and elsewhere in these Specifications as � being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. , The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. � � The Contractor shall provide a work site, which has been prepared to permit construction staking to 17 o9iz�izo � 3 proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or.to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. . The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: �******� When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer 18 � � � � � � � ' I � � � � , � � � �� � � � r-, J � � � I� �. � � 09/27/2013 may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a new section: �******� It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and. Electrical Cabinets. , After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as � he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. � � � � � L� � � � All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As- Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: �******� Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the V1/ork within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. � 09/27/2013 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: �******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Finallnspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: �******) When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial 20 � , � � � r � � i � t �J � � LJ � LJ L� � J ► �� �J � � � �l � �� � � 09/27/2013 Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the WorK substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasonstherefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: (******� When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in � writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. � i � 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: �******� Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If.the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and � operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a � period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion � Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, � 21 09/27/2013 electrical controls, meters, or other devices and equipment to be tested during this period shall be tested• under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: (******� The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to, read: �******� . Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contractin� A�encv will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******� The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are 1. 2. 3. 4. 5. 6. 7. 8. Puget Sound Energy (gas and electric) AT&T Broadband Qwest Communications City of Renton (water, sewer, transportation) Soos Creek Sewer and Water District Cedar River Sewer and Water District Skyway Sewer and Water District Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: (******� The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: �******� No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall �� t � � � � � � � � � � � � � i � � � 09/27/2013 be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******� The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other seryices furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: 23 09/27/2013 (******� The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: �******� The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: , �******) Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******� The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate r,emoval to a hospital or doctor's care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the 24 L� � r, LJ � � � � � � � � CJ � L� L: L_� � � o9,�v�o� s � conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance � does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. 1-07.2 State Sales Tax � Delete this section, including its sub-sections, in its entirety and replace it with the following: �******� 1-07.2(1) General ` The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the � Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its p'ayment if the Contractor bases a bid on a misunderstood tax liability. , The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. # The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been � paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. t � i � i � � 1 � � 25 09/27/2013 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses . Section 1-07.6 is supplemented as follows: �******� The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by 26 � 09/27/2013 � � � '� L� � the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: �******� The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: (******� Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection � Section 1-07.12 is supplemented with the following: �******� Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments � therefo supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. L� � � � � � � � � The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: �******� During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer,. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: (******) In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.16 Protection and Restoration of Property 27 09/27/2013 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: (******� The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused 28 � � 09/27/2013 by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. � 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: �******� Existing utilities indicated in the Plans have been plotted from the best information available to the � Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the � Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. L� � � LJ � � All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location � Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. � The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. � Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the � Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. � :_J � � If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be. made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, 29 09/27/2013 at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: �******� Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: �******� 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 30 � 09/27/?Ol 3 � � � I1 B. C. D. E. Coverage to 6e on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. Pa 3 4. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the �minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations � Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury � Stop Gap Liability Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles Workers' Compensation � Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. Professional Liability -(whenever the work under this Contract includes Professional Liability, including Advertising activities) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (I50 Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City 31 09/27/2013 reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or,� at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* Products/Completed Operations Aggregate Each Occurrence Limit Personal/Advertising Injury Fire Damage (Any One Fire) Medical Payments (Any One Person) Stop Gap Liability * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liabilit Bodily Injury Property Damage (Each Accident) Workers' Compensation Statutory Benefits - Coverage A (Show Washington Labor and Industries Number) Umbrella Liabilitv Each Occurrence Limit General Aggregate Limit Products/Completed Operations Aggregate Professional Liabilit i If re uired Each Occurrence�cident Claim Aggregate Pollution Liabilitv (If required) to apply on a per proiect basis Per Loss Aggregate $2,000,000 ** $2,000,000 ** $1,000,000 $1,000,000 $50,000 $5,000 $1,000,000 $1,000,000 Variable $1,000,000 $1,000,000 $1,000,000 $1,000,000 $2,000,000 $1,000,000 $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. 32 09/27/2013 The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1- 07.18(3) as revised above. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: (******� Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07Z3 Public Convenience and Safety � 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: �******� To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work � with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the � Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected � by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. S. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 33 09/27/2013 Section 1-07.23(1) is supplemented by adding the following: (******� The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. a; .c�-. .. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours �******� Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, drivewav, or path during construction, Detour crossings of intersecting highway, and Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: �******� Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. 34 � 09/27/2013 � Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. [J � � � � � � lJ � � � � � Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 35 09/27/2013 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: �******� 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: �******) The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be i nvited. The Contractor shall prepare and submit at the preconstruction meeting: � Contractor's plan of operation and progress schedule (3+ copies) � Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) � List of materials fabricated or manufactured off the project � Material sources on the project � Names of principal suppliers -� Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) � Weighted wage rates for all employee classifications anticipated to be used on Project � Cost percentage breakdown for lump sum bid item(s) � Shop Drawings (bring preliminary list) � Traffic Control Plans (3+ copies) � Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings — schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work, time extensions Change order procedures � � 09/27/2013 Progress estimates, procedures for payment � Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor � Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing.and administration of public complaints Easements and rights-of-entry � Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be � prepared for their review and discussion of progress schedule and coordination. � �' 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: �******) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. � If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such � requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time " working hours Monday through Friday may be given subject to certain other conditions set forth by the � Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting � Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. LJ � � � 37 09/27/2013 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******� Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to Work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall reauire each subcontractor of every tier to meet the responsibilitv criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: �******� . Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: (******) The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 38 � I�V � l_.J � 09/27/2013 S. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. � The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. �' Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. � Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of � the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance: The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. � � � � � � The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: �******� Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Sectiorr 1-08.5 are deleted and replaced with the following: �******� The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before 39 09/27/20I3 Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. Because the City will be closed and the employees furloughed, the following dates shall also be considered non-working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October 12, 2009; and Wednesday, November 25, 2009. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: �******� The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Propertv owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: (******� Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose 40 , � i� 09/27/2013 the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. � 1-08.6 Suspension of Work Section 1-08:6 is supplemented as follows: �******) Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the � written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. � � � � � � If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: �******� At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: �******� In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: (******� The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 41 09/27/2013 1-08.12 Attention to Work Section 1-08.12 is a new section: (******� The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: �******� Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 42 � 09/27/2013 4. Net load weight (stamped at source) � 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt � 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment � Section 1-09.3 is supplemented by adding the following: �******) The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the ,� specified Work. Should a bid item be listed in a"Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract � per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item;' and "Pay Item;' and similar terms used throughout the Contract Documents are synonymous. � If tfie "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material � essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. '� Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished;' or "furnished and installed" under � these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not fo be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent � allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: (******) Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. �' 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: (******� Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the � Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile � machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and j 43 09/27/2013 chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization & Demobilization;' Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: � �******) Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: �******) Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 44 ' � � � jl � � � �� L� �: � 09/27/2013 � 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: �******� The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nar any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: �******� In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: . a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. � e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title SO and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. 45 09/27/20I3 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: �******) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; . 2. For all things done or furnished .in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not �elease the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is, unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30- calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: 46 '. 09/27/20l 3 �******� � Failure to. submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1- 09.9. �� �� � � .� � � � � 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: (******� ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: �******� The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: (******� The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the countv in which the Contractin� A�encv's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: �******� The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: (******� GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: �******� A. Payment for the various items of the bid sheets, as further specified herein, shall include all Cyl 09/27/2013 compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items See section 18 of the Technical Provisions for the Bid Items. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: �******) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: (******� When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 48 � 09/27/2013 6. � 7. � � � � 10. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or � services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative 1 cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's � modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. �J � � � � Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices( MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: �******� A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: (******� The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the , 49 09/27/2013 traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: �******� No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: �******) No specific unit of ineasurement will apply to the lump sum item of "Traffic Control". No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: �******) Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "Traffic Control;' Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******� 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 198�31. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130- 060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. �Y�] � 09/27/2013 � The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS � Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum � of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout �` the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a . description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1 1-11.1(4) Field Notes , Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at � each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per � Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and � including one-sixteenth corners; and �� • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street - intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey � Control or Base Line Surveys shall be established for all construction projects that will create permanent � structures such as Foads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent � monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable � requirements of Section 1-11.1 herein. � 51 09/27/2013 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic �mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-OSO and shall conform to the City of Renton's Drafting Standards. American Pub.lic Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed tlie standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station- offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as- built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. 52 � � u �, � � 09/27/2013 All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-bu.ilt" drawings which includes a statement certifying the accuracy of the "as- built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), �. street intersections, center pcints of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. � � �_ � �� � For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one- sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 8�31 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: �******� The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the 53 09/27/2013 limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (******� The Contractor shall dispose of all debris by Disposal Method No. 2— Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: (******� The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: (******) Item "1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: (******� Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: (******� "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. 54 �, �� L__1 �1 � � � � 09/27/20I3 "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: (******� Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades �; and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. ,� � � Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. 55 09/27/2013 If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: �******� At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: �******� Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul;' per cubic yard "Removal and Replacement of Unsuitable Foundation Material," per ton "Gravel Borrow Including Haul;' per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: �******� All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: �******� Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION �Y� � 09/27/2013 � 2-09.1 Description Section 2-09.1 is supplemented by adding the following: (******� This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, ' swampy or unsuitable materials, including buried logs and stumps. .� C� 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: (******� . The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: �******�... Gravel backfill. Gravel backfill, except when used as bedding fo� culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: �******� Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the Contract. "Shoring or Extra Excavation Class B", per square foot. � The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. �� 57 � 09/27/2013 "Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: �******� Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: �******� Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2% inches, followed by �/8-inch minus crushed surfacing top course placed to a compacted thickness of 1%z inches. HMA Class %z" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. Damaged asphalt-concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement-concrete driveways shall be removed to the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: 58 � i i � � � ,� � L � � o9izvzo� 3 �*****) The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(S)A is supplemented as follows: �*****� The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: (*****) Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. 59 09/27/2013 The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: (*****� 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: �*****� Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: �*****� Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent All aggregate passing: 1%2", 1", %", %', �/8" and No. 4 sieves aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 All aggregate passing No. 200 sieve Asphalt bi Factor 2 3 20 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance .1 � � 09/27/2013 limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. � � �� For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: (*****� The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: (******� 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. W ithin paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. 5-06.2 Materials � The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. � � � Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. C'iJ o9iz�izo i 3 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: �******) Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: (******� The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap-on, screw-on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: �******� When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: (******� Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-OS.S. Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that reference is also made to PVC. 62 � � � �' �. � � �i � ,� �� � � � 09/27/20l 3 7-04 STORM SEWERS 7-04.2 Materials The second paragraph of Section 7-04.2 is revised as follows: (******� Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated, corrugated iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. � � �� � � �� � �' Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: (******� The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7-04.5 Payment . The second and third paragraphs of Section 7-04.5 are revised as follows: �******� The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made. 7-OS MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements � Section 7-05.3 is supplemented by adding the following: �******� All manholes shall have eccentric cones and shall have ladders. � �J Sanitary sewer pipe to manhole connections shall be "Kor-n-Seal" boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: (******� Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. 63 09/27/2013 The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6" above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is compteted, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: �******� Where it is required that an existing manhole be abandoned, the structure shall be broken down to a 3! � � � �' � � 09/27/2013 depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: �******� Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be.abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes �� Section 7-05.3(3) is supplemented by adding the following: (******� Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to ;� fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. � � � �' � � � � Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n- Seal" boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A"connection to existing" item will be allowed at any connection of a new line to an existing structure, or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-OS.S is an added new section: �******� All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) 65 09/27/2013 Color: � Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) � White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: �******) Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-OS.S is supplemented as follows: (******� "Adjust Existing ," per each. The unit contract price per each for "Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the Work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 7-OS GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: �******� Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: (******� Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9- 03.9(1) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. GT.� � � � ,�, � � i� � � ,� � � � � � � � �� � LJ � 09/27/2013 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: �******� Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying — General Section 7-08.3(2)B is supplemented by adding the following: (******� Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/z" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight- tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be perm itted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the � Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: (******� Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint � system. Any damaged pipe shall be replaced by the Contractor at his expense. � � � � 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: �******� All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall 67 o9iz�i�o i 3 be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: (******� In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) �******� To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6� inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations, then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-03.19 shall be used. All native or imported backfill material shall be compacted to 95% of maximum dry density per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: (******� Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul, as specified in 2-09, or by the ton. 68 � � � � � � �� � ,� '� � � � � � � , �� u � � � � � Ly' � � 09/?7/2013 7-08.5 Payment Section 7-08.5 is replaced with: (******� Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe", per each. "Commercial Concrete", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B", per square foot. If this pay item is not in the Contract, then it shall be incidental. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: (******� Long radius (S00 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: �******� Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: �******� The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA C10,5i/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: �******� The Contractor may be required,to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. No Work shall be performed on the connections unless a representative of the water department is .• 09/27/2013 present to inspect the Work. When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will be done by City forces as provided below: Citv Installed Connections: Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping, dimensions, and elevations to assure proper fit. Connections to the existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the Work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials, equipment and labor necessary to properly complete the Work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) has been supplemented by adding the following: �******� Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint (shackle rods), where required, shall be installed in accordance with Section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels, shackle rods, installation and removal of formwork. Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: �******) A hydrant meter and a backflow prevention device will be used when drawing water from the City system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and�the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Engineer. 70 ' � � � � � LJ � �� , �1 � 09/27/2013 Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH PSI 450 400 350 275 250 225 200 6" 0.95 0.90 0.84 0.75 0.71 0.68 0.64 8�� 1.27 1.20 1.12 1.00 0.95 0.90 0.85 Nominal Pipe Diameter in inches 10" 12" 1.59 1.91 1.50 1.80 1.40 1.69 1.24 1.49 1.19 1.42 1.13 1.35 1.06 _ _ 1.28 16" 2.55 2.40 2.25 1.99 1.90 1.80 1.70 20" 3.18 3.00 2.81 2.49 2.37 2.25 2.12 24" 3.82 3.60 3.37 2.99 2.85 2.70 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P 7400 in which: L = Allowable leakage, gallons/hour N= No. ofjoints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test, psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod." Is deleted. � 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: �******� , Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. ' � � , ' The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-A5, 21b/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection:' is deleted. Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing water system, shall not be disposed into the storm drainage system or any water way. 71 09/27/2013 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: �******� Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/I. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: (******� Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: (******) General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5i/g" for 2" and 3" mechanical joints, 3�4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 Ibs. minimum for 5,/$" and 60,000 Ibs. minimum for �/4" by heat treating (quenching and tempering) to manufacturer's reheat and hardness specifications. SST 753: 3�/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: �4" same as SST 7, except 1" eye for 7/g" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: .�$" and �4", ASTM A563, grade C3, or zinc plated. S8: .5�/8" and �4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for �$" and �/4" tierods, ASTM A563, grade C3. S10: for �8" and �4" tierods, ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: �/$" and �4" diameter, ASTM A242, type 2; ANSI 61.1. S12: 5,/$" and �4" diameter, ASTM A36, A307. 72 ' � � � � � �u r ,� ' � � � , , � ' � ' ' ' 09/27/2013 Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI 618.22.1. t Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for �4" nuts. , Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. ' Pipe Diameter 4" ................... 6" ................... 8�� 10" .................. 12" .................. 14" Number of 3/4" Tie Rods Required ...........................2 ...........................3 ...........................4 ...........................6 8 , ' 1 , ............................................. 16" .............................................8 18" .............................................8 20" .............................................10 24" .............................................14 30" ............................................. (16-7/8"rods) 36" ............................................. (24-7/8"rods) Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of , holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater , than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m, or approved equal. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m, or approved equal. Tiebolts, tienuts, tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Measurement and Paymeo�t Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.4 is revised as follows: �******) Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead-man blocks will be per cubic-yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead-man blocks shall be considered incidental to the installation of the water 73 09/27/2013 main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: (******� "Furnish and Install Ductile Iron Water Main & Fittings", per lineal foot. The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron Water Main & Fittings" shall be full pay for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead-Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead-Man Anchor Blocks " shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains", per each. The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill", per cubic yard or ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: (******) Where required, a valve marker post shall be furnished and installed with each valve: Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: �******� Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (]/4") to one-half inch (9/2") below 74 � 09/27/2013 ' ' ' � � 1 finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented by adding the following: �******� Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is replaced with the following: (******) "Furnish and Install -Inch Gate Valve Assembly", per each. � The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. � "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping ' the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. � "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all ' labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. , 7-14 HYDRANTS , 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: (******� , After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. � , , � Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard details. Upon completion of the.project, all fire hydrants shall be painted to the City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" AND 10" piping in trenches 3- 1r1 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. 75 09/27/2013 Fire hydrant assembly,shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), S-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, �/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of right-of-way). Joint restraint (Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented by adding the following: �******� All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented by adding the following: �******� All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: �******� Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install Hydrant Assembly", per each. The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants", per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: �******� Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. i7� t � , ' o9,zv�o � � 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: (******) Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install In. Water Service Connection", per each. ' The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. , 7-17 SANITARY SEWERS 7-17.2 Materials � Section 7-17.2 is replaced with the following: �******� Pipe ' Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, � which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. ' ' � ' � Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: �******� When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. , 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: (******� � Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the videos. Said videos are to be in color and compatible with the City's viewing and recording systems. r-' � � � The City will accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: 77 09/27/2013 �******� Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: �******� Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. The unit eontract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard or ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material" shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all Work to furnish, place, and compact material in the trench. "Television Inspection", per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: �******� Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement MarkerType 1", per each. "Raised Pavement Marker Type 2", per each. "Raised Pavement Marker Type 3- In.", per each. "Recessed Pavement Marker", per each. The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed Pavement Marker" shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a separate pay item. 78 09/37/2013 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: �******� This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: �******) The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re-established by the Surveyor in accordarice with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented by adding the following: �******) All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: �******� "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: (******� The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: �******� When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the Plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of 79 o9r�i?o i 3 excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: (******� "Curb Ramp, Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for "Curb Ramp, Cement Concrete:' 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: �******� If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control.." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings (******� Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved Plans. 2. Signal standards with or without pre-approved Plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: �******) Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and :1, � 09/27/2013 parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See , detail sheet, Skip Center Line (Replacement) ' A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two- lane or three-lane, two-way highways. � Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way. highways and for channelization. � � � Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line (Replacement) , A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15- foot space. The solid line shall be installed to the right of the broken line in the direction of travel. ' Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. � Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. ' 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: �******� � A manufacturer's technical representative need not be present at the initial material installation fo approve the installation procedure. 8-22.5 Payment � Section 8-22.5 is supplemented as follows: �******� "Approach Stripe," per linear foot. � "Remove Paint Line ....." wide," per linear foot.* . "Remove Plastic Line ......" Wide," per linear oot. i"Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum 1 contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as .per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then � the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. � � 81 09/27/2013 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: �******� If no.pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under "Traffic Control," if that item is included as a bid item. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: �******� 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", %", %", and 3�" sieves U.S. No. 4 sieve U.S. No. 8 sieve U.S. No. 16 sieve U.S. No. 30 sieve U.S. No. SO sieve U.S. No. 100 sieve U.S. No. 200 sieve Asphalt Binder ±6 % ±6 % ±6% ±4 % �-Qo� ±4 % ±3 % ±2.0% ±0.5% ±g�/ ±g / ±g�/ .+60� +60/ ±6 % ±5% ±3.0% ±0.7 % the VMA 1.5% below minimum value in 9-03.8(2) � VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum � These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits � for sieves designated as 100% passing will be 99-100. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: �******, Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: �******) Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. � i , � C� 82 � � 09/27/2013 � 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: (******� All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM C76; , and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. � � � , ' � � 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: (******� Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: �******� Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: (******� The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of inetallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. � For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be �/4 inch plus two times the wall thickness (2t) plus or minus 1/g inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall , immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. � If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. , When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9- 05.4(4). � For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/$ inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical � distance of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. � 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: � 83 09/27/2013 (******� 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: �******� CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted �******� 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: (******� Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3�/4 inch wide by �4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/$ inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be �/4 inch + 1/$ inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: (******� DRISCOPLEXT"" 4100 High-density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope - This Specification covers requirements for DriscoPlexT"' 4100 PE 3408 high-density polyethylene piping. All Work shall be performed in accordance with these Specifications. 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered Construction Plans for the Work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 84 �� ' 09/27/2013 1.4 Licenses and Permits—The Contractor shall be licensed and bonded. 1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have , the authority to halt construction if, in his opinion, these Specifications or standard construction practices are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice, order further construction to cease until all deficiencies are corrected. � � � � � � � ',�J � � r-, `I � � � � �] � 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, with a standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-contractors or distributors are prohibited. 2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacture�. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion-joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations) to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 85 09/27/2013 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: (******) 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: Coating Material: Surfaces: Surface Preparation Application System Thickness: Coatings: Color: C1 High Solids Urethane Concrete In accordance with SSPC SP-7 (Sweep or brush off blast) Shop/Field: The drying time between coats shall not exceed 24 hours in any case 6.0 mils dry film Primer: One coat of Wasser MC- Aroshield high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC- Aroshield (min. 4.0 D FT) White 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: (******� Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) Section 9-30.1(1) is revised as follows: �******� Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: �******� Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be lowa List 14, Mueller Company No. A2380, Kennedy, or M&H. E� � �J , � � � � ' ! �� j � � � � � � , i 09/27/2013 Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard Details for 12" gate valve assembly vault and 1" bypass installation. D Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. ' Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the. requirements of AWWA Standard C-SSO latest revision. Valves shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti- friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8"x24" cast iron gate valve box and extensions, as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: �******� Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) has been deleted and replaced with the following: (******� The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) has been supplemented as follows: (******� Air and vacuum release valves shall be APCO- Valve and Primer Corp, "Heavy-Duty," combination air release valve, or equal. Installation shall be per the City of Renton Standard Details, latest revision. 87 09/27/2013 Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: (******� . Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: �******� Permanent blow-off assembly shall be #78 Kupferle Foundry Co. or approved equal. Installation of blow- off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: �******� Fire hydrants shall be lowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200, conforming to AWWA C-502-85. 9-30.5(1) End Connections (RC) Section 9-30.5(1) is supplemented by adding the following: �******) Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is repfaced with the following: �******� Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter :: � 09/27/2013 � shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated � stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. � 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: (******� ` Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings � Section 9-30.6(4) has been revised as follows: (******� Fittings used for copper tubing shall be compression type with gripper ring. � 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: j �******, Meter setters shall be installed per the City of RentorrStandard Details for water meters, latest revision. � SECTION 10 ........................... REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days ofjob completion. � � � � � , � �� � 89 TECHNICAL �� SPECIFICATIONS L� � � � � � � � � � � � � �� �� j LJ l_� � Table of Contents Division1 General ...................................................................................................................................1-1 1.10 General ...........................................................................................................................................1-1 1.11.01 Project Description ...........................................:....................................................................1-1 1.11.02 Reuse of Documents ..........................................................................................................:..1-1 1.11.03 Electronic Data ......................................................................................................................1-2 1.13 Permits and Licenses ..................................................................................................................i-2 1.15 Warranty ....................................................................................................................................1-2 1.16 Owner Standard Locks and Keys ................................................................................................1-3 1.30 Administrative ................................................................................................................................1-3 1.31 Responsibilities ..........................................................................................................................1-3 1.31.1 Contractor's Responsibility .....................................................................................................1-3 1.31.1.1 Construction Inspection Scheduling ....................................................................................1-4 1.31.1.2 Contractor Conducted Progress Meetings ...........................................................................1-4 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval ..........................................1-4 1.31.2 Owner Inspector's Responsibility ...........................................................................................1-4 1.33 Submittals ..................................................................................................................................1-5 1.33.1 Submittal and Shop Drawings .................................................................................................1-S 1.33.2 Substitutions ...........................................................................................................................1-6 1.33.2.1 Prior to Bid Opening .............................................................................................................1-6 1.33.2.2 After Contract Execution ......................................................................................................1-7 1.40 Quality Control ...............................................................................................................................1-7 1.42 Reference Specifications ............................................................................................................1-7 1.50 Construction Support .....................................................................................................................1-7 1.51 Temporary Utilities ....................................................................................................................1-7 1.52 Temporary Facilities ...................................................................................................................1-8 1.53 Traffic Control ............................................................................................................................1-8 1.59 Site Control ................................................................................................................................1-8 1.59.1 Surveying and Staking .............................................................................................................1-8 1.70 Execution and Closeout .................................................................................................................1-9 1.75 Testing, Startup and Operation ..................................................................................................1-9 1.75.1 Schedule ..................................................................................................................................1-9 1.75.2 Testing .....................................................................................................................................1-9 i Table of Contents 1.75.3 Scheduling of Owner Review for Testing ..............................................................................1-10 1.75.4 Pump Testing ........................................................................................................................1-10 1.75.6 Electrical and Control Systems Testing .................................................................................1-10 1.75.30 Startup ................................................................................................................................1-11 1.75.40 Operational Demonstration ................................................................................................1-11 1.77 Cleaning ....................................................................................................................................1-12 1.77.2 Site and Facility Cleanup .......................................................................................................1-12 1.79 Training and Documentation ...................................................................................................1-12 1.79.1 Training .................................................................................................................................1-12 1.79.2 Operation and Maintenance Manuals ..................................................................................1-12 � 1.79.3 Construction Record Drawings .............................................................................................1-14 1.80 Performance Requirements .........................................................................................................1-14 1.81 Seismic Restraint and Anchorage .............................................................................................1-14 1.82 Pressure Ratings .......................................................................................................................1-15 Division2 Sitework .................................................................................................................................2-1 2.00 General ...........................................................................................................................................2-1 2.05 Common Work for Sitework ......................................................................................................2-1 2.09 Special Inspections for Earth Work ............................................................................................2-2 2.10 Site Preparation .............................................................................................................................2-3 2.10.2 Clearing and Grubbing ............................................................................................................2-3 2.10.4 Dewatering ..............................................................................................................................2-3 2.10.5 Construction Access ................................................................................................................2-5 2.11 Earthwork Materials ..................................................................................................................2-S 2.11.1 Common Work for Earthwork Materials ................................................................................2-5 2.11.2 General Fill ..............................................................................................................................2-6 2.11.3 Structural Fill ...........................................................................................................................2-6 2.11.4 Pipe Bedding ...........................................................................................................................2-7 2.11.5 Trench Backfill .....................................................................................................:...................2-8 2.11.7 Gravel Base Course .................................................................................................................2-9 2.11.8 Gravel Top Course ...................................................................................................................2-9 2.11.20 Geotextile Fabric ...................................................................................................................2-9 2.12 Pavement Surfacing .................................................................................................................2-10 � j � � � t � �. � 1 � � � � � � j � � � Table of Contents 2.12.1 Common Work for Pavement Surfacing ...............................................................................2-10 2.12.2 Cement Concrete Pavement .................................................................................................2-10 2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) ...............................................2-10 2.12.10 Pavement Marking/Striping ................................................................................................2-10 2.13 Vegetation Protection ..............................................................................................................2-11 2.13.5 Excavation around Trees .......................................................................................................2-11 2.13.6 Pruning ..................................................................................................................................2-11 2.20 Earth Moving ................................................................................................................................2-11 2.23 Excavation ................................................................................................................................2-11 2.25 Erosion and Sedimentation Control .........................................................................................2-12 2.25.3 Temporary Erosion and Sedimentation Control ...................................................................2-12 2.25.4 Stormwater Discharge ..........................................................................................................2-14 2.30 Site Improvements .......................................................................................................................2-14 2.31 Fencing .....................................................................................................................................2-14 2.31.2 Temporary Construction Security Fence ...............................................................................2-14 2.31.3 Chainlink Fence .....................................................................................................................2-15 2.31.4 Cedar Fencing ........................................................................................................................2-17 2.40 Shoring and Support ....................................................................................................................2-18 2.41 Contractor Designed Shoring ...................................................................................................2-18 2.60 Contaminated & Waste Materials Handling ................................................................................2-19 2.60.2 Waste Material Control .........................................................................................................2-19 2.61 Contaminated Materials ..........................................................................................................2-20 2.61.2 Toxic Spill or Release Contact Requirements ........................................................................2-20 Division3 Concrete .................................................................................................................................3-1 3.00 General ...........................................................................................................................................3-1 3.05 Common Work for Concrete ....:.................................................................................................3-1 3.10 Forming and Accessories ...............................................................................................................3-3 3.15 Accessory Materials ...................................................................................................................3-3 3.15.2 Premolded Joint Filler .............................................................................................................3-3 3.15.5 Pipe Penetrations through Concrete ......................................................................................3-3 3.20 Reinforcing .....................................................................................................................................3-4 3.21 Reinforcing Steel ........................................................................................................................3-4 � Table of Contents 3.21.13 Reinforcing Steel ...................................................................................................................3-4 3.31 Concrete Materials .....................................................................................................................3-5 3.31.2 Structural Concrete .................................................................................................................3-5 3.31.3 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, and Fence Posts ....................................3-5 3.31.9 Controlled Density Fill (CDF) ...................................................................................................3-6 3.35 Surface Finishing ........................................................................................................................3-7 3.35.1 Common Work for Surface Finishing ......................................................................................3-7 3.35.5 Floated Finish ..........................................................................................................................3-7 3.35.6 Light Brush Finish ....................................................................................................................3-7 3.40 Pre-Cast Concrete ..........................................................................................................................3-8 3.40.10 Utility Structures ...................................................................................................................3-8 3.60 Grouting .........................................................................................................................................3-9 3.62 Non-Shrink Grout .......................................................................................................................3-9 Division4Masonry .................................................................................................................................4-1 4.00 General ...........................................................................................................................................4-1 4.05 Common Workfor Masonry ......................................................................................................4-1 4.05.13 Masonry Mortar ....................................................................................................................4-2 4.05.16 Masonry Grout ......................................................................................................................4-3 4.05.19 Reinforcement and Accessories ............................................................................................4-3 4.08 CMU Inspection and Testing ......................................................................................................4-4 4.20 Unit Masonry ..............................................................................................................:..................4-4 4.22 Concrete Masonry Units ............................................................................................................4-4 Division 5 Fabricated Metalwork and Structural Plastics .......................................................................5-1 5.00 General ...................:.......................................................................................................................5-1 5.05 Common Work for Fabricated Metalwork and Plastics .............................................................5-1 5.05.23 Structural Connectors ............................................:..............................................................5-4 5.05.24 Concrete Anchors ..................................................................................................................5-S 5.60 Ladders ...........................................................................................................................................5-5 5.60.1 Common Work for Ladders .....................................................................................................5-5 5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders ..........................................................................5-6 Division6 Carpentry ...............................................................................................................................6-1 6.00 General ...........................................................................................................................................6-1 iv Table of Contents 6.05 Common Work for Carpentry ....................................................................................................6-1 6.10 Rough Carpentry ............................................................................................................................6-1 6.14 Pressure Treated Wood .............................................................................................................6-1 6.16 Wood Sheathing .........................................................................................................................6-1 6.17 Shop Fabricated Structures ........................................................................................................6-2 6.17.53 Premanufactured Wood Trusses ..........................................................................................6-2 Division 7 Thermal and Moisture Protection ..........................................................................................7-1 7.00 General ...........................................................................................................................................7-1 7.05 Common Work for Thermal and Moisture Protection ..............................................................7-1 7.20 Thermal Protection ........................................................................................................................7-1 7.21 Thermal Insulation .............................................................................................................:.......7-2 7.21.3 Ceiling Insulation .....................................................................................................................7-2 , 7.21.4 Foundation Insulation .............................................................................................................7-2 7.21.5 CMU Wall insulation ...............................................................................................................7-3 7.40 Exterior Panels ...............................................................................................................................7-3 7.46 Siding ..........................................................................................................................................7-3 7.46.43 Steel Materials ......................................................................................................................7-3 7.46.43.2 Steel Soffit Panels ..............................................................................................................7-3 7.60 Flashing and Sheet Metal ...............................................................................................................7-4 7.61 Metal Roofing .............................................................................................................................7-4 7.61.1 Common Work for Metal Roofing ...........................................................................................7-4 7.61.3 Preformed Metal Roofing over Wood Decking .......................................................................7-6 7.70 Roof and Wall Specialties ...............................................................................................................7-7 7.72 Roof Accessories ........................................................................................................................7-7 7.72.1 Common Work for Roof and Wall Specialties .........................................................................7-7 7.72.26 Ridge Vent .............................................................................................................................7-7 7.90Joint Protection ..............................................................................................................................7-7 7.92 General Joint Sealants ................................................................................................................7-7 Division8 Openings ................................................................................................................................8-1 8.00 General ...........................................................................................................................................8-1 8.05 Common Work for Openings .....................................................................................................8-1 8.06 Schedule .:.....:.............................................................................................................................8-1 v Table of Contents 8.10 Doors and Frames ..........................................................................................................................8-1 8.11 Metal Doors and Frames ............................................................................................................8-1 8.11.1 Common Work for Metal Doors and Frames ..........................................................................8-1 8.11.13 Hollow Metal Doors and Frames ..........................................................................................8-4 8.30 Specialty Doors ..............................................................................................................................8-4 8.34 Access Hatches ...........................................................................................................................8-4 8.34.2 Vault Hatches ..........................................................................................................................8-4 8.71 Door Hardware ...........................................................................................................................8-6 8.71.1 Common Work for poor Hardware ........................................................................................8-6 8.90 Louvers and Vents ..........................................................................................................................8-6 8.90.1 Common Work for Louvers and Vents ....................................................................................8-6 8.91.13 Motor Actuated Louver/Dampers : ................................................:......................................8-7 8.91.14 Gravity / Backdraft Dampers ................................................................................................8-8 8.91.19 Fixed Louver ..........................................................................................................................8-8 Division9 Finishes ...................................................................................................................................9-1 9.00 General ...........................................................................................................................................9-1 9.90 Painting and Coating ........................................:.............................................................................9-1 9.90.00 Common Work for Painting and Coating ..............................................................................9-1 9.90.01 Color Schedule ......................................................................................................................9-5 9.90.02 Unpainted Items ...................................................................................................................9-5 9.91.13 Exterior Painting ........................................................................................................................9-5 9.91.13.01- System 1: Metals — Exterior (Wet Conditions) including Doors, Windows, and Frames................................................................................................................................................9-5 9.91.13.13 - System 2: Exterior of Exposed Ductile Iron Pipe ............................................................9-6 9.91.33 Submerged and Buried Metals Painting ...................................................................................9-8 9.91.33.03 - System 3: Metals Submerged In Wastewater — Non NSF ..............................................9-8 9.97.23 Concrete and Masonry Coatings ...............................................................................................9-9 9.97.23.01- System 4: Concrete Wet Well Interior ...........................................................................9-9 9.97.23.07 — System 5: Concrete Vault Interior ...............................................................................9-10 9.97.23.08 — System 6: Concrete Wet Well and Vault Exterior — Bottom and Walls ......................9-10 9.97.23.11 System 7: Anti-Graffiti Coating and Water Repellent on CMU Exterior ........................9-10 9.97.23.14 - System 8: Concrete Exterior Surface Sealer (Entrance Pad, Wet Well and vi � � � � � �� � � i � � � � � j � � � Table of Contents VaultTops) .......................................................................................................................................9-11 Division10 Specialties ...........................................................:............................................................10-1 10.00 General .......................................................................................................................................10-1 10.05 Common Work for Specialties ...............................................................................................10-1 10.10 Information Specialties ..............................................................................................................10-1 10.14 Signs and Labels .................................:...................................................................................10-1 10.14.1 Common Work for Signs and Labels ...................................................................................10-1 10.14.2 Equipment Signs ..........................................................................................................:.......10-2 10.14.4 Danger Signs ........................................................................................................................10-2 10.14.8 Electrical and Control Equipment .......................................................................................10-3 10.14.9 Pump and Check Valve Signs ..............................................................................................10-3 Division11 Equipment ........................................................:...............................................................11-1 11.00 General .......................................................................................................................................11-1 11.05 Common Work for Equipment ...............................................................................................11-1 11.10 Pumps .....................................................................................................................................11-1 11.10.1 Common Work for Pumps ..................................................................................................11-1 11.12 Wastewater Pumps ................................................................................................................11-6 11.12.2 Lift Station Pumps and Motors ...........................................................................................11-6 11.12.3 Sump Pump .......................................................................................................................11-10 11.95.34 Fans .................................................................................................................................11-10 11.95.34.1 Wall Ventilators ...........................................................................................................11-10 Division12 Furnishings .......................................................................................................................12-1 Division 13 Special Construction .........................................................................................:..............13-1 Division 14 Conveying Systems ...........................................................................................................14-1 Division15 Mechanical .......................................................................................................................15-1 15.00 General .......................................................................................................................................15-1 15.05 Common Work for Mechanical ..............................................................................................15-1 15.10 Buried Pipe Installation ..............................................................................................................15-2 15.11 Open Trench Pipe Installation ................................................................................................15-2 15.11.13 Sewer Force Main Installation ..................................................................:.......................15-2 15.12 Trenchless Pipe Installation ...................................................................................................15-3 15.12.13 Horizontal Directional Drilling ...........................................................................................15-3 vii Table of Contents 15.12.13 Pilot Tube Microtunneling ................................................................................................15-4 15.18 Buried Piping Inspection and Testing .....................................................................................15-7 15.18.03 Valve Testing .....................................................................................................................15-7 15.18.06 Gravity Sewer Low-Pressure Air Pressure Test Method ...................................................15-7 15.18.07 Sewer Force Main Inspection and Testing ........................................................................15-7 15.20 Pipe and Fittings .........................................................................................................................15-9 15.21 Common Work for Pipe and Fittings ......................................................................................15-9 15.22 Metal Pipe and Fittings ........................................................................................................15-10 15.22.2 Ductile Iron Pipe and Fittings ............................................................................................15-10 15.22.4 Stainless Steel Pipe and Fittings ........................................................................................15-11 15.23 Non-Metal Pipe and Fittings ..........................................:......:..............................................15-12 15.23.2 High Density Polyethylene (HDPE) Pipe ............................................................................15-12 15.23.12 PVC Pipe for Drain, Waste and Vent (DWV) ...................................................................15-15 15.30 Valves .......................................................................................................................................15-15 15.31 Common Work for Valves ....................................................................................................15-15 15.32 Isolation Valves ....................................................................................................................15-16 15.32.5 Eccentric (Plug) Valves ......................................................................................................15-16 15.33 Check Valves ........................................................................................................................15-17 15.33.2 Swing Check Valves ...........................................................................................................15-17 15.40 Piping Specialties .....................................................................................................................15-18 15.40.1 Dismantling Joint ...............................................................................................................15-18 15.40.4 Dielectric Fittings and Adapters ........................................................................................15-18 15.50 Flow Meters .............................................................................................................................15-18 15.50.1 Common Work for Flow Meters .......................................................................................15-18 15.53 Electronic Flow Meters ........................................................................................................15-19 15.53.3 Electromagnetic Flow Meters ...........................................................................................15-19 15.60 Pressure and Level Measurement ...........................................................................................15-20 15.60.1 Common Work for Pressure and Level Measurement .....................................................15-20 15.61 Pressure Gauges ...................................................................................................................15-20 Division16 Electrical ...........................................................................................................................16-1 16.00 General .......................................................................................................................................16-1 16.05 Common Work for Electrical ..................................................................................................16-1 viii � j � � � � � � � �� � � �� � Table of Contents 16.10 Electrical Site Work ....................................................................................................................16-7 16.10.1 Common Work for Electrical Site Work ..............................................................................16-7 16.10.2 Underground Marking Tape (Detectable Type) ..................................................................16-8 16.10.3 Handholes and Pull Boxes ...................................................................................................16-8 16.15 Electrical Grounding ...................................................................................................................16-9 16.15.1 Common Work for Electrical Grounding .............................................................................16-9 16.20 Utility Service ...........................................................................................................................16-11 16.21 Electrical Service ..................................................................................................................16-11 16.21.2 Electrical Utility Meter Enclosure ...............................................................:.....................16-13 16.21.4 Circuit Breaker Service Disconnect Switch ........................................................................16-13 16.21.6 Manual Transfer Switch ....................................................................................................16-14 16.30 Basic Panel Equipment and Devices ........................................................................................16-14 16.31 Operating and Indicating Devices ........................................................................................16-14 16.31.1 Digital Power Meter ..........................................................................................................16-15 16.31.2 Run Time Meters ...............................................................................................................16-15 16.31.3 Start Count Meters .:.........................................................................................................16-16 16.31.4 Indicating Lights ................................................................................................................16-16 16.31.5 Selector Switch ..................................................................................................................16-16 16.31.6 Pushbuttons ......................................................................................................................16-16 16.31.7 Ammeter and Voltmeter ...................................................................................................16-17 16.32 Panel Relays .........................................................................................................................16-17 16.32.1 Control Relays ...................................................................................................................16-18 16.32.2 Analog or Digital Switching Relays ....................................................................................16-18 16.32.3 Time Delay Relays .............................................................................................................16-18 16.32.4 Timing Relay ......................................................................................................................16-19 16.32.5 Phase Fail Relay (PFR) .......................................................................................................16-19 16.35 Control Panel Accessories ....................................................................................................16-20 16.35.1 Terminal Blocks .................................................................................................................16-20 16.35.2 Nameplates .......................................................................................................................16-20 16.36.1 Surge Protection Device (SPD) ..........................................................................................16-21 16.40 Low Voltage Motor Control Equipment ...................................................................................16-22 16.41.1 Motor Control Center .......................................................................................................16-22 ix Table of Contents 16.41.2 Standard Motor Starter Units ..........................................................................................16-26 16.55 Switches and Protective Devices .............................................................................................16-27 16.55.1 Common Work for Switches and Protective Devices .........................:.............................16-27 16.55.13 Fuses ...............................................................................................................................16-27 16.55.16 Molded Case Circuit Breakers .........................................................................................16-28 16.55.17 Instantaneous Magnetic Trip Breakers ...........:...............................................................16-28 16.55.18 Disconnect Switches .......................................................................................................16-28 16.60 Conductors ...............................................................................................................................16-29 16.61 Low Voltage Wire and Cable ................................................................................................16-29 16.63 Signal Cable ..........................................................................................................................16-31 16.70 Raceways, Boxes and Fittings .......................................................................................:..........16-33 16.71 Raceways ..............................................................................................................................16-33 16.72 Boxes and Enclosures ...............................................................................................................16-36 16.72.2 Outlet and Junction Boxes ................................................................................................16-36 16.72.3 Watertight Enclosures .....................................................................................:.................16-37 16.72.4 Pull Boxes and Vaults .........................................................:..............................................16-37 16.75 Wiring Devices .........................................................................................................................16-38 16.75.1 Common Work for Wiring Devices ...................................................................................16-38 16.75.2 Receptacles .......................................................................................................................16-38 16.75.3 Line Voltage Switches .......................................................................................................16-39 16.75.4 HOA Lighting Switches ......................................................................................................16-39 16.75.5 Plates .................................................................................................................................16-40 16.85 Lighting .....................................................................................................................................16-40 16.85.1 Common Work for Lighting Fixtures .................................................................................16-40 16.85.2 Lamps ................................................................................................................................16-40 16.85.3 Fixtures ..............................................................................................................................16-41 16.85.4 Ballast ................................................................................................................................16-41 16.95 Testing ......................................................................................................................................16-41 16.95.1 Common Work for.Testing ................................................................................................16-41 Division 17 Automatic Control ............................................................................................................17-1 17.0 General .....................................................................................................................................17-1 17.05 Remote Communications Devices .........................................................................................17-1 x � � � � �` � � � � � � � Table of Contents 17.10 Installation of Equipment by Others ......................................................................................17-2 Division 18 Measurement and Payment ............................................................................................18-1 18.0 General .........................................................................................................................................18-1 BID ITEM NO. 1- MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP .....................................18-1 BID ITEM N0. 2-TEMPORARY EROSION AND SEDIMENTATION CONTROL ...............:.........................................1H-1 BID ITEM NO. 3-TRAFFIC CONTROL ...........................................................................................................1H-1 BID ITEM N0. 4-TEMPORARY BYPASS PUMPING SYSTEM ..............................................................................18-2 BID ITEM NO. 5- SITE WORK AND UTILITIES .................................................................................................1H-2 BID ITEM NO. 6-TRENCHLESS GRAVIIY SEWER .............................................................................................18-2 Bid Item No. 7— Unscheduled Excavation ...........................................................................................18-3 Bid Item No. 8— Unscheduled Structural Backfill ................................................................................18-3 BID ITEM N0. 9- TRENCH SAFETY AND SHORING ...........................................................................................18-3 BID ITEM NO. 10 - DEWATERING ................................................................................................................18-3 BID ITEM NO. 11 - ASPHALT PAVEMENT .....................................................................................................18-4 BID ITEM NO. 12 - EXISTING LIFT STATION CONVERSION ................................................................................1H-4 BID ITEM NO. 13 - LIFT STATION STRUCTURAL .............................................................................................18-4 BID ITEM N0. 14 - ELECTRICAL BUILDING STRUCTURAL ..................................................................................18-4 BID ITEM N0. 15 - MISTY COVE LIFT STATION PUMPS AND MOTORS ...............................................................1H-4 BID ITEM NO. 16 - DEVIL'S ELBOW LIFT STATION PUMP AND MOTOR ..............................................................18-5 BID ITEM NO. 17- MECHANICAL .................................................................................................................18-5 BIDITEM N0. 18 - ELECTRICAL ...................................................................................................................18-5 BIDITEM NO. 19 - FINISHES .......................................................................................................................18-5 BID ITEM NO. 20 - OPERATION AND MAINTENANCE MANUALS AND ON SITE OWNER TRAINING ..........................18-5 BID ITEM NO. 21 - CONSTRUCTION RECORDS ...............................................................................................18-6 Appendices � Appendix A— Engineering Geology Report Append� B— City of Renton Standard Details ,� Appendix C— Duplex RTU As-Built Plans � � xi � � � i � 1.10 GENERAL Division 1 General Sections in these specifications tided "Common Work for ..." shall apply to all following subsections whether direcdy refexenced or not. � Sections in these specifications tided "Kelated Section.�' shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. � � � � � � 1.11.01 Project Description The City of Renton Misty Cove Lift Starion consists of a submersible sewage lift station. The work includes but is not limited to: • Temporary sedimentation and erosion control systems and site restoration • Excavation and placement of underground vault and manhole • Precast concrete work • Installation of two (2) submersible pumps and other mechanical components • Installation of isolation valves and check valves inside a precast vault • Construcrion of a CMU building • Installation of electrical and telemetry systems � Site work and site utilities including trenchless pipe construcrion • Paving and fencing • Finish grading and site cleanup • Utility relocarions for construcrion • Replacement of one submersible pump at Devil's Elbow Lift Station 1.11.02 Reuse of Documents Contractox and any Subcontractor or Supplier shall not: 1. Have or acquire any tide to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl prepared by or bearing tl�e seal of Engineer or its consultants, including electronic media editions; or � 2. Reuse any such Drawings, Specificarions, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. j � � 3. The prohibitions of this Paragraph will survive final payment, or ternzination of the Contract. Nothing herein shall pxeclude Contractor from retauiing copies of the Contract Documents for recard purposes. 1-1 � J:\Data\R�N\] 12-047\Technical Specs\1 General.doo: 9/27/2013 7:25 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 1— General Misty Cove Lift Station 1.11.03 Electronic Data 1. Unless othenvise stated in the Supplementary Conditions, the data furnished by Owner to Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed copies (aTso known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of.the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. 2. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 30 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 30-day acceptance period will be corrected by the transferring party. 3. When transferring docutnents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packa.ges, operating systems, oY computer hardware differing from those used by the data's creator. 1.13 Permits and Licenses The Owner will secure and pay for the following permits: • Conditional Use Permit • Right-of Way Permit The Contractor shall acquire and pay for all other necessary pernzits which may include: • Mechanical Perniits • Electrical Pernuts • Disposal Pexrnits � Transportarion Permits A copy of the Owner acquired pexmits are/will be available at the Owner's office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. 1.15 Warranty The Contractor shall warrant all products used in the construction of this project fox a period of one (1) year following project acceptance except fox those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the OwneY. Warranty does not cover damage due to misuse by the Owner or condirions outside of the Owner or Contractor's control (force majeure) including but not limited to war, strikes, floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 1-2 9/27/2013 7:25 AM J:\Data\REN\112-047\Technical Specs\1 General.doa: � 20] 3 RH2 Engineering, Inc. � City of Renton Fall 2013 Misty Cove Lift Station Division 1- General � 10 degrees Fahrenheit, goverrunental restrictions, vandalism, and power failures or surges. The Contractor has control ovex woxkmanship, third party subcontractors and parts and materials used to complete the project. Warranties in addition to this warranty are listed in the following sections: � • Div 2.13.1 Vegetation Protection • Div 2.90.1 Landscaping . Div 7.05 Roofing • Div 8.34.2 Access hatches � • Div 11.10.1 Common Work for Pumps 1.16 Owner Standard Locks and Keys ' All devices requiruig locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall be cored to match Owner standard lock and keys. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. 1.30 ADMINISTRATIVE 1.31 Responsibilities 1.31.1 Contractor's Responsibility � The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they � understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. �' The General (or Prime) Contractor is fully responsible for providing his subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. � Damage to e�sting urilities or property shall be repaired or replaced by the Contractor at the discrerion of the Owner. � The Contractor and each of the Subcontractors are responsible for coordinating the required inspecrions. There aYe specific requirements for inspection responsibilities and the advance notice that must be given to minimi7e construction delays. It is the Contractor's � responsibility to be familiar with these requirements, include the coordinarion necessary in this estimate of project costs and schedule; and to comply with the requiYements during construction. Failure to follow proper inspection and notification procedures may result in � on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. See Testing, Startup and Operation secrion below for details. 1 1-3 J:\Data\REN\112-047\Technical Specs\1 General.docc 9/27/2013 7:25 AM m 2013 RH2 En�neering, Inc. Fall 2013 Ciry of Renton Division 1— General Misty Cove Lift Station Do not staxt work on this project ox on any public or private right-of-way or easement until cleaxance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any perniit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Owner are only to monitor and record that project plans and specifications are being complied with and construction is consistent with the design intent. The Contractor shall be responsible for managing, coordinating, and overseeing his subcontractoxs, suppliers, manufacturers' representatives, or any other persons performuig Work. The Contractor shall have a competent representative, familiar with the project and work being performed, on-site at all times., 1.31.1.1 Construction Inspection Scheduling Unless otherwise noted on the plans or within these specificarions, 24-hour prior notice shall be given to the Owner and appropriate reviewing agency for all inspections requiYed for the construcrion of the project. 24-hour notice is defined as 1 complete working day norice. Time is not counted on weekends and holidays (inspecrions required on a Monday or the day after a holiday shall be scheduled a minimutn of 24 hours in advance not including the holiday hours or weekend hours.) 1.31.1.2 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least bi-weekly and at other times as requested by the Owner ot as tequired by progress of the work. The Contractor, Owner, and all Subcontractors active on the site must attend each meeting. 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval Conttactox is responsible for providing an up to date construction schedule with each monthly pay estimate and at other times as requested by the Owner or as required by progxess of the work. If the current schedule is still inline with the pxevious schedule, the Contractor shall inform the Owner with each pay estimate. Non-working day approval shall also be received by the Owner with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non-working day requests. 1.31.2 Owner Inspector's Responsibility The OwneY may elect to have an inspector on site to monitor, observe and record construcrion progress. The Contractor maintains complete responsibiliry to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Owner's inspector to address neither means and methods issues on site noY direct safety issues on site. The Owner's inspector does not have the authority to stop work if unsafe conditions are observed. 1-4 9/27/2013 7:25 AM J:\Data\REN\I12-047\Technical Spccs\1 General.doc�c m 2013 RI-I2 Engineering, Inc. � � � � �� Ciry of Renton Fall 2013 Misty Cove Lift Station Division 1- General 1.33 Submittals 1.33.1 Submittal and Shop Drawings Submittals are required for all items installed on this conttact. Submittals shall be addressed to: RH2 Engineering, Inc. 22722 29`'' Drive SE, Ste 210 Bothell, WA 98021 � Attn: David Baisch Submittals may be provided in haxd-copy or electronic format (preferred). Owner reserves tlie right to require the Contractor to provide hard-copy submittals at no addirional cost to � the Owner. Where hard-copy submittals are provided, Contractor shall submit three (3) copies; one set will be returned to the Contractor aftex review. � Electronic submittal via email is acceptable, however the Contractor shall take responsibility to follow up with the OwneY to verify that the submittal was received. The Owner assumes no responsibility for emails that do not make it to the recipient. In the case of electronic submittals, only one copy will be returned to the Contractor, either electronically or hard copy at the Owner's discretion. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the Contractor and shall clearly indicate the equipment and materials that will be provided, including any options or additive items. No generic cutsheets or datasheets will be accepted. Items that are installed in the work that have not been approved through the submittal process shall be removed and an approved product shall be furnished, all at the Contractor's expense. ^_J � -� � � � Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility fox consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been Yeviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8'/z" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: • Project Name as it appears on the Document Cover. • Prime Contractor and Applicable Subcontractor. • Applicable Specification and Drawings Reference. • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. 1-5 ]:\Data\REN\112-047\Technical Specs\1 Grneral.dooc 9/27/2013 725 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 1— General Misty Cove Lift Station • A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. The Contractor shall revise and resubmit as necessary. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 12 working days after receipt by the Engineer. Delays caused by the need foY re- submittal shall not be a basis for an extension of contract time or delay damages. Shop drawings and submittals shall contain the following information for all items: A. Shop or equipment drawings, dimensions, and weights B. Catalog information. C. Manufacturer's specifications. D. Special handling instructions. E. Maintenance requirements. F. Wiring and control diagrams. G. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have deternvned and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and pYovide Yeview services for a first and second Yeview of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for idenrifying the shop drawings and submittals required for this project. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Owner for inspection. 1.33.2 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substiturions must be approved prior to their installation or use on this project. 1.33.2.1 Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests foY substitution must be received by Owner a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specificarions in sufficient detail to allow the OwneY to deteYinuie whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variarions in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with 1-6 9/27/2013 7:25 AM J:\Data\R�N\112-047\Technica] Specs\1 General.doc�: � 2013 RH2 En�neering, Inc. j � � � �, � � D u � � Ciry of Renton Fall 2013 Misty Cove Lift Station Division 1- General the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications requited to adopt the substitute. 1.33.2.2 After Contract Execution Within 30 calendar days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substiturion with product or method specified shall be provided. In making a request for a subsritution, the Contractor represents that they have investigated the proposed product ox method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installarion of accepted substitutions into the work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.40 QUALITY CONTROL 1.42 Reference Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construcrion, Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter refeYred to as the Standard Specifications. Certain other referenced standards used in this specificarion are from the latest editions of: • IBC • IPC Internarional Building Code International Plumbing Code • IMC International Mechanical Code ' • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1.50 CONSTRUCTION SUPPORT 1.51 Temporary Utilities The Contractor is responsible for providing all necessary water for construction-related fire protecrion and utilities required by this contract, ar by laws and regularions. Sanitary _ facilities adequate for all woxkers shall comply with all codes and regularions. � 1-7 � J:\Data\REN\112-047\Technical Specs\1 General.docx 9/27/2013 7:25 AM � 2013 W32 En�neering, Inc. Fall 2013 City of Renton Division 1— General Misty Cove Lift Station At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange fox the transfer of electrical and water accounts to the Owner's name. Power for Construction Use The Contractor shall be responsible for an adequate temporary electrical system. This system shall be arranged by and all costs paid by the Contractor. Water for Construction Use The Contractox shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.52 Temporary Facilities The Contractor is responsible for construction and locarion of all field offices, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occuparional Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. 1.53 Traffic Control Any traffic control activiries required during construction shall be consistent with the Uniform Traffic Control Manual, latest edirion and applicable local codes. The Contractor shall limit delay of traffic to 5 minutes. If flaggexs are used, orientation meetings per WAC 296-155-305 shall be held each time a new flagger is introduced to the site or if site conditions change significantly. The Contractor is responsible for scheduling such meetings. 1.59 Site Control The Contractox shall not perform work acrivities, store materials or equipment, move equipment through, or disturb in any way the areas outside the "Construction Limits" shown unless approved by the Owner in writing. 1.59.1 Surveying and Staking The Contractor is responsible for surveying and staking and will stake out the locarions of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Owner. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's e�pense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. : 9/27/2013 7:25 AM ):\Data\RFN\112-047\Tcchnical Specs\1 General.docx m 2013 RH2 Engineering, Inc. � � � � City of Renton Fall 2013 Misry Cove Lift Station Division 1- General Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. Contractor to survey- the station line(s) and install pins or offset stakes every 50 feet witivn areas that will not be disturbed by construcrion. Replace all damaged survey monutnents in accordance with WAC 332-120. 1.70 EXECUTION AND CLOSEOUT 1.75 Testing, Startup and Operation 1.75.1 Schedule The placing of all improvements in service shall consist of three parts: "testing", "startup", and "operation". Not less than 20 working days before the anricipated time for beginning ,�. the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: � • Complete schedule of events to be accomplished during testing Detail schedule of procedures for startup An outline of work rema.ining under the contract that will be caxried out concurxendy with the operation phases Not less than 5 working days before the anticipated time for beginning the testing, the � Contractor shall provide a list of representarives that will be attending the testing. The Owner may request additional representatives if necessary at no additional cost. �` � � � The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiendy complete the testing, startup, and operation. 1.75.2 Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, appxoval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Fina1 testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operarion of unit control together with necessary tests to show system operation in the presence of the Owner. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all otlier tests deemed necessary by the Owner to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Owner prior to startup. 1-9 � J:\Data\REN\112-047\Technical Specs\1 General.docx 9/27/2013 7:25 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 1— General Misty Cove Lift Station All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structutes, controls, and other items shall be as necessary to show proper system operation. During testing, the Contractor shall correct any defective work discovered. Startup shall not begin until all tests required by these specifications have been completed and approved by the Owner. 1.75.3 Scheduling of Owner Review for Testing The Contractor shall provide a minimum of 48-hours (2 complete woxking days) prior notification to the Owner where witnessed testing or startup is required. The Contractor shall provide further norificarion within 2 working hours of the scheduled test to the Owner confirinuig that the Contractor has successfully completed all preliiiunary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test in accordance with the section Operation Testing of the Special Provisions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 48 hours ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $150 per hout per Owner Representative on site (minimum of $300 per scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the fuushed construction and documented by the Owner at their discretion. The Contractor is re�uired to have all systems pte-tested to therr satisfaction prior to calling the Oumerforformal testing: 1.75.4 Pump Testing See Divisions 11.10.1 for pumps and 11.20.1 for motors 1.75.6 Electrical and Control Systems Testing See Division 16.95 foY electrical system testing. See Division 17.10 for automaric control system testing The following is a list of components that shall be tested prior to project completion. This list is intended as a geneYal guide and is not necessarily complete: • Pressure sensors and alarms • Flow sensors and alarms • Seal fail sensors and alarms • Temperature sensors and alarms • Primary level control • Secondary level control (floats) • Smoke alarms 1-10 9/27/2013 725 AM J:\Data\REN\172-047\Technical Specs\1 General.doo: � � 2013 RH2 13ngineering, Inc. 1 � � �� Ciry of Renton Fall 2013 Misry Cove Lift Station Division 1- General • Intrusion sensors and alarms • Motion sensors • Photovoltaic sensors • HVAC controls • Local control . Automatic contYol 1.75.30 Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Technically qualified factory xepresentatives shall be present for the startup phase. All � Representatives shall be trained, qualified, and have experience in ttoubleshooting and f�ing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. � Authorized factory representatives shall be provided for the following items: Pumps and motors � � � � � Motor control centers (electrician may qualify if appxoved by manufacturer) 1.75.40 Operational Demonstration Operation demonstration shall be conducted after successful startup has been completed as determined by the Engineer and Owner. The purpose of the operational demonstration period is to demonstrate automated operation of the equipment and system(s) using live waste water and to verify funcrional integrity of the system(s). This demonstration period shall occur under full operational conditions as detertnined by the Owner. The Ownex reserves the right to simulate operations variables and equipment failures to verify the functional integrity of automatic and manual backup systems and alternate operating modes. The demonstrarion period shall be for 10 calendar days. The date and time that the operational period shall begin and end shall be agreed upon by the Contractor, Owner, and Engineer in advance of initiating the operarional demonstrarion period. The Owner shall provide a certified operator during this period to provide operational support and requited testing only. The Contractor shall provide personnel to respond and repair any pxoblems or failures that occur dwing this period. If, during the operational demonstration period, the aggregate amount of time used foY repair, alteYation, or unscheduled adjusttnents to any equipment or systems that renders the affected equipment or system inoperarive exceeds 5 percent of the demonstration period, the operarion demonstration has failed. Any shut downs due to equipment or systems failures shall be corrected iminediately by the Contractor. The Contractor must provide a report and status to the Owner's operatox BEFORE turning the equipment ox system in auto to continue the operational 1-11 � J:\Data\REN\112-047\Technical Specs\1 Grneral.doc�c 9/27/2013 725 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 1— General Misty Cove Lift Station demonstration period. The Owner's operator reserves the right to decide if the issue that caused the system to fail could potentially be a safety concern to the customers if the system were to be put back into auto. Operarion of the facility shall commence immediately after the successful completion of testing, startup, operational demonstration, and training and after satisfactory repairs and adjustments have been made. 1.77 Cleaning 1.77.2 Site and Facility Cleanup Clean up debris and unused material, and remove from the site and any buildings. If vehicle traffic causes ruts, repair asphalt (new or e�sting� in paved areas, in other areas back track with dozer or excavator and repair to proposed surface condition including necessary hydroseed, mulch, and landscaping as shown on the plans. Buildings shall be broom clean and all foreign damage or markings removed or repaired. Equipment shall be washed clean using appYopriate methods. Unpainted exposed concrete structures shall be cleaned to a consistent bare concrete surface finish. Remove extraneous substances such as efflorescence, leakage residue and excess repair materials. 1.79 Training and Documentation The Contractor shall remove all tags and instrucrions that come packa.ged with or attached to equipment used on the project. DeliveY all such documents to the Owner bound in a three ring binder or with the Operation and Maintenance ManuaL Insert documents in sleeves if they cannot be punched. 1.79.1 Training At the time that the facility is ready to be put into operation, the Contractor is to conduct an operarion and maintenance training meeting with the owner to explain in detail the operarion and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Operarion of the facility shall commence immediately after complerion of testing, startup, and owner.trauvng and after satisfactory repairs and adjustments have been made. 1.79.2 Operation and Maintenance Manuals Prior to the receipt of payment for more than 90 percent of the work, the Conttactor shall deliver to the Owner 3 sets of acceptable manufacturer's operating and maintenance instructions covering pumps, motors, generator, transfer switch, telemetry, controls, and electrical equipment and systems installed on the Project requiring operational and/or maintenance procedures and for any addirional items indicated by the Owner, including coatings furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard-covered binder. Binders shall be of hard back construction with full length metal hinge. Capacity 1-12 9/27/2013 7:25 AM J:\Data\REN\ll2-047\Technical Specs\1 General.dooc � 2013 RF-I2 Engineering, Inc. Ciry of Renton Fall 2013 Misty Cove Lift Station Division 1- General shall be 3" to 5" as appropriate for the quanrity of O&M documentarion. More than one binder may be required for large projects. Binders sfiall be equal to Wilson Jones WLJ344 series or WLJ369 series or Specialty Loose Leaf models 87784, 98085, 98086, or 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of inechanical and electrical equipment: Products A. Equipment Identification including brand name, model number and serial numbers. B. Date of manufacture and date of installation on job site. C. Complete as-built elementary wiring and one-line diagrams. D. Complete parts list, by generic tide and identification number, complete with exploded views of each assembly. Maintenance A. Recommended spare parts. B. Lubricarion schedule including the applicable lubricant designarion available from the Sta.ndard Oil Company of California. C. Recommended preventive maintenance procedures and schedules. Schedule shall be pxovided for da.ily, weekly, monthly, quarterly, semi-annually and annually maintenance. D. Disassembly and re-assembly instrucrions including parts idenrificarion and a complete parts breakdown for all equipment, E. Weights of individual components of each item of equipment weighing over 50 pounds, F. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. � G. All manufacturers' warranties. Include name, address, and telephone number of the manufacturer's representative to be contacted for waxranty, parts, or service information, H. Cleaning, repair, and maintenance instrucrions for each coating system. I. Provide videotapes, video CDs or DVDs utilized in the manufacturer's instruction program for the owner. Operation A. Recommended trouble-shooting and startup procedures. B. Recommended step-by-step operating procedures. C. Emergency operation modes, if applicable, � D. Normal shutdown procedures, J:\Data\REN\112-047\Technical Specs\1 Grneral.dooc m 20] 3 RH2 Engineering, Inc. 1-13 9/27/2013 7:25 AM Fall 2013 City of Renton Division 1— General Misty Cove Lift Station E. Long term shutdown (mothballin� procedures, F. Equipment specifications and guaranteed performance data. G. General manuals accepted unless blocked out. rj �I � � which describe several items not in the contract will not be all references to irrelevant equipment are neady eradicated or � All O&M manuals shall be provided in hard copy. A duplicate CD copy may be provided but shall not substitute a hard copy unless appYoved by the Owner. Progress payments for the total contract work in excess of 90 percent completion may not be made unril the operation and maintenance manual has been delivered and approved by the Ou�ner, at their discretion. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minox .equipment warranties. Copies of the warranties shall be included in each O& M Manual. See Di�Tision 1.15 for details regarding required warranries for specific components. 1.79.3 Construction Record Drawings Prior to receiving final payment for the woYk, the Contractor shall deliver a complete set of acceptable "As-Constructed" records to the Owner. Plans shall be made on clean, unmarked prints for this project in accordance with the following standards: • yellow markings or highlights = deleted items • red markings = new or modified items The Contractor shall provide "as-built" information on all items and work shown on the plans showing details of the ftnished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. See also electrical plan requirements in Division 16.05. 1.80 PERFORMANCE REQUIREMENTS 1.81 Seismic Restraint and Anchorage Contractor shall fizrnish seismic restraint for all pumps and motors, piping, valves, and electrical panels. Seismic restraint shall be designed to meet IBC (ASCE 7Chapter 13 — "Seismic Design Requirements for Nonstructural Components") code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 I Sds = 0.959 I Sd1 = 0.548 A complete seismic restraint system shall be pYovided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal 1-14 9/27/2013 725 AM J:\Data\REN\]12-047\Technical Specs\1 General.docx � 2013 RI-12 Enginecring, Inc. � City of Renton Fall 2013 Misty Cove Lift Station Division 1- General � operations and maintenance of the equipment and other components as shown on the plans. � Interference with normal operarions and maintenance shall be as determined by the Owner. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified. Contractor shall submit calculations stamped by a professional engineer licensed in Washington State showing that the seismic restraint assembly meets the design criteria given above. All materials and fabrication shall be as required in these specifications. Contractor shall submit this information to the Owner for review prior to fabrication and installation. 1.82 Pressure Ratings Fittings, valves, pipe and fluid systems shall have pressute ratings equal to or greater than the � pressures identified below, unless specifically called out otherwise in the plans or specifications: � Pi e Function Workin Pxessure Test Pressure Pum dischar e i in 14 si 150 si Contractor shall size thrust blocks and install thrust restraint mechanisms to withstand the working and test pressure ratings for the sewer force ma.in per the table above. � �' �� , � � 1-15 � J:\Data\REN\I12-047\Tcchnical Specs\1 General.doc�c 9/27/2013 7:25 AM � 2013 RH2 F_ngineering, Inc. � Division 2 Sitework 2.00 GENE�. � Secrions in these specifications tided "Common Work for Sitesvork" shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Sitework � This division covers that work necessa for xovidin materials and erformui all sitework n' p g p g as described in these specifications and as shown on the plans. � � Part 1- General Submittals � Submittal information shall be provided to the Owner for the following items: � • Erosion and Sedimentarion Control Plan • Erosion Control Fence Fabric • Straw Hay Bales or Coir Logs ,` • Dewatering Plan • Shoring Plan and Calculations �� • Dump Site Permits • General Fill �, • Structural Fill • Controlled Density Fill ! • Pipe Bedding • Trench Backfill �' • Gavel Base Course • Gravel Top Course • Asphalt Paving • Fencing , • Anti-Desiccant Site Conditions . � An exploration of subsurface soil and groundwater conditions at the project site was `_. performed by RH2 Engineering,' Inc. A report documenting the results of the investigarion is included in this document as an appendui. On July 17, 2013, RH2 supervised the drilling, '� sampling, and testing of three soil borings at depths of 45, 20, and 15 feet respectively; one boring was completed as a 2-inch-diameter slotted PVC groundwater monitoring well (MW- � 2-1 ]:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 Engineering, Inc. Fall 2013 Ciry of Renton Division 2— Sitework Misty Cove Lift Station 1) with .10 feet of 0.020-inch machine-slotted well screen from 25 to 35 feet bgs. Soil samples were collected at either 2.5 to 5-foot intervals using SPT methods. Four soil/geotechnical units, listed from shallowest to deepest, were found with�n the site: 1. Unit 1 consists of the asphalt forming the parking lot surface underlain by fill consisting of olive grey, compact, well-graded SAND with Gravel (S�, from ground surface to a depth of appro�mately 1.5 feet bgs. 2. Unit 2 consists of approximately 17 to 22 feet of olive gray to olive brown low to moderate plasticity, soft to medium stiff SILT and Silty CLAY (ML-CL), with little fine sand, some organic and woody debris at 8 to 15 feet, with some clayey or sandy layers. The unit is moist to wet below 13 feet bgs. 3. Unit 3 consists of appro�mately 3 to 5 feet of olive gray, low to moderate plasticity SILT with Sand (ML). 4. Unit 4 consists of at least 21 feet of olive gray, fine, wet Silty SAND (SIV� from approxirriately 25 to 46.5 feet bgs. The unit contains some medium sand, thin layers of low plasticity Sandy SILT, and generally is medium dense. A layer of loose to very loose Silty SAND was encountered at 32 to 37 feet bgs. Soil from 1.5 feet to 13 feet bgs was moist. Soil below 13 feet was groundwater satutated. Groundwater in the completed MW-1 was appro�rimately 9 feet bgs in July 2013. Groundwater levels at the project site likely fluctuate seasonally by a few feet. Constructing the proposed lift station will require site excavation to a depth of approximately 35 feet bgs, approxirnately 26 feet below the summer (low) groundwater level. The Silty SAND (S1V�, has an estimated hydraulic conductivity value of approxirriately 0.0001 to 0.001 centimetex per second (cm/sec). 2.09 Special Inspections for Earth Work Part 3 — Execution Field Quality Control Special inspections including visual, probing of subgrade and compaction effort (nuclear densometer) are required foY the following locations: • Trench backfill crossing roads and site access road and parking areas (visual, probe and nuclear densometer testin� • Excavation and Backfill around proposed structures (visual, probe. Nuclear densometer testing if found necessary by the Owner) Areas where fill (either narive or non-native) is being placed shall be tested fot compaction compliance by a special inspectox. The owner will pay for the initial testing. If tests indicate failure of compaction requirements, the ContractoY shall pay for subsequent tests until tests indicate compliance with the specifications. Areas of native undisturbed subgtade shall be visually inspected by the engineer prioY to placement of any material overtop. Contractor shall coordinate with the engineer a minimum of 24 hours prior to inspection being needed. 2-2 J:\Data\RFN\] 12-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM � 2013 RH2 �ngineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework � The Contractor shall fully coopexate with the special inspector, including providing safe access to the testing areas. No extra compensation will be provided for cooperation with and facilitation of inspections. Utility Trench Testing Testing will occur at the following locarions at a minimum: • One test within 30 feet of start. • One test every 300 feet or at road intersections, whichever comes first. • One test whenever soil condirions change, per the direction of the Owner. � T'he Contractor shall schedule with Owner for visual and probe review of earthwork activity. Contractor shall schedule with Owner and special inspection agenry for nuclear densometer testing. Results of the tests shall be delivered to the Owner. If testing and review is required for roadway owned by another Jurisdiction, copies of testing results shall also be provided to that Jurisdiction. 2.10 SITE PREPARATION 2.10.2 Clearing and Grubbing Part 3- Execution Installation/ Construction �' Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetarive matter, and other items noted on the plans within the � construcrion limits and shall conform to Section 2-01 of the Standard Specifications. Do not remove organic material including plants, grasses, trees and native topsoil unless ditected by the plans. In instances where the Contractox is allowed to clear areas to facilitate construction but is not required to, any areas disturbed by construction shall be surface restored to existing or better condition including matching surface restoration with hydroseed or plantings as shown in adjacent areas required to be modified by the plans. Where the Contractor is allowed to clear areas to facilitate construction, surface restoration shall be completed at no additional cost to the owner. 2.10.4 Dewatering Part 1- General Submittals The Contractor shall develop a detailed dewatering system plan prepared by a competent person such as a Licensed Hydrogeologist or Professional Engineer with dewatering design experience and submit the dewatering plan to the Owner for xeview prior to the installation of any dewatering system. This plan shall include, as a minimum, the scope, type, size, quantity, method of installarion, operarion, water discharge and removal of all dewatering systems to be used. �. �� 2-3 , J:\Data\REN\112-047\Technical Specs\2 Sitework.doc�: 9/27/2013 727 AM m 2013 RH2 Engineering, Inc. Fall 2013 Ciry of Renton Division 2— Sitework . Misty Cove Lift Station Part 3 - Execution Installation/Construction The Contractor is to deternune the scope, type, size, quantity, method of installation, operarion, and removal of the dewatering system necessary to keep all excavations de- watered to an elevation at least 2 feet below the base of the excavation and sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of parrially completed structures. Any dewatering systems must be positioned away from all building and utility construction so as to not become a part of the permanent facility. The Contractor shall fumish, install, and operate all necessary machinery, appliances, and equipment to meet these water control requirements, and shall dewater and dispose of the water so as not to cause injury to public or private property or to cause a nuisance to the public. The Contractor shall maintain sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outages, and shall have available at all times competent workmen for the operation of the pump equipment. The dewatering system shall not be shut down between shifts, on holidays or weekends, or during work stoppages. Discharge The City will allow discharge of clean water into the 12" gravity sewer line as long as the flow rate does not exceed the capacity of the Baxter Lift Station. Field Quality Control The Contractor shall control groundwater and surface water to prevent the softening of the bottom of excavarions, ox formarion of quick condirions or boils during excavation. Ground water shall be loweYed to 2 feet below the base of the excavation at all times. Determinarion of unsuitable soil conditions for supporting the improvements shall be deterinined by the Owner. Determination of unsuitable soil conditions for pexfornzuig work, placing materials, and proceeding with construction acriviries shall be determined by T'he ContYactox. When the dewatering system does not meet the specified requirements, and as a consequence there is a loosening or disturbance of the foundarion soils, instability foY the slopes, or damage to the foundation or structures occur, the Contractor shall at its own expense, supply all materials, labor, and equipment, and perform all work required for the restoration of foundarion soil, slopes, or structure to the satisfaction of the Owner. The quality of all sutface and ground water discharged from the site shall meet all State and local requirements. The Contractor shall employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from surface and gtound water prior to dischaxging. Restoration Any dewatering wells installed by the Contractor shall be removed and backfilled in accordance with applicable Federal and State regulations. 2-4 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM m 2013 RI-I2 Engineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework '� 2.10.5 Construction Access Part 1- General Summary T'he Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. Access shall be of a quality to permit Contractor's forces and outside inspectors safe and convenient ingress/egress. Unless specifically provided fox in other bid items, the cost of building and maintaining construction access shall be incidental and no sepatate payment shall be made. Any bid items for aggregate materials (e.g. crushed rock, ballast, etc.) shall not relate to construction access unless the description of that bid item specifically states inclusion of the construction access. Part 3 - Execution �� Repair/Restoration The Contractor is responsible for maintainuig all construction accesses during construcrion �� and the cost of such maintenance shall be incidental to the bid price. Maintenance includes repa.iruig settled and damaged areas, and providing dust control. Cost for maintenance due ,�, to rain, snow, wind or other weather conditions shall be incidental to the bid price. Cleaning Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. 'The Contractor shall remove all dirt, mud, rocks, vegetarion, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the woxk day. Debris shall be removed from roads by �, shoveling or sweeping. Street washing shall be allowed only after debris has been removed in this manner. 2.11 Earthwork Materials 2.11.1 Common Work for Earthwork Materials � Part 1- General Acceptance at Site Owner shall review the site near the end of each pay period to deternune the equivalent percentage of earthwork completed compared to the total earthwork lump sum price. Contractor shall be paid based on the percentage completed based on Owner's judgment of percent complete. �� 2-5 J:\Data\REN\112-047\Tcchnical Specs\2 Sitework.docx 9/27/2013 7:27 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station The Contractor shall excavate to building foundarion, utility trench foundarion elevation, manhole and vault subgrades using theix own judgment for soil and slope stability based on OSHA and WSHA standards. No additional payment for excavation or backfill will be made to the Contractor by the Owner except in instances of unknown utilities or unknown soil condirions deeper than 8 feet below grade. Part 2 - Products Source Quality Control All unported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The Conttactor shall provide certificarion to the owner that the fill is free of these chemicals. 2.11.2 General Fill Part 1— General Summary All fill required for this project that is not specifically defined as anotheY type shall be "General Fill". References Section 9-03.14(3) Common Borrow of the Standard Specifications. Part 2 — Products Components General fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a ma�mum dimension larger than 5 inches. The moisture content of the material and weather condirions at the time of placement will be used to deternzuie the suitability of native materials for backfill as general fill. Part 3 — Execution Installation/ Construction All general fill shall be compacted in uniform layers not exceeding 18 inches in loose thickness and compacted to at least 85 percent maxitnum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.3 Structural Fill Part 1— General Surnmary All fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill" unless otheY fill 2-6 ):\Data\RCN\112-047\Technical Spccs\2 Sitework.docx 9/27/2013 727 AM � 20] 3 RI-I2 Engineering, Inc. � � �l City of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework materials are specifically shown on the plans. T'he structutal fill material has been selected to support the weight of the structure in combinarion with the e�risting native material and to prevent adverse movement during an earthquake. The Contractor must take particular care to maintain the integrity of the design by using structural fill where shown. Where free dra.ining material fox use as structural ftll is required as indicated on the plans, it shall conform with Section 9-03.12(2), "Gravel Backfill for Walls" of the Standard Specifications. Structural fill for foundation subgrades oY where fxee drainage is not required through the sttuctural fill shall conform with 9-03.9(1) `Ballast" of the Standard Specificarions. References Part 2 — Products Components Structural fill shall be soil free of organics, debris, and other deleterious materials. The � Owner shall deternune if native on-site materials are suitable for use as structural fill. Soil excavated from depths between surface and 20 feet below ground surface (bgs) likely is not suitable for use as structural fill. Soil excavated below 20 feet bgs likely will be water saturated and must be allowed to drain before possible use as structural fill. � �- ,� � Part 3 — Execution Installation/ Construction The moistute content of the material and weather conditions at the time of placement will be used to determuie the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 12 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure from 0 to 3 feet below final grade, 90 percent below 3 feet. 2.11.4 Pipe Bedding Part 1— General Summary All fill placed below and around buried utilities shall be "Gravel Backfill for Pipe Bedding". The pipe bedding material has been selected to support the weight of the utility by distributing the load so that the completed utility and backfill system does not weigh more than the native material. In addition, the grain size has been selected so that the bedding will not migrate into the bottom of the trench. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. References f��l � J:\Data\REN\] 12-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM � 2013 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station For Ductile Iron, Steel, or Concrete Pipe largeY than 4" diameter: Bedding material shall conform with Secrion 9-03.12(3) "Gravel Backfill for Pipe Zone Bedding" of the Standard Specifications except all shall pass a 1" sieve. For PVC and HDPE water piping regardless of diameter: Bedding shall conform with Section 9-03.13 "Backfill for Sand Drains" or as approved by the Inspectox. For PVC Sewer and Storm Piping, CPEP regardless of diameter and Conduit, Side Service Lines, and all other piping 4" in diameter or less: Bedding shall conform with Section 9- 03.13 "Backfill for Sand DYains" or as approved by the Inspector. Pipe bedding used around restrained joint pipe must be a well graded cohesive material with fines. Rounded gravels and pea gravel are not acceptable. Part 3 — Execution Installation/ Construction Bedding material shall surround the pipe and conduits to the limits shown on the plans and provide uniform support along the en�e length without allowing concenttated loading at joints or bells or that results in any bridging of the pipe. All bedding material shall bear on fitm subgtade and be compacted to firm and unyielding condition. 2.11.5 Trench Backfill Part 1— General Summary All fill placed above the pipe bedding in a trench shall be "Trench Backfill". The trench backfill material has been selected to distribute surface loads over the utility. In addition, the grain size has been selected so that the trench backfill will not migtate into the pipe bedding or trench walls. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. References Trench backftll shall consist of materials conforming to Section 9-03.19 "Bank Run Gravel for Txench Backfill" of the Standard Specifications or as approved by the Owner. Part 3 — Execution Installation/ Construction Trench backfill shall be placed and compacted above the pipe bedding to finished grade elevations in unrestored areas or to subgrade elevations in restoxed areas. In uiumpxoved or landscaped areas trench backfill shall be placed in uniform layers not to exceed 18 inches in loose thickness. Each lift is to be compacted to at least 90 percent of its maximutn dry density based on the ASTM D-1557 (modified) test procedure. In areas where the trench will support roadways or vehicle access areas, trench backfill shall be placed in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maxirnum dry density based on the ASTM D-1557 : ]:\Data\REN\] ]2-047\Technical Specs\2 Sitcwork.docx 9/27/2013 727 t1M � 2013 RH2 Engineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework test procedure (modified proctor) from 0 to 3 feet below fuushed suYface, 90 percent below 3 feet. � 2.11.7 Gravel Base Course Part 1— General Summary All fill placed under paving, foundarions or structures and next to narive material shall be "Gravel Base Course" unless otherwise called out on the plans. References Aggregate for gravel base course under structures, and foundarions shall conform to Secrion 9-03.10 Aggregate for Gravel Base of the Standard Specifications. Aggregate for gravel base course under roadways, paved areas, sidewalks and gtavel areas shall conform to Secrion 9-03.9(3) Crushed Surfacing Base Course of the Standaxd Specifications. 2.11.8 Gravel Top Course Part 1— General Summary Gravel surface paving as shown on the plans shall be "Gravel Top Course". References Aggtegate fox gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top Course and Keystone of the Standard Specifications. 2.11.20 Geotextile Fabric Part 1— General Delivery, Storage and Handling All fabrics shall be shipped, stored, placed, overlapped and secured based on manufacturer requirements. Part 2 — Products Materials Geotextile Fabric shall be chosen by the Contractor to meet the requirements based on place of use. For geotextile fabric called out on the plans to separate drain rock or French drains from sutrounding soils, it shall be equal to Tencate Mirafi 140N. � For geotextile fabric placed between quarry spalls and fill to separate soil ftnes, it shall be equal to Tencate Mirafi 160N. � 2-9 � J:\Da[a\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station For geotextile fabric called out to drain behind a wall without tlze use of drain rock, it shall be equal to Tencate Mirafi G100W. For Embankment stabilization, if a geotextile fabric is called out, it shall be equal to Mixafi Miramat TM8. For geotextile fabric placed below crushed Yock in road subgrade it shall be equal to Tencate Mirafi 500X Other locations may require a specialized geotextile fabric and if so shall either be identified in the plans or geotechnical report. � 2.12 Pavement Surfacing 2.12.1 Common Work for Pavement Surfacing 2.12.2 Cement Concrete Pavement Part 1— General References Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. 2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) Part 1— General Definitions The plans and specifications may call out Hot Mix Asphalt (HMA) or Asphalt Concrete Pavement (ACP). The terms are synonymous. References Hot M� Asphalt (HMA) shall comply with Section 5-04 of the StandaYd Specificarions. All HMA shown on the plans shall be Commercial HMA unless otherwise noted. FuYnish, place, spread, and compact H.MA to the thickness shown on the plans. Contractor .rhall follozv all applicable City of I�enton Standard Plan.r for a.rphalt trench repair and overlay. 2.12.10 Pavement Marking/Striping Part 1— General References Pavement marking shall be constructed in accordance with 8-22 of the Standard Specifications and any Owner standards more stringent than the Standard Specifications. 2-10 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM � 2013 RI-I2 Engineenng, Inc. � � City of Renton Misty Cove Lift Station Part 3 — Execution Repair/Restoration Fall 2013 Division 2 — Sitework Pavement marking damaged oY removed dwing construction shall be replaced by the � Contractor. Cost for replacement of damaged ox removed markings shall be incidental to the contract. Installation/ Construction �� Provide markings on all new pavement pex the local traffic agency's requirements. Pavement marking shall match marking at the project site unless noted otherwise on the plans or within these specifications. 2.13 Vegetation Protection 2.13.5 Excavation around Trees Part 3 — Execution Installation/Construction � Excavate within drip line of trees only where shown. Where trenching for utilities is required within drip line, tunnel under or around roots by methods that do not tear or compromise the health of the roots. Do not cut main lateral roots or tap roots. Field Quality Control � � � �' � The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat cut roots over 1-inch in diameter with asphaltic pruning paint. 2.13.6 Pruning Part 3 — Execution - Installation/Construction Cut branches with sharp and clean pruning instruments and do not break or chop. Prune flush with trunk suxface. 2.20 EARTH MOVING 2.23 Excavation Part 1— General Summary Part 2 — Products The Contractor shall excavate as necessary to construct the unprovements shown. Materials 2-11 � J:\Data\REN\112-047\Technical Specs\2 Sitework.doc�c 9/27/2013 727 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station Excavated material below the oxganic layer could only be re-used as backfill as lorig as it is properly protected from water saturarion, meets the specification for the backfill purpose, and is approved by the Owner. Shallow soil excavated from depths between 0 and 20 feet is not likely suitable for structural backfill. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously approved material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed off-site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locarions of each disposal site shall be submitted to the Owner. Part 3 - Execution Installation/ Construction Excavation shall include the digguig, scraping, and removing e�sting native material, abandoned or inteYfering utiliries, abandoned or interfering structures and any other obstacles necessary for the construction of the ixnprovements shown on the plans. Excavation includes utility excavarion, structural excavation, and grading excavation. Utility excavation shall be performed to the depths necessary to complete the utility construcrion work shown. Structural excavation shall be performed to the limits shown and established by the Owner. The base of the excavation shall extend laterally a minimum of 1 foot beyond the structure unless specified otherwise on plans. Excavated material may be stockpiled within the construction limits with approval by the Owner. Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. Examination The base of the excavarion for each structure shall be evaluated by the Owner to deternune if it is suitable for backfilling. The Owner will evaluate the stability of the base of excavation by determining if all significant organic soils or other unsuitable materials have been removed. Construction Excavation required by the Engineer that is beyond the depth shown shall be performed by the Contractor per the direction of the EngineeY. T'he Contractor will be reimbursed for additional excavation as specified in Division 18, "Measurement and Payment". 2.25 Erosion and Sedimentation Control 2.25.3 Temporary Erosion and Sedimentation Control Part 1- General Quality Assurance 2-12 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2073 7:27 AM � 20] 3 RI-I2 Fngineering, Inc. City of Renton � Fall 2013 Misty Cove Lift Station Division 2— Sitework The Tempotary Erosion and Sedimentation Control (TESC) plans shown on the construction plans are the minimum requirements for the anricipated site conditions. The Contractor shall add additional TESC facilities or processes as necessary to ensure that erosion and sedimentation problems do not occur. The Contractor shall inspect the TESC facilities daily and maintain the systems as necessary to prevent off-site damage. Part 2 — Products Materials Straw or mulch shall be applied to any exposed surfaces to minimi7e erosion and filter surface water runof£ Where straw or mulch is required for erosion control, it shall be applied to a minimtun thickness of 2-inches. Straw shall not include Reed Canary grass. Part 3 — Execution Installation/ Construction All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe, outfalls and other items required by for this project, must be installed prior to any clearing, grubbing, excavation, or gxading work or other work that could result in off-site stormwateY or material flows. Erosion/sedimentarion controls systems must remain in place throughout the dutarion of the construction activities. The systems may be relocated to complete utilit��, excavation, grading, and landscaping activiries if their location impedes the associated work. If the systems are relocated to complete any work they must be reinstalled to protect the construction and surrounding areas prior to commencing work on other portions of the project. Systems such as mulch, plasric sheeting and hydxoseed shall be installed as soon as clearing, grading and excavation are complete if sites are 1-acre or less. For sites larger than 1-acre, temporary and/or final surface restoration shall be completed as clearing, grading and excavation progresses so that no moxe than '/z-acre is exposed at any one time. The Contractor shall take care and diligence to minimi7e erosion exposure and provide erosion and sedimentation control measures as shown on the plans and required by construction practice. Stabilized construction entrances and wash pads shall be installed at the beginning of construction activities and shall be maintained for the duration of the project. Wash pads shall be kept clean to prevent the transport of sediment onto adjoining roads. Earth berms shall be installed as necessary to pxevent the migration of surface water into excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. 2-13 J:\Data\REN\]12-047\Technical Specs\2 Sitework.docx 9/27/20]3 7:27 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station 2.25.4 Stormwater Discharge Part 3 — Execution Field Quality Control The Contractor shall be responsible for meeting all construction stormwater discharge water quality requirements including State of Washington (WAC 173-220-020), Construction Stormwater Perniit requirements and local requirements regardless of weather condirions. If the project is fined by the permitting authority, that stormwater fine shall be paid for by the Contractor at no additional cost to the Owner. 2.30 SITE IMPROVEMENTS 2.31 Fencing 2.31.2 Temporary Construction Security Fence Part 1— General Related Sections Signage, see Division 10.14.7 Part 2 — Products Materials Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with posts directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the Contractor. Extra keys shall be provided to the Owner prior to construction. Part 3 — Execution Installation/ Construction The Contractor shall provide a 6-feet tall temporary construcrion fence surrounding the construction site. Fence posts shall be spaced at a ma�mum of 12 feet on center. Contractor shall be responsible for maintaining fence during construction and securing fence after each workday. Posts shall be securely installed direcdy into the ground or set in temporary concrete base blocks. Chain link shall be securely attached to the fence posts. The construction fence may be used in combination with the permanent fence provided that the fence is continuous around the site perimeter. Clearing limit identification fencing shall not be considered a Temporary Construcrion Security Fence. The Contractor shall be responsible for site security. 2-14 J:\Data\RLN\]]2-047\Technical Specs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 Engineering, Inc. � � � �I � �� Ciry of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework 2.31.3 Chainlink Fence Part 1- General Summary T'his section describes the requirements fox the chainluik fence located as shown and detailed on the plans and these specifications. Related sections Division 2.31.1; Division.3.31.3 (for post footings); Division 9.06 Color Schedule References Chainlink Fence Manufacturers Insritute Product Manual Specificarions DOT Standard Specifications Section 8-12 ASTM F626, A392, A817, F1083, A121, F5G7 Submittals Galvanizing information, steel quality standards, hardware quality standards. Dimensional drawings including details, fuushes, accessories and foundations. ColoY coating samples if oprion is chosen by the Owner. Part 2 - Products Materials Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. � Chain-Link (woven wixe fabric) fencing shall be commercial grade, as detailed on the plans and in accordance with Section 8-12 of the Standard Specifications except as modified hexein. �'' � Components Fence Fabric: Galvanized wire: ASTM A392 - 1.2oz/sf. Wire Spec-A817, Type and class per use and location of the project. Size: Helically wound and woven to height of as indicated on dxawings with 2" diamond mesh and core wire gauge of 9. PVC coating, if required, shall not be included in the wire size measurement. Selvage of fabric: twisted at top and twisted at bottom unless noted otherwise on the plans. Steel Fence Framing: Steel pipe - Type I: ASTM F1083, standard weight schedule 40; �' minimum yield strength of 30,000 psi. Outside diameter (OD) sizes as shown on the plans. Hot-dipped galvanized with minimum average 1.8 oz/ftZ of coated suYface area. � � Accessories 2-15 � J:\Data\REN\] 12-047\Technical Specs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 �ngineenng, Inc. Fall 2013 Ciry of Renton Division 2— Sitework Misry Cove Lift Station Chain link fence accessories peY ASTM F626 Provide items requited to complete fence system. Galvanize each ferrous metal item and finish to match framing. Post caps: Formed steel weather tight closure cap for pipe posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to ternlinal posts. Top rail sleeves: 6" (178 mm) expansion sleeve with a minimum 0.137" wire diameter and 1.80" length spring, allowing fox expansion and contraction of top rail. Wire ties: 9 gauge galvanized steel wire for attachment of fabric to line posts. 13 gauge for rails and bYaces. Brace and tension (stretcher bar) bands: Pressed steel, minimum 300 degree profile curvature for secure fence post attachment. Tension (stretcher) bars: One piece lengths equal to 2 inches less than full height of fabric with a minimum cross-section of 3/16" x 3/4". Provide tension (stretcher) bars where chain link fabric meets terniinal posts. Tension wire (used when top rails axe not required): Galvanized coated steel wire, 6 gauge, with tensile strength of 75,000 psi. Hog ties are permissible. Tie rod, truss rods & rightener: Steel rods with minimum diameter of 3/8". Capable of withstanding a minimum tension of 2,000 lbs. Nuts and bolts are galvanized. Fabrication Fence frames that require welding shall be hot dipped galvanized in the shop unless approved otherwise by the owner. Finishes PVC coating per Chauilink Fence Manufacturers Product Manual class 2A. Color shall be black. All fence components shall be coated including mesh, posts, caps, clips and rails. Part 3 - Execution Installers Installers shall have a minunum of 2 years of e�erience. References from 3 previous projects shall be submitted for review during shop drawing submittal. Examination Verify areas to receive fencing are completed to final grades and elevations. Ensure pxoperty lines and legal boundaries of work are clearly established. Perform complete utility locates within the areas of fencing to verify conflicting utiliries. Fence posts may require adjustment to avoid utilities by a muumum of 2-feet. Installation/ Construction 2-16 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 �ngineering, Inc. �� � City of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework Chainlink Fence Framing Installation � A. Install chain link fence in accordance with ASTM F567 and manufacturer's instructions. B. Locate terniinal post at each fence tertnination and change in horizontal or vertical direction of 30° or more. C. Space line posts uniformly at 10-feet on center maximum and to avoid utilities by 2- feet miniinum. D. Concrete set terminal and gate posts: Drill holes in firm, undistutbed or compacted soil. Trowel finish around post. Slope to direct water away from posts. Footings shall be sized per schedule on the plans. Check each post for vertical and top alignment, and maintain in posirion during placement and f�nishing operarions. E. Bracing: Install horizontal pipe bYace at mid-height for fences 8-feet tall and over, on each side of ternvnal posts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust truss rod, ensuring posts remain plumb. F. Tension wire: If shown on the plans, install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-1 /2 gauge hog rings 24 inches O.C. G. Top rail: If shown on the plans, install lengths, 21-feet. Connect joints with sleeves for rigid connectioris for expansion/contracrion. H. Brace Rails for fabric height 8-feet and oveY. Install brace rails between terminal posts and adjacent line posts with fittings and accessories. I. Bottom Rails: If shown on the plans install bottom rails between posts with fittings and accessories. Chain Link Fabric Installation A. Fabric: Install fabric on side facing outward from site and attach so that fabric remains in tension after pulling force is released. Leave no more than 3-inches between finish grade and bottom selvage. Attach fabric with wire ties to line posts and tension wire at 15-inches on center and to rails and horizontal braces at 24- inches on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to termuial posts with bands or clips spaced maximum of 15-inches on center. Hog ties are allowed. Accessories A. Tie wires: Bend ends of wire to m;nimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. 2.31.4 Cedar Fencing Part 2 - Products Materials fi.airl � ]:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station Cedar fencing shall be constructed with pressure treated 4x4 posts at 8-feet on center ma�mum. Rails shall be either no. 1 tight knot western red cedar or white cedar 2x4s or pressute treated 2x4. Fence boards shall be 1x4 and or 1x6 No. 2,or better cedar. All hardware shall be rated for clirect contact with chemically treated wood. Finishes Divis'ion 9.91.13.11 Part 3 - Execution Installation/Construction Rough sawn side shall face to pYoject site exterior. See Division 9"Finishes" for fuush specification if any. Contractor shall re-use e�sting fence boards where fence continues from existing boundary where possible. 2.40 SHORING AND SUPPORT 2.41 Contractor Designed Shoring Part 1- General Summary Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements. References Chapter 296-155 of WAC, "Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring". OSHA Quality Assurance Where the Contractor is required to provide the shoring design, it shall be prepared by a competent person as defined by WAC 296-155. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan and calculations to the Engineer for approval. The stamp must be present on all plans and calculations, and all submittals must be approved by the Engineex priot to staxting work. Part 3 - Execution Installation/ Construction Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bYacing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. For the wet well and valve vault excavations, the contractor is required to use a shoring system that allows for a minimum area of disturbance within the construction limits, and soil 2-18 J:\Data\REN\I12-047\Technical Specs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 Engineering, Inc. , � ' � � � � � � �� Ciry of Renton Fall 2013 Misty Cove Lift Station Division 2— Sitework stabilization around the outside of the shoring. The system must be installed so that no void space will e�st between the shoring and the native soil outside the excavarion. Open cut excavation is not permitted fot the wet well and valve vault excavations. T'he contractor shall take extra precaurion not to undermine the soil stability or damage the property, rock wall, and trees to the North of the construction site. 2.60 CONTAMINATED & WASTE MATERIALS HANDLING 2.60.2 Waste Material Control Part 1— General Quality Assurance Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon xequest. Part 3 — Execution Installation/ Construction T'he Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition oY construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from �, rising and scattering in the air. Sutface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality shall be collected and cleaned prior to discharge. On site collection ponds may not be used to keep silt laden water from � entering the storm water collecrion system. i � � ' �� � ' Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollurion. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work acriviries. Exposed soil may be wetted with water or covered to minimi7e dust crearion. Water runoff from the wetting procedure shall be accutnulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. Cleaning At all times, keep the construcrion area clean and orderly and upon complerion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and flooYs clean and free of stains, paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all miscellaneous unused material resulting from work and dispose of it in a manner satisfactory 2-19 J:\Data\REN\112-047\Technical Specs\2 Sitewock.docx 9/27/2013 727 AI�t � 2013 RH2 Engineering Inc. Fall 2013 City of Renton Division 2— Sitework Misty Cove Lift Station to the Owner. The site, through the progress of construcrion, shall be kept as clean as possible and in a neat condition. 2.61 Contaminated Materials 2.61.2 Toxic Spill or Release Contact Requirements Part 3 - Execution Field Quality Control During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1(800) 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. 2-20 J:\Data\REN\112-047\Technical Spccs\2 Sitework.docx 9/27/2013 727 AM � 2013 RH2 Engineering, Inc. ' � Division 3 Concrete 1 3.00 GENEx�. ' Sections in these specifications tided "Common Work for ..." shall apply to all following , subsections whether direcdy referenced or riot. ' 3.05 Common Work for Concrete Part 1- General �l ' ' , This division covers that work necessary for fizrnishing and installing all concrete as described in these specifications and as shown on the plans. References Materials.shall conform to the following standards:. • Cement - ASTM C-150 • Coarse aggregate - ASTM G33 • Fine aggregate - ASTM C-33 • Admu�tures - ASTM C-494 • Air-entrauung admixtures — ASTM C-260 ' • Fly Ash — ASTM C-618 • Admixture and ptoducts in contact with potable water — NSF 61 ' Submittals Submittal inforxnation shall be provided to the Owner for the following items: ' • Concrete mix design including aggregate gradation and substantiating strength data. ' , � 1 1 � r • Admixture Data • Special placement procedures for hot ox cold weather • Rebar placement shop drawings • Precast concrete items • Grouts • Form Release agent Conctete m� designs shall be submitted to the Engineer for approval a minimum of two weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield, aggregate gradarion, and substantiating strength data in accordance with ACI 318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by the Contractor. Review of mix submittals by the Engineer of record indicates only that information presented conforms generally with contract documents. Contractor ox supplier maintains full responsibility for specified performance. 3-1 ]:\Data\RLN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 7:27 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 3— Concrete Misty Cove Lift Station Part 2 - Products Components Nominal ma�num size for aggregates is the smallest standard sieve opening tl7rough which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well-graded mix. All concrete surfaces exposed to weather oY standing water shall be air entrained. Total air content shall be in accordance with IBC requirements unless specified otherwise herein. Air shall be measured at the truck, unless otherwise agteed to. Water used in concrete shall be potable. Fly ash may be substituted for up to 15% of the required cement. Any products that will be applied to the surface of the concrete and will be in contact with potable water must carry NSF 61 certification. Any concrete admixtures used in potable water storage structures must also carry NSF 61 certificarion. Mixes Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905. The concrete m� shall include the amount of cement, fine and coarse aggregate, including aggxegate gradarions, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustauvng strength data in accordance with these specifications, the requirements of the International Building Code Secrion 1905, and the requirements of ACI 318. Part 3 - Execution Examination All formwork and reinforcing steel must be inspected and approved by the Special Inspector as xequired by Chapter 17 of the IBC prior to placing any concrete. Provide 48-hour notice to Owner prior to needing the required inspections. See Statement of Special Inspections on the Drawings for special inspections requirements. Inspection See Statement of Special Inspections on the Drawings for special inspection requirements. Provide 24-hour notice to OwneY prior to needing the required inspections. Also comply with local building department and pexmit requirements for inspection and notification. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector's inspecrion or the building department inspecrion. Testing Concrete strength tests shall be performed per secrion 1905.6 of the IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspecrion reports and test results. 3-2 ]:\Data\R�N\112-047\Technical Specs\3 Concrete.docx 9/27/2013 7:27 AM m 2013 RH2 Engineering, Inc. � , ' ' City of Renton Fall 2013 Misty Cove LiR Station Division 3— Concrete The Contractor will coordinate all concxete testing with the testing agency. Costs will be paid by the Owner. Give the Owner and testing agency 48 hour notice prior to concrete placement. If Contractor fails to provide the required norice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. ' If the Contractor schedules a concrete placement and does not notify the Owner and testing agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the , testing agency with adequate noti£tcation and testing agency cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assista.nce and cooperarion necessary to testing pexsonnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing agency shall take a minimum of four samples for every 50 yards of concrete placed (and a minimum of four per pour); one for a 7 day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet design strength. Addirional samples may be taken to verify strength prior to form removal at the Contractor's expense. Air content shall be as measured out of the truck. 3.10 FORMING AND ACCESSORIES 3.15 Accessory Materials 3.15.2 Premolded Joint Filler Part 1— General References Premolded joint ftller for expansion or through joint applications shall conform to the specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction", AASHTO M 213, except the Yequirement for water absorption is not applicable. Part 2 — Products Materials The thickness and width of premolded joint filler shall be as indicated on the Plans. Where no premolded filler thickness is indicated, the thickness shall be 3/a inch. 3.15.5 Pipe Penetrations through Concrete Part 1- General 3-3 � J:\Data\REN\ll2-047\Technical Specs\3 Concrete.docx 9/27/2013 727 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 3— Concrete Misty Cove Lift Station Summary Water holding structures and structures buried and subject to gtoundwater contact: As shown on the plans. - StructuYes not holding water or unburied structures: Unless identified on the Plans, all pipes larger than two inches passing through poured-in-place concrete floors and walls shall be isolated from the concrete. Part 2 - Products Materials Provide a Link-Seal system (or approved equal) where shown on plans. Provide a Kor-N- Seal boot system where shown on plans. Part 3 - Execution Examination Wrapping must be inspected and approved by Engineer prior to concrete pour. Gaps, tears, or looseness in wrapping will be cause for rejection. Installation Install both Link-Sea1 and Kor-N-Seal systems per manufacturers' instrucrion 3.20 REINFOR�ING 3.21 Reinforcing Stee1 3.21.13 Reinforcing Steel Part 1- General References ACI — American Concrete Institute CRSI Manual of Standard Practice Part 2 - Products Materials Gtade - ACI A615-81A, Grade 60 Detailing - ACI 318-08 and ACI 315-99 Lap requirements - See schedule on plans or as required by ACI 318 Tie wire - 16 gauge minimum Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. 3-4 J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 727 AM � 2013 RI-I2 Engineering, Inc. ' ' ' , . , � �� � ' ' ' ' ' ' � � ' ' � ' � � ' � City of Renton Fall 2013 Misry Cove Lift Station Division 3— Concrete Part 3 - Execution Installation Reinforcing steel shall be detailed in accordance with ACI 315-99 and 318-08 and as shown on the plans. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the plans to the bars. Field Quality Control � Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-secrion due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded ot otherwise heated. If, within the project warranty period, rust spots appear on the concrete due to failure to achieve proper clearance on the rebar or wire ties, the Contractor shall grind out and patch the areas using a method satisfactory to the Engineer. 3.31 Concrete Materials 3.31.2 Structural Concrete Part 1- General Summary All concrete as shown on the plans used for slabs-on-grade and building footings, and not used for liquid containment or below gtade structures, and not called out otherwise. Use water reducers as required to achieve slump. Hydraulic Concrete may be substituted. Performance Requirements 28 day strength - 4000 psi minimutn Slump - Without plasticizers; 4 inches for floor and roof slabs, 7 inches for walls. With plasricizers, maxirnum 9 inches or as desired for placement. Part 2 - Products Mixes � Water/cement xatio - .40 Nominal maxunum aggregate size — 3/4" (WSDOT No. 67) Entrained ait ratio — 4.5% minimum to 7.0% maximum 3.31.3 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, and Fence Posts Part 1- General 3-5 � J:\Data\REN\ll2-047\Technical Specs\3 Concrete.docx 9/27/2013 727 AM m 2013 RH2 Engineering Inc. Fall 2013 Ciry of Renton Division 3— Concrete Misty Cove Lift Station Summary All concrete for non-structural applications including thrust blocks, driveways, sidewalks, and fence post foundations. Hydraulic or Structural Concrete may be substituted. Performance Requirements 28 day strength — 4000 psi minimum Part 2 - Products Mixes Water/cement ratio - .45 ma�mum Nominal maximum aggregate size — 3/a inch Entrained air ratio — 5.5% minimum to 7.5% max 3.31.9 Controlled Density Fill (CDF) Part 1- General Submittals Revisions to the mix design shall be submitted to the Engineer for approval. Performance Requirements CDF as shown on the plans or as directed by the Engineer shall be proportioned to be flowable, non-segregating, and excavatable, and shall conform to the following requirements: • Ma�mum Compressive Strength 300 (psi). • Muumum 28-day compressive strength 100 (psi). Part 2 - Products Mixes • Pounds of cement per cubic yard (approx.) 50. � Pounds of fly ash per cubic yard (approx.) 250. • Pounds of dry aggregate per cubic yard (approx.) 3,200. If air containing or water xeducing admixture is used for flowability, total water and aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpabiliry. Part 3 - Execution Field Qualiry Control The Contractor shall protect CDF for at least 24 houts after placement or for a duration as necessary to prevent displacement by construction equipment or traffic. CDF placing may be started if weather conditions are favoYable, when the temperatute is a minimum of 34°F 3-6 J:\Data\R�N\712-047\Technical Specs\3 Concrete.docx 9/27/2013 727 AM � 2013 RH2 �ngineering, Inc. , � Ciry of Renton Fall 2013 Misty Cove Lift Station Division 3— Concrete and rising. At the time of placement, CDF must have a temperature of at least 40°F. Placing � shall stop when the temperature is 38°F or less and falling. CDF shall not be placed on frozen ground. � � � � , � L� � , ' 3.35 Surface Finishing 3.35.1 Common Work for Surface Finishing Part 2 - Products Finishes Each concrete area that requires fuushing shall conform to one of the following requirements: Interior Floors — Floated Exterior Slab — Light Brushed Sidewalks — Light Brushed Part 3 - Execution Preparation Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concxete are on the job and acceptable to the Owner. Cut out and patch defects in concrete surfaces as specified herein. After removal of forms, chip out imperfections, rock pockets, holes from form ties, and other defects to solid concrete. Surface of the cavity to be patched shall be thoroughly wet before patching rnixture is applied. Where pull-out type ties are used, fill holes as recommended by manufacturer of ties, and as approved by the Owner. 3.35.5 Floated Finish Part 3 - Execution Construction Consolidate, strike off, and level concrete; but do not woxk further until ready for floating. 1 Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with powet-driven floats. Hand floating may be used if area is small or inaccessible to power units. � Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots � to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Refloat to a uniform, smooth, sandy texture immediately after leveling. ' ' ' 3.35.6 Light Brush Finish Part 2 — Products 3-7 J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 727 AM � 2073 RH2 Engineering, Inc. Fall 2013 City of Renton Division 3— Concrete Misty Cove Lift Station Finish When concrete has appropriately set, finish with light soft broom fuush. Brush perpendicular to slab slope. Part 3 - Execution Construction Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiendy to permit floating opeYations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Re-float to a uniform, smooth, sweat fuiish concrete. 3.40 P�tE-CAST CONCRETE 3.40.10 Utility Structures Part 1- General Related Sections 1339.13 Sanitary Sewer Manholes, FYames and Covers Performance Requirements Pre-cast structures shall be constructed to withstand anricipated construcrion loads that occur during transport, handling, and placement as well as the anricipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and H-20 vehicular load rating. Part 2 - Products Materials All concrete structures idenrified on the plans as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. Additional reinforcement shall be provided within the pre-cast concrete structute at all penetrarions, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installarion. All damaged units shall be rejected. Pre-cast vaults shall conform to ACI 318-08 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the plans. 3-8 J:\Data\REN\112-047\1'echnical Specs\3 Concrete.docx 9/27/2013 7:27 t1M � 2013 RI-I2 Engineering, Inc. � � � � � � � � � ' L _1 � �,. �� �- L_,' � � , �� ' City of Renton Fall 2013 Misty Cove Lift Station Division 3— Concrete 3.60 GROUTING 3.62 Non-Shrink Grout Part 1- General Summary Use Precision Non-Shrink Grout for grouting all equipment base plates, pipe supports, and base plates for metalwork. Precision Non-Shrink grout may also be used for all otheY non- shrink grouting operations. General Purpose Non-Shrink grout may be used for any applications other than those noted for Precision Non-shrink Grout. Non-shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. Storage and Handling Stockpile grout to prevent contaminarion froin foreign materials and store admixtures to prevent contamination or damage from excess temperature change Part 2 - Products Materials Precision Non-Shrink Gtout: Provide a high-precision, fluid, non-shrink, quartz or non-catalyzed metallic aggregate grouting material. Provide a ready-to-use gtout that hardens free from bleeding, settlement, or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable, plastic or damp-pack. Provide precision, non-shrink natural aggtegate grout that when cured produces the following properties: a. Compxessive Strength at fluid consistency (ASTM C 109-90-Modified): 3500 psi (24 MI'a) at 1 day, 7500 psi (52 MI'a) at 28 days. b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and maximums of 45° F to 90° F(8° C to 32° C) at a working time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C 939 and remain fluid at temperature range minimum and maximums for the 30 minute working time. All materials including water must be mixed and tested at temperature minimutn�ma�mums. c. Modulus of Elasriciry at 28 days at fluid consistency (ASTM C 469): 3.00 x 106 psi (27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maxitnum. d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10-6/ o F ina�num (13.5 x 10-6/ o C). e. Fle�ral strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (79 MPa). f. Resistance to rapid freezing — thawing (ASTM C 666, Procedure A): 300 cycles- min RDF 90%. 3-9 J:\Data\REN\ll2-047\Technical Specs\3 Concrete.doc�c 9/27/2013 7:27 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 3— Concrete Misty Cove Lift Station g. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 450 psi (3.1 MPa). h. Pass 24 hour grout test under stated temperature, time and fluidity constraints. See MBT Protecrion and Repair 24 houY Grout Form. Precision non-shrink gtout shall be Masterbuilders 928 or Embeco 885 Grout or approved equal. General Pur�ose Non-Shrink Grout: GeneYal Purpose Non-shrink grout shall meet the compressive strength and nonshrink requirements of CRD-C 621, Grades B and C; Corp oY Engineers Specification for Non- shrink grout; and ASTIVI C 1107, Grades B and C. General Purpose Non-shrink grout shall be Masterflow 713 Plus or Embeco 636 Plus or approved equal. Provide curing compounds as recommended by the grout manufactuter. Water to be used in iiuxing the grout shall be potable. Mixes Comply with grout manufacturer's recommendations for mixing pYocedures. Adjust water temperature to keep mixed grout temperature in the range of 45° F(7° C) and 90° F (32° C) minimum/ma�num. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold condirions to achieve minimum as mixed temperatures. Part 3 - Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least 1/4 in. (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a satutated condition for 24 hours prior to grouting. Surface should be saturated surface dry at time of gYouting. Clean baseplates and other metal suYfaces to be grouted to obtain ma�mum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer's recommendations fox form construction. Construct forms to be liquid right. Installation Place grout m�ture into prepared areas from one side to the otheY. Avoid placing grout from opposite sides in order to prevent voids. Work material firn�ly into the bottom and sides to assure good bond and to eluninate voids. 3-10 J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 727 AM � 2013 RH2 �ngineering, Inc. � � City of Renton Fall 2013 Misty Cove Lift Station Division 3— Concrete Ensure that foundarion and baseplate are within ma�cirrium/minimum placement ' temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45° F(7° C). Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for � best results. The minitnal requirement is to wet cure until gtout has reached final set, followed by two coats of curing compounds. ' � � � � �� ' � , � � �� 3-11 � J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 7:27 AM � 2013 RH2 Engineenng, Inc. Division 4 Masonry 4.00 GENERAI. This division covers that work necessary for furnishing and installing all masonry as described in these specifications and as shown on the plans. Sections in these specifications tided "Common Work for ..." shall apply to all following subsections whether direcdy referenced or not. 4.05 Common Work for Masonry Part 1- General Submittals Submittal information shall be provided to the Owner fox the following items: • Masonry Mortar • Masonry Grout • Reinforcing Steel Shop Drawings — Include plan view showing blocks and exact location of all vertical reinforcing. • Concrete Masonry Units (CML� • Color Scheme • Waterproofing materials � Masonry Insulation • Masonry Accessories • Letter of Certification for Masonry Prism Testing as noted in the IBC Related Sections Division 9.05.00 Common Work for Finishes; 9.06 Color Schedule; 9.97.23 Concrete and Masonry. Inspection See Statement of Special Inspecrions on the Drawings fot special inspection requirements. Provide 48-hour norice to Owner prior to needing the required inspecrions. Also comply with local building department and pernut xequirements for inspecrion and notification. The Contractor shall repaix, replace or modify, as appropriate, any items noted in the Special Inspector's inspection or the building deparmient inspection. 4-1 ]:\Data\REN\712-047\Technical Specs\4 Masonry.docx 9/27/2013 728 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 4— Masonry Misty Cove Lift Station Storage, Delivery and Handling Stockpile and handle grout and mortar to prevent contaminarion from foreign materials; store admixtures to prevent contaminarion or damage from excessive temperature changes. Water to be used in mixing the grout shall be free from foreign materials. Part 2 - Products Finishes/Colors The Owner shall develop a color schedule of colored CMU and grout after award of the contract unless already shown on the plans. Block colors shall be limited to 2 in a pattern decided by the Owner unless otherwise shown on the plans. Mortar color shall match one of the adjacerit block course colors unless shown otherwise on the plans. Part 3 - Execution Field Quality Control Variations from plumb, specified gtade, conspicuous lines, and walls shall be plus or minus '/a inch in any 10-foot length, not to exceed plus or minus 1 inch overall. Variations from dimension shall not exceed plus or minus '/a inch. Compressive strength shall be determined using the unit strength method or the prism test method in accordance with IBC Secrion 2105.2.2. Net Area compressive strength shall be a minimum of 1500 psi. 4.05.13 Masonry Mortar Part 1- General General Masonry mortar shall be used to propexly level, position, bond together, seal irregulariries, and provide a weather-right joint between tlie concrete masonry units (CML�. Performance Requirements Mortar shall conform to secrion 2103.8 of the IBC for type "S" mortar with a uiuiimum compressive strength of 1800 psi at 28 days. Cement shall be ASTM C-150 and lime shall be ASTM G207. Mortar shall conform to the minimum pxoperty xequirements given in Table II of ASTM C270, based on 28 day laboratory testing. Part 2 - Products Mixes Proportion mortar by volume and mix in a standard mortar mixer operated in accordance with manufacturer's recommendarions. M� ingredients thoroughly in dry form and add water to bring the mixture to the proper consistency for use. Do not hand-mi�c mortar. Finishes Provide mortar pigment to match owner-selected color of concxete masonry units. 4-2 J:\Data\REN\112-047\Technical Specs\4 Masonry.docx 9/27/2013 7:28 t1M � 2013 RE-I2 Fngineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 4— Masonry Part 3 - Execution Installation All joints shall be tooled and concave unless otherwise specified. Masonry mortar testing shall be in accordance with AS'I'M C270. 4.05.16 Masonry Grout Part 1- General General Masonry grout shall be used to fill all CMU cells that contain reinforcing steel. References Masonry grout components shall comply with the following specifications: ASTM C-150, Portland Cement ASTM C-404, Aggxegate for Masonry Grout. Compressive strength detexmined in accordance with ASTM C1019. Performance Requirements Masonry grout shall conform to Table 2103.12 or to ASTM C476 for Fine Grout. Per ASTM C-476 Fine Grout Standards, masonry grout shall consist of one part Portland Cement to three parts masonry sand and one-tenth part lime and shall have a minimum compressive strength of 2000 psi. 4.05.19 Reinforcement and Accessories Part 1- General References Joint reinforcing shall comply with ASTM A951 and with section 2103.13 of the IBC. Part 2 - Products Materials Reinforcing steel bars to be used for masonry work shall be ASTM A-615, Grade 60. Provide bar lengths and sizes as shown on the plans. Anchors shall be dovetail anchor slots and anchors. Anchor slots shall be equal to Burke "Fleming" masonry anchor slot and anchors shall be equal to "AA Wire Products Dovetail Flex-O-Look Channel and Ties", or equal. Part 3 - Execution Installation All masonry accessories shall be installed as shown on the plans and submitted details. The Contractor shall not splice reinforcing except as shown on the plans. The minimum splice, 4-3 ]:\Data\R�N\112-047\Technical Specs\4 Masonry.docx 9/27/2013 728 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 4— Masonry Misty Cove Lift Station where not indicated, shall be 32 bar diameters or 24 inches, whichever is greater. All accessories shall be cleaned of all dirt, grease, oil, loose mill scale, excessive rust, or other foreign matter which may reduce bond with grout or mortar. 4.08 CMU Inspection and Testing Compressive strength shall be deterniined using the unit strength method or the prism test method in accordance with IBC Secrion 2105. Net Area compressive strength shall be a minimum of 1,500 psi. Special Inspection shall be in accordance with IBC Table 1704.53, Level 2 Special Inspection. 4.20 UNIT MASONRY 4.22 Concrete 1V�asonry Units Part 1- General Storage and Handling All blocks shall be covered and protected against wetting prior to use. Related Sections 7.21.5 CMU Insularion Coatings: 9.97.23.11 Anri graffiri Part 2 - Products Materials Masonry shall be split as shown on the drawings. Concrete Masonry Units shall be hollow load-bearing type, confoiming to ASTM C-90, Grade N, Type 1. All units, unless otherwise noted, shall have normal weight aggregate having a uniform quality, texture, and color. Unit sizes and shapes shall be 8 inches high by 16 inches long by 8 inches wide (nominal). Components All ungrouted concrete masonry units with an exterior face shall be insulated as shown on the plans and detailed in Division 7. Masonry construcrion shall comply with the requirements of IBC 2104 and with ACI 530.1 Provide vertical reinforcement at all corneYs, on each side of openings 24 inches and larger than and at the intervals shown. Provide horizontal reinforcing at bond beams as shown on the plans, and above and below all openings largex than 24-inches. Finishes Coat the following surfaces with the products identified under "Related Sections" above. • Exterior walls 4-4 J:\Data\R�N\112-047\Technical Specs\4 Masonry.docx 9/27/2013 7:28 AM m 2013 RH2 �nginccring, Inc. ' I! LJ �J � City of Renton Fall 201i Misty Cove Lift Station Division 4— Masonry Part 3 - Execution Preparation When joining fresh masonry to set or partially set masonry construcrion, the Contractor shall clean the exposed surface of set masonry and remove loose mortar prior to laying fresh masonry. � The Contractor shall protect sills, ledges, and offsets from mortar drippings or other damage during construction. The Contractor shall protect the adjoining work from mortar droppings, and newly-laid masonry from damage and from rain until the mortar has set. � i � Installation Cold weather construcrion shall be in accordance with IBC section 21043 when the ambient temperature falls below 40 degrees F or the temperature of the masonry units is below 40 degrees F. Hot weather construction shall be in accordance with IBC section 2104.4 when the ambient � temperature exceeds 100 degrees F ox exceeds 90 degrees F with a wind velocity greater than 8mph. The Contractor shall lay only dry masonry units. When masonry needs to be sawed, only � masonry saws shall be used to cut and fit masonry units. All units shall be set plumb, true to line, and with level courses accurately spaced. The masonry unit shall be adjusted to final position while the mortar is soft and plastic. If the units are displaced after the mortaY has � stiffened, the Contractor shall remove the units, clean the joints or mortar, and relay with fresh and clean units. � All joints shall be tooled and concave. The Contractor shall remove mortar protruding into cells of cavities to be reinforced. Fill all vertical and horizontal cells that contain reinforcing and as detailed on the plans with , grout. Cells shall have an unobstructed verrical alignment. The Contractor shall provide grouted bond beams where required. Provide lintels made up of reinforced, grouted lintel sections over. all wall openings as shown on the plans. The Contractor shall install horizontal 1 and vertical reinforcing and hold in position as the work progresses to maintain the following clearance between the reinforcing and the block surface: 1'/a exterior, 3/a-inch interior. � � � � i , The maximum lift for grout pours shall be 4 feet. The Contractor shall make sure that the grout is consolidated with a vibrator immediately after pouring and re-consolidate after excess moisture has been absorbed; but before plasticity is lost. Provide clean-outs at the bottom of all gtouted courses. Contractor may eliminate clean-outs at the Owner's discretion, if the bottom of all cells are free of knocked-off mortar fins and dirt. The Contractor shall hold grout 1-1/2 inches below the top of the upper most units when work stops for over one hour, and thoroughly clean and roughen the joint before proceeding with the work. The Contractor shall grout full-space-around door frames and other built-in items. Build in all work with the masonry including anchor bolts. Build in wall plugs, doors, windows, and accessories and plumbing appurtenances as erection progresses. 4-5 J:\Data\REN\112-047\Technical Specs\4 Masonry.docx 9/27/2013 7:28 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 4— Masonry Misty Cove Lift Station At the stoppage of work at any time, the work shall be covered with tarpaulins or boards to prevent rain or snow from entering the cores of the block. The walls shall be adequately braced to support masonry. If mortar or grout has been misplaced, the Contractor shall have it immediately removed. Shore reinforced lintels a minimum of 14 days after grout placement or until a 28-day strength is achieved: Prior to completion, fill all holes in joints. All defective joints shall be cut out and repointed. At the end of each day's work and after final pointing, dry-brush the masonry surface. CS�7 J:\Data\REN\ll2-047\Technical Spccs\4 Masonry.docx 9/27/2073 7:28 AM � 2013 RH2 Engineering, Inc. Division 5 Fabricated Metalwork and Structural Plastics 5.00 GENEx�. This division covers that work necessary for fuYnishing and installing all fabricated metalwork as described in these specifications and as shown on the plans. Sections in these specifications tided "Common W>ork for ... shall apply to all following subsections whether direcdy referenced or not. 5.05 Common Work for Fabricated Metalwork and Plastics Part 1- General Related Sections Division 9.05.00 Common Work for Finishes; 9.06 Color Schedule; 9.91.11 Aluminutn in contact; 9.91.13.2 Exterior metals; 9.91.23.1 Metals dry interior; 9.91.23.2 Metals wet interior; 9.91.23.3 Ga1v iron and nonferrous; 9.91.33 Submerged metals. For Seismic Restraint see Division 1.81 Submittals • Shop Drawings showing details of Fabricated Metalwork including connections and welding • FRP Data Sheets verifying specification requirements • Concrete Anchors • Calculations and plans stamped by a professional engineer licensed in the State of Washington for all Contractor- ox Manufacturer-designed components or assemblies.. Inspections Unless otherwise noted on the plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 48-hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in Division 1, Contractor Responsibility. Any Field welding shown on the plans will require special inspecrions in accordance with Table 1704.3 of the IBC. Quality Assurance Only prequalified welds (as defined by AWS) shall be used. Fabricator shall be registered and approved by American Institute of Steel Construction (AISC) to perform shop fabricarion without special inspecrion. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will forward this to the Building Official. 5-1 J:\Data\REN\ll2-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.doac9/27/2013 7:38 AM m 2013 W-I2 Eng�neering, Inc. Fall 2013 City of Renton Division 5— Metals Misty Cove Lift Station If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on shop fabricated items. The Contractor shall also reimburse the Owner for all Special Inspections required by the IBC for field welding not specifically shown on the plans. Contractor shall alert Owner at least 30 calendar days in advance if such Special Inspections will be required in order to procure the services of a testing lab. Special Inspection by the Owner does not relieve the Conttactot of responsibility of performuig his own inspecrions and testing to ensure that all items are properly constructed. Part 2 - Products Materials Structural Steel Structural steel shall conform to the following requirements: Plates, shapes, angles, rods - ASTM A36, Fy >_ 36 ksi Special Shapes, Plates - ASTM A572, Fy > 50 ksi Pipe Columns - ASTM A53, Grade B Type E ox S, Fy >_ 35 ksi Structural Tubing - ASTM A500, Grade B, Fy >_ 46 ksi Stainless Steel Stainless steel shall be type 304 (non-welded) or type 304L (welded). Plates - ASTM A240 Fasteners - ASTM F593 Extruded Structural Shapes - ASTM A276 Pipe - ASTM A999. See Section 15.22.4 for information on pipe used for mechanical applications. All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. Aluminum Plates - ASTM B209, Type 6061-T6 Extruded Shapes - ASTM B308, Type 6061-T6 Pipe - ASTM B210 Type 6061 Architectural Applications - ASTM B210, Type 6063 Alumuium materials in contact with concrete or other metals or other masonry materials shall have surfaces coated per Division 9. Galvanized Steel Base metal shall be as specified for Mild Steel. 5-2 J:\Data\REN\112-047\1'echnical Specs\5 Fabricated Metal Work and Structural Plastics.doc3c 9/27/2013 738 AM � � 2013 RH2 Enginecring, Inc. C� � � � LJ LJ City of Renton Fall 2013 Misry Cove Lift Station Division 5- Metals Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. Finishes: For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance with ASTM A 653/A 653M Manufactured Units Design of Contractor- or Manufacturer-designed components ox assemblies shall meet the specific component requirements as provided here-in, as well as all applicable state and federal codes. Design shall include graviry loads and seismic loads in accordance with ASCE 7-05 ChapteY 13 "Seismic Design Requirements for Nonstructutal Components". Design criteria shall be as provided herein for components, and as provided on the plans. Contractor-designed components and assemblies shall be shop welded and field bolted if � possible. Field welding will NOT b�e `allowed unless specifically shown, or there is no reasonable alternative. Finishes Non-exposed structural steel: Mill finish or as shown on plans Exposed structural steel: Division 9 Aluminum: Division 9 Galvanized steel: Division 9 Stainless steel: Division 9 Fiberglass: Uncoated Part 3 - Execution Fabrication All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by AISC and AWS certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding inspecrion shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the IBC. Shop welding requiYing inspection or testing per IBC Chapter 17 must be tested by an independent testing laboratory certified by AWS and approved by the owner at the Contractor's expense. Field welding, where required ar allowed, will lie inspected by a xepresentarive of the owner at the owner's expense. This does not relieve the Contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. All shop welds shall be ground smooth. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. Where steel items to be welded are galvanized, galvanizing must first be removed by grinding with a silicon carbide wheel, by grit blasting or by sand blasting. 5-3 ]:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Struchual Plastics.dooc 9/27/2013 7:38 AM 0 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 5— Metals Misry Cove Lift Station Coating All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be pxotected as required to prevent damage to the coating during shipping. Hold back shop primuig from areas to be field welded. Installation Fabrications shall be installed as shown on the approved shop drawings. All members shall be accuYately located and erected plumb and level. Metal fabrications shall be installed or erected as based on the American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings", latest edition, plus all xeferenced code requirements. Temporary bracing, such as temporary guys, bYaces, false-work, cribbing, or other elements, shall be provided by the Contractor in accordance with the requirements of the "Code of Standard Practice", wherever necessary to accommodate all loads to which the structure may be subjected, including construction loads. Such bracing shall be left in place as long as may be required for safety. .As erection progresses, the work shall be securely bolted or welded to compensate for all loads during construcrion. No permanent bolting or welding shall be performed until the structure has been properly aligned. � 5.05.23 Structural Connectors Part 2 - Products Materials Undex no circumstances shall the fasteners be of lesset strength or higher corrosive potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet conditions including the wet well shall be Stainless Steel. Miiumum grade 304 in raw domesric or treated domestic water. Minimum gYade 316 in treatment process and sewage applications. Minimum gtade 317 foY acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Steel Fabrications: Connecrion bolts for dry conditions may be A307 galvanized bolts. Alumuium and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into concrete and CMU shall be Concrete Anchoxs as specified herein. Bolts and studs shall be long enough that at least two thYeads extend beyond the face of the tightened nut. For pump anchor bolts, see Section 11.19, For mechanical pipe (non structural) connections, see Division 15, "Common Work for Pipe and Fittings". 5-4 J:\Data\REN\ll2-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.doac 9/27/2013 7:38 AM � 2013 RH2 Engineering, Inc. t E� 1 � EJ � � � �� � City of Renton Fall 2013 Misiy Cove Lift Station Division 5- Metals Part 3 - Execution Installation All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. 5.05.24 Concrete Anchors Part 2 - Products Materials Concrete Anchors shall be Hilti HIT-RE 500-SD Adhesive Anchors. CMU Anchors shall be Hilri HIT HY 150 MAX Adhesive Anchors. Anchorage into unreinforced masonry cells is not allowed unless specifically called out on plans. Anchors in unreinforced masonry cells shall be Hilri HIT-HY 20 Hybrid Adhesive Anchors. Threaded rod shall be zinc plated steel in valve vault and flow meter vault. Part 3 - Execution Installation Install in accordance with Manufactuter's recommendations. Special Inspection in � accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval. � � 1 t � � � � Use thteaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Provide minimum embedment as shown. Holes shall be drilled with carbide-tipped drill bit. Holes shall be cleaned of dust and debris. Aclhesive shall be inserted with a mixing nozzle. 5.60 L�IDDERS 5.60.1 Common Work for Ladders Part 1- General Design Requirements Ladders shall meet the requirements set forth in OSHA 1910.27 and WAC (Washington Adininistrarive Code) 296-24-735 through 296-24-81011. The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung. Safety cages, platforms, and fall prevention devices shall be provided as shown on the plans. They shall comply with WAC Section 296-24-81. 5-5 J:\Data\REN\112-047\Technica] Specs\5 Fabricated Metal Work and Structura] Plastics.docx 9/27/2013 7:38 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 5— Metals Misry Cove Lift Station Ladders shall extend the full distance from base landing to top access plus extension. Ladders that are short shall be field extended by method approved by the Engineer or xeplaced with proper length ladder. Part 2 - Products Materials All ladders and ladder accessories shall be hot-dipped galvanized steel, alunvnum, or fiberglass as indicated on the plans. Fabrication Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff clips, or as otherwise shown. 5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders Part 2 - Products Materials FRP ladders shall be made from FRP structural shapes as specified. Ladder side rails shall be produced by the pultrusion process. The side rails shall be 2" square tube with a wall thickness of .25". The rungs shall be 1" minimum diameter thermal cure clear solid rod with a nonslip footing surface. All joints and rungs shall be epo�ed and riveted. Fabrication Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff clips. All cut or machined edges shall be sealed with a resin compatible with the resin matrix used in the structuYal shape. 5-6 J:\Data\RLN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docx 9/27/2013 7:38 AM � 2013 RH2 Fngineering, Inc. � � Division 6 Carpentry � � � �� �J � , � � � �J � � � 6.00 GENExA1. This division covers that work necessary for furnishing and installing all carpentry as described in these specifications and as shown on the plans. Secrions in these specifications tided "Common Wlork for ..." shall apply to all following subsections whether direcdy referenced or not. 6.05 Common Work for Carpentry Submittals Submittal information shall be provided to the Owner for the following items: � Structural Wood • Trusses — Submit calculations and shop dxawings stamped by a licensed, professional engineer registered in the State of Washington. G.10 ROUGH CARPENTRY 6.14 Pressure Treated Wood Part 1- General Submittals Submit pressure treatment type and application rate fox each of the following applications: CMU Wall Top Plate — Use Category UC2 Prefabricated Trusses — Use Category UC1 Applicable AWI'A Standards shall be supplied to the Engineer with submittal. Part 2 - Products Components Pressure treatment type and application rate shall be appropriate for the Use Category as determined by the American Wood Preserves Associarion (AWPA). Chemical content shall be 0.401b/cf Finishes Coat cut ends of pressure treated wood with copper naphthenate based wood preservarive. 6.16 Wood Sheathing Part 2 - Products 6-1 � ]:\Data\RF_N\172-047\Technical Specs\G Cargentry.docx 9/27/2013 7:30 AM m 20] 3 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 6— Carpentry Misty Cove Lift Station Materials Wood sheathing shall be C-D exposure 1 or better Engineexed Wood Associarion (APA) rated plywood or O.riented Strand Board (OSB). Thickness shall be as shown on the plans. Part 3 - Execution Construction Provide blocking at unframed panel edges where noted on the plans. Nail sheathing as shown on the plans. If not shown, provide nailing as follows, at a minunum: 8d nails at 6 inches on center at framed panel edges, trusses and diaphragm boundaxies and 12-inches on center elsewhere. 6.17 Shop Fabricated Structures 6.17.53 Premanufactured Wood Trusses Part 1- General References Trusses shall meet the Plate Testing and Evaluation Criteria and Quality Criteria and shall be designed in accordance with the Design Procedures as given in ANSI/ TPI 1-2002 as published by the Truss Plate Institute. Quality Assurance Prefabricated wood trusses and cross-bracing and blocking shall be designed and certified by the truss manufacturer to meet the loads shown on the plans. Truss design shall be stamped by a Washington State licensed Professional Engineex. 6-2 9/27/2013 730 AM J:\Data\RLN\112-047\Technical Specs\G Cacpentry.docx � � 2013 RH2 Engineering, Inc. � � � `J � i � � Division 7 Thermal and Moisture Protection 7.00 GENERAI. This division covers furnishing all labor, materials, and equipment for providing a structure which is completely weather-tight. Sections in these specifications tided "Common i-Vork for ..." shall apply to all followuig subsections whether d�ectly referenced or not. 7.05 Common Work for Thermal and Moisture Protection Part 1- General Submittals Submittal information shall be provided to the Owner for the following items: • Caulk • Roofing System • Insulation Systems and Installation Verifications Warranty — Roofing System � The roofing Contractor shall warrant the roof system provided under this contract against leakage, and defects in materials and workmanship for a period of two years after date of project acceptance. The roofing system manufacturer shall provide a warranty for the roof � system against leakage and defects in materials for a period of eighteen years after the roofing Contractor warranty expires. � � � �� �� � Following roof installation, supplier shall furnish services of a qualified manufacturer's representative to inspect the roof and inform Owner of any defects or concerns regarding condition of roofing system at the job site. Contractor shall provide repair as necessary to the satisfaction of the manufacturer representative at Contractor's expense. Upon resolution of any defects or concerns (if any), manufacturer's warranty shall then be in fizll effect. The finished roofing system shall be free from leaks, warps, permanent discolorarion, and coating degradation far the warxanty period. The Roofing system manufactuter's warYanty shall be non-pYorated and in full effect (100% covered) for the full 2 years following project acceptance. The manufacturer's warranty shall be prorated from 100% covered fxom year 2 to year 5 and linearly decxeasing to 10% at year 20. 7.20 THERMAL PROTECTION 7-1 � J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 730 AM � 20] 3 RI-I2 Engineemig, Inc. Fall 2013 City of Renton Division 7— Thermal and Moisture Protection Misty Cove Lift Station 7.21 Thermal Insulation 7.21.3 Ceiling Insulation Part 1— General Performance Requirements Insulation shall be craft paper faced bat with a minimum R value of 38. Part 2 — Products Manufacturers Ceiling insulation shall be equal to Owens Corning Part 3 — Execution Installation Provide and install ceiling insulation as shown on the project plans. Place insulation with craft paper face down and as recommended by the manufacturer. Insulation shall be placed to the extents possible to cover the atric. Place baffles above the insulation as the slope of the roof ineets the building edge. 7.21.4 Foundation Insulation Part 1— General Performance Requirements Provide a minimum R value of 10. Insulation shall be suitable for direct bury application. Storage and Handling Protect insulation stored on the jobsite from physical damage and direct sunlight. Insulation should be stored off the ground and covered with a light colox polyethylene film. Make sure the covered insulation is well ventilated to prevent excessive temperature build-up. Part 2 — Products Manufacturers Insularion shall be Foamular 150 as manufactured by Owens Corning or equal. Part 3 — Execution Installation Extruded polysryrene insularion shall be placed as shown on the plans. Conttactor shall not damage insulation during installarion and take adequate care to backfill soils to meet compaction standards while not damaging insulation. Fuush top edge of insularion 1"-2" below finished ground elevarion. Install only as much insulation as can be covered, at least temporarily, during the same day. 7-2 J:\Data\REN\ll 2-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM � 2013 RH2 Engineering, Inc. � � � 1 � � � � � � � � � � � � � � City of Renton Fall 2013 Misty Cove Lift Station Division 7— Thermal and Moisture Protection 7.21.5 CMU Wall Insulation Part 1— General Performance Requirements All non-grouted exterior exposed CMU walls shall be insulated to R-values as stated on the plans. Part 2 — Products Manufacturers All concrete masonry units with an exterior face shall be insulated with Perlite block insulation or equal. Part 3 — Execution Installation Insulation shall be installed by methods and pexsonnel approved by the block manufacturer. 7.40 EXTERIOR PANELS 7.46 Siding 7.46.43 Steel Materials 7.46.43.2 Steel Soffit Panels Part 1— General Design Requirements The panels shall be able to withstand the wind loading identified in the Plans. Finishes Finish all panels as recommended by the manufacturer. Colox shall be chosen by the owner from a minimum of 15 colors. Part 2 — Products Materials Panels shall be equal to AEP Span Prestige Series (PS-12) soffits. Panels shall have a Zincalume or Kynar fuush. Vented and non-vented soffit panels shall have matching beads or groove widths and matching finishes. Provide venting per local building code requirements. All vents shall include aluminutn or galvanized bird screens. Part 3 — Execution Installation Panels shall run perpendicular to rafters. Install panels next to transition between wall and eave as recommended by the manufactuter. 7-3 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 7— Thermal and Moisture Protection Misty Cove Lift Station 7.60 FLASHING AND SHEET METAL 7.61 Metal Roofing 7.61.1 Common Work for Metal Roofing Part 1— General General Work covered in this section consists of furnishing all labor, material, and equipment for preformed metal roofing as shown on the Plans and as specified herein. Submittals Submit shop drawings deta.iling all edges, hips, valleys, eaves, rakes, other flashing and include fastener schedule and in accordance with Division 1.33. Prior to Engineer review, Contractor shall have the shop drawings reviewed and approved by the system manufacturer. The Roofer shall submit a list of a minunum of (5) five successfully completed projects with owner references, total roofing system square footage and roofing cost. The Roofer shall be regularly engaged in construction of inetal roofing systems and approved to install metal roofing by the accepted system manufacturer. Such approval shall be submitted in writing along with the shop drawings as specified below. Storage and Handling The Contractor is responsible for continuously maintaining materials subject to precipitation or weather damage in new condition. Replace warped or weathered plywood, insulation, or other materials damaged by climatic condirions. Follow all manufacturer's recommendations regarding product delivery, storage, and handling of materials. Part 2 — Products Materials Materials shall be purchased direcdy from the manufacturer's commercial department to verify that the Contractor is approved by the system manufacturer to install the roofing system specified. All materials shall be provided by one manufacturer and conform to the cutrent IBC. Roofing felt shall be 30-pound asphalt-saturated felt, conforming to ASTM D-250, Type I, plain, unperforated. Fasteners shall be as recommended by the roofing manufacturer; lengths as required. Other miscellaneous exposed fasteners shall be stainless steel or ZAC (exposed head of zinc/aluminum alloy). Fasteners shall be of the length to penetrate the top ridges of the steel decking only. FasteneYs shall be inserted to penetrate only the top ridges of the steel roof suppoYt decking. 7-4 J:\Data\REN\] ]2-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 730 AM m 2013 RH2 En�neering, Inc. � i__9 � � l, � City of Renton Fall 2013 Misty Cove Lift Station Division 7— Thermal and Moisture Protection Finishes . The Owner sliall select the roofing color from manufacturer's standard offering of not less than fifteen colors. Color options shall be provided with the submitted shop drawings. Part 3 — Execution Examination Verify that work of other trades which penetrates the roof deck, or requires workers and equipment to traverse Yoof deck, has been completed. Examine surfaces for inadequate anchorage, foreign material, moisture, and unevenness � which will prevent the execurion and quality of applicarion of roofing system as specified. Do not proceed with application of rooftng until these defects are corrected. � � i � � � � � � � LJ Preparation Provide temporary roof during inclement weather. Requests for use of alternate structural and/or base materials with superior weathering resistance, if approved by the Engineer, may be made in lieu of temporary roof replacement. Submit a description of each temporary roof system or alternate material schedule proposed. Provide special protection fYom heavy traffic on completed work. Restore to original condition, or replace work or materials damaged during handling of roofing materials. Installation Apply roofing felt below waterproof roof paneling, single-ply, lapped shingle fashion, 3-inch head laps and 6-inch side laps. Install no more roofing felt than can be covered by metal roofing in the same day. Roof underlayment shall be dry and free of defects prior to the installation of inetal roofing. Except as otherwise shown or specified, comply with recommendations and instructions of metal roofing manufactuter. Apply roofing only in dry weather and when the ambient temperature is above 40 degrees Fahrenheit. Form and fabricate sheets, seams, strips, cleats, clips, hips, ridges, edge treatments, integral flashings, and other components of specified metal roofing to proftles, patterns, and drainage arrangement shown, and as required for permanent leak-proof construcrion. Provide for thermal expansion and contraction of work caused by ambient air temperature difference of 100 degrees Fahrenheit. All openings shall be sealed from weather and to prevent recessed areas that may attract nesting animals. Panel corrugarions shall be sealed with the manufacturer's standard closed cell neoprene blocks conforming to the panel corrugation. Gaps created between corrugations and flashings shall be avoided whenever possible. Where such gaps occur, they shall be sealed with manufacturer's low pitch closures, or equal. All closures shall be installed as close to the face of the opening as possible to minimize any recessed areas. Provide uniform, neat seams with no exposure of sealant to ultraviolet light. 7-5 J:\Data\REN\112-047\Technical Specs\7 Themial and Moisture Protection.docx 9/27/2013 7:30 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 7— Thermal and Moisture Protection Misty Cove Lift Station Flashing with a drip edge shall be installed on all edges, corners and angle points. Valley gutters shall be provided at all valleys. Field Quality Control Metal roofing and its flashing shall be weather-tight. Exposed surfaces shall be free of dents, scratches, abrasions, or other visible defects. Construction and fabrication of inetal roofing shall comply with Sheet Metal and Air Conditioning Contractors National Association (SMACNA) recommendations for fabrication and construction of details, expansion joints, and installation pxocedures, except as shown or specified. Fabricate and install work true and accuYate with lines and corners of exposed metal units. Form exposed faces and starter sections of seams flat and free of buckles, excessive waves, and avoidable tool marks considering temper and fuiish of inetal. Hold-down attachments for roof shall be designed and spaced to resist uplift pxessure due to Basic Wind Speed and Exposure as identified in the General Notes. Provide uniform, neat seams without tool marks or irregularities. 7.61.3 Preformed Metal Roofing over Wood Decking Part 2 — Products Materials Preformed metal roof paneling shall be equal to the Cu.rtom Bilt Metal.r, SLZ 1750 Titan� Snap-Lock Koof Panel. The metal roofing system shall consist of 24-gauge, factory-formed, pre-fuushed panels with majar ribs not less than 1-3/8" in height. Panels shall be held down to the structure with concealed clips and fasteners. The fastening schedule shall be designed by the manufacturer to resist the loads idenrified in the General Notes. Edges, hips, valleys, eaves, rakes, and miscellaneous flashing shall be fuushed with matching pre-finished pieces of 24-gauge, minimum, to form a weather-tight roofing system. Exposed sheet metal (including flashing used in tliis system): mitumum 24-gauge thickness. Roofing panels shall be factory-prefabricated in accordance with manufacturer's standard pattern and design. Extend panels from eaves to ridge in one piece. Shop-fabricate metal in conformance with manufacturer's pattern specifications to result in a minimum 1-inch effective watex dam height on both edges. Standing seam interval shall not exceed 16 inches. All ftnal hand turning of seams at joints and junctions is to be of the same quality as the machine-produced seams. Pxactices and techniques described in the SMACNA Architectural Sheet Metal Manual are to be used as the standard of pracrice unless otherwise specified or shown on the Plans. Finishes Exposed sheet metal treated with a protective coating of Zincalume confornzuig to ASTM 792, AZ50, with factory-applied paint fmish of full-strength Kynar 500 or Hylar 5000 with a total dry film thickness of one mil. Reverse face shall be protected by a wash coat or primer. ra� J:\Data\RGN\] ] 2-047\Tcchnical Specs\7 Thermal and Moisture Protecdon.docx 9/27/2013 730 AM m 2013 RH2 Engineenng, Inc. � � � � � � �� � J 1 � � � � � � �. � City of Renton Fall 2013 Misty Cove Lift Station Division 7— Thermal and Moisture Protection 7.70 ROOF AND WALL SPECIALTIES 7.72 Roof Accessories 7.72.1 Common Work for Roof and Wall Specialties Part 1— General Design Criteria Attic ventilation shall be installed in accordance with IBC 1203. Contractor shall certify in writing that attic ventilation meets the IBC specification during the submittal process. Part 3 — Execution Installation Blocking shall be installed on all.exterior eaves. Ventilation baffles shall be provided at all eave vents that provide a 1" minimum air gap between the attic insulation and the roof sheathing. , Gable end vents or roof vents shall be provided. 7.72.26 Ridge Vent Part 2 — Products Manufacturers Roof vents shall be equal to Cor-A-Vent model V-600 ridge vents or approved equal. Part 3 — Execution Installation Roof vents shall be applied to both the hip ridges as well as the roof peak unless otherwise noted on the roof plan. 7.90 JOINT PROTECTION 7.92 General Joint Sealants Part 1— General Submittals Submit schedule for caulk used on the project for approval prior to application. Part 2 - Products Materials Concrete and Masonry DAP� Premium Polyurethane Concrete & Masonry Sealant or equal. Other Surfaces Contractor shall provide caulk appropriate to surface and reason for caulk application. 7-7 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moistuce Protection.docx 9/27/2013 7:30 AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 7— Thermal and Moisture Protection Misry Cove Lift Station Caulk shall be the most durable available (longest warranty) by DAP�, or equal. Part 3 — Executiori Installation Caulk all joints and spaces necessary to provide a completely weathex-tight product. Apply caulking in strict accordance with manufacturet s direcrions with regard to temperature at applicarion and curing times, surface condition, moisture and cleanliness. Apply after surfacing prime and prior to final coatings if surface is to be coated. If surface will not be coated, provide color choices to the Owner for approval prior to application. Clean all adjouung surfaces of excess sealant, smears, or marking due to application and leave joints with neat, uniformly-filled surfaces. : J:\Data\RLN\112-047\Technical Specs\7 Thermal and Moisture Protecaon.docx 9/27/2013 7:3011M m 2013 RH2 Fngincering, Inc. � � Division 8 Operungs i � � � �_; � � � � � � � � � 8.00 GENERAI. Sections in these specificarions tided "Common 1Ylork for ..." shall apply to all following subsections whether directly referenced or not. 8.05 Common Work for Openings Part 1- General Summary This division covers furnishing all labor, materials, and equipment necessary foY providing all interior and exteriox doors, frames, and windows. Submittals Submittal information shall be provided to the Owner for the following items: � Doors • Hatches • Hardware • Locks • Keys 8.06 Schedule See the contract Plans for schedule of doors and windows. 8.10 DOORS AND FRAMES 8.11 Metal Doors and Frames 8.11.1 Common Work for Metal Doors and Frames Part 1- General Summary This specificarion covers the doors, frames, accessories, and hardware for both interior and exterior man doors. Related Sections Div 1.16 Owner Standard Locks and Keys Submittals Submittal information shall include the following: : � J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 8- Openings Misty Cove Lift Station Manufacturer's product data and installation instructions for each type of door, frame, accessory, or hardware. Include both published data and any specific data prepared for this project. Door and frame shop drawing for approval prior to fabrication. Include detailed plans, elevations, details of framing membexs, required clearances, anchors, and accessories. Include relationship with adjacent materials. As requested by the Engineer, provide sample color chips representing specified coloxs and finishes. Performance Requirements Dooxs between rooms requiring a fire separation shall have a listed fire rating equal to or greater than the requited room fite rating. See plans for which rooms are requi_ted to be separated with a fire door. Doors and frames shall be listed and labeled for a minunum of 45 minutes. Doors between rooms requiring an acoustical separation (soundproof or sound rated door) shall have a minimum STC rating of 45. All exterior doors and frames shall be insulated for a maximum U-value of 0.60. Quality Assurance The manufacturer(s) shall be a minimum of ten (10) continuous years documented experience specializing in the manufacturing of doors, frames, accessories, and/or haxdware of the type required foY this project. At the request of the Engineer, the manufacturer shall provide testing and/or certification infortnarion demonstrating that the manufacturer shall has design and constructed all equipment to the latest applicable codes and standaxds. The manufacturer or his representative shall be available for consultation to all parties engaged in the project, including instruction to installation petsonnel. Scheduling T'he Contractor shall ensure that all approvals and/or shop drawings are supplied or returned to the manufacturer in time for fabrication without affecting construction progress schedule. In addition, he shall ensure that templates and/or actual hardware requested by manufacturer are ava.ilable in time for fabrication without affecting construction progress schedule Warranry The Manufacturer shall provide a one (1) year warranty against defects in workmanship and materials, including warping, rotting, decaying or bowing. The Installer shall warrant installation procedures and performance for a muumum of two (2) years from the point of substantial completion against defects due to workmanship and materials handling. : J:\Data\REN\] ]2-047\1'echnical Specs\8 Openings.docx 9/27/2013 730 AM � 2013 RH2 Engineering, Inc. t � , City of Renton Fall 2013 Misty Cove Lift Station Division 8- Openings Part 2 - Products Components Provide doors, frames, and accessories as noted on the Door Schedule. Provide door � hardware as specified, as noted on the Door Schedule, and as required by the local building code. � Contractor shall pYovide weather tight trim around all doors whether shown on the plans or not. The frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic .loads. Exterior door fxames shall have an � integral weather-strip at head and jambs. Frames shall be ttimmed in the field to form a weather tight seal if shown on the plans or not. �� � �. � � Accessories Provide door accessories as noted on the Door Schedule. Hinges shall provide 180-degtee rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper-proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. The manufacture shall provide door stops; no screw-on stops will be accepted. Finishes Prime doors and frames at the factory according to requirements for metals in Division 9. Finishes shall be per the appropriate metal finishes in Division 9. Part 3 - Execution Installation Install doors and frames in accordance with manufacturer's instructions and approved shop dtawings; set frames plumb, square, level, and aligned to receive doors. Anchor fxames to adjacent construcrion in strict accordance with recommendarions and appxoved shop dtawings and witivn tolerances specified in manufacturer's instrucrions. Seal metal-to-metal joints between framing members using good quality elastomeric sealant, and all doorjambs with Caulking as specified. Reinforce hinge and lock areas. Mount door using minimum of three (3) hinges. Hang door in the frames and apply hardware in a neat, secure manner so that the doors will operate without dragging or binding. Cleaning/Repair Upon completion of installation, thoroughly clean door and frame surfaces in accordance with AAMA 609. Do not use abrasive, caustic or acid cleaning agents. � Protect products of this section from damage caused by subsequent construction until substanrial completion. If damage does occur, Contractor shall repair damaged or defective products to original specified condirion in accordance with manufacturer's �. 8-3 � J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM � 2013 RH2 Eng}neering, Inc. Fall 2013 City of Renton Division 8- Openings Misty Cove Lift Station recommendations. Replace damaged or defective pYoducts that cannot be repaired to Owner's acceptance. 8.11.13 Hollow Metal Doors and Frames Part 2 - Products Components Doors and frames shall comply with ANSI/SDI A250.8 for level and model and A250.4 for physical performance le�Tel. All doors shall be 1-3/4 inch thick and insulated with a solid polyurethane or urethane foam core. Exterior doors shall be Level 3 and Physical Performance Level A(Extra Heavy Dury), Model 2(Seamless) and fabricated from 16 gauge steel ininimum. Interior doors shall be Level 2 and Physical Performance Level B(Heavy Duty), Model 1(Full Flush) and fabricated from 18 gauge steel minimum. Door fYames shall be 14-gauge galvanized steel, as manufactured or recommended by the door supplier specifically for the door installed. Frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. Alternatively, doox frames installed within CMU walls can be 16-gauge galvanized steel, tied to the CMU with masonry wire clips. Fully grout CMU block within one length of a full- sized block measured from door frame. 8.30 SPECIALTY DOORS 8.34 Access Hatches 8.34.2 Vault Hatches Part 1- General Summary Access hatches shall be of the dimensions and type shown on the project plans. Related Sections Div 1.16 Locks and Keys Div 11.12.2 Submersible Sewex Pump Performance Requirements Door leaf (or leaves) shall be able to withstand a live load of 300 lb/ft2 with a maximum deflection of 1/ 150th of the span. Access doors shall be rated for H-20 (AASHTO) loading. Submittals Provide manufacturer's statement of load xating. ��! J:\Data\R�N\112-047\Technical Specs\8 Openin�s.docx 9/27/2013 7:30 AM � m 2013 RH2 Engineering, Inc. 1 � LJ � � � � � � � � LJ �- City of Renton Fall 2013 Misty Cove Lift Station Division 8- Openings Finishes Aluminum hatch frames shall be protectively coated prior to casting in concrete to prevent the accelerated corrosion that occurs when aluminutn is in contact with concrete. Warranty Manufacturer shall guarantee against defects in material or workmanship for a period of five years. Part 2 - Products Manufacturers All hatches shall be equal to East Jordan Iron Works, LW Products, or approved equal. Components Access hatches shall have aluminum diamond plate door leaf (or leaves), stainless steel spring lift, neoprene weather seal, stairiless steel hardware, self latching stainless steel slam lock, and recessed padlock hasp. An internal lever shall open the latch to prevent accidental entrapment. Any drainage provision provided by the hatch or frame shall be routed to the vault or building sump or dtain system using Sch 40 PVC anchored to the walls and ceiling unless shown otherwise on the plans. Frame shall be channel style with a full anchor flange around the perimeter and shall allow for controlled water dra.inage away from the opening. Compression spring operator lift system enclosed in telescopic tubes or torsion springs shall be provided for smooth, easy and controlled door operation throughout the entire arc of opening and closing. Operation shall not be affected by temperature. The door shall automatically lock in the vertical position by means of a heavy steel hold-open arm with release handle. Access doors that are indicated as odor-right on the plans shall have a continuous EPDM gasket shall be aff�ed to the frame and form an odor-resistant barrier around the entire perimeter of the covex. The dooY frame shall incorporate a 1/8" Neoprene bumper, the continuous EPDM debris gasket, and the continuous EPDM odor-resistant gasket, for a triple-seal system. All access hatches and lids covering sewer wet wells shall be installed using stainless steel bolts as described in the plans and shall not be installed using the hatch anchor bolts. Part 3 - Execution Installation Installarion shall be in accordance with manufacturer's instructions. Field Quality Control Frame shall be installed square and true without binding of door throughout the full arc of travel. Misoperation of door shall be corrected by the Contractor. : I, �_� J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 730 AM m 2073 RH2 Engineering, Inc. Fall 2013 City of Renton Division 8- Openings Misty Cove Lift Station 8.71 Door Hardware 8.71.1 Common Work for poor Hardware Part 1- General Summary This specificarion covers door hardware for interior and exterior doors. T'he Contractor shall provide all hardware necessary to install doors in a secure, weather-tight manner. Unless otherwise specified, all door hardware shall be according to this section. Related Sections Div 1.16 Locks and Keys Submittals Door hardware submittal information shall indicate that hardware is suitable for fire- and sound-rated applications, where applicable. ' Performance Requirements All door hardware shall be selected to meet local building and fire codes. Part 2 — Products Components Key cylinders shall utilize the Owner's standard core and key. The key cylinder shall fit all exterior locking haxdware. A vandal-resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. All exterior, and fire- and sound- rated doors and frames shall have perimeter gasketing. Weatherstripping shall consist of a vinyl, neoprene, or sponge neoprene strip mounted on an alunvnum or stainless steel bracket which is fastened to the door or frame. Gasketing shall be Pemko or equal. 8.90 LOUVERS AND VENTS 8.90.1 Common Work for Louvers and Vents Part 1— General System Description Ventilator shall be provided with explosion proof motors if noted in the Plans. Design and Performance Requirements See Louver and Damper Schedule on Plans and Functional Control description for design and pexformance requirements. :� J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM � 2013 RH2 �ngineering, Ine. City of Renton Fall 2013 Misry Cove Lift Station Division 8- Openings Submittals Submit detailed product information including specifications, sizing information, dimensional drawings, coating systems and available colors, and other information xelevant to this project. Part 2 — Products Manufacturers The following manufacturers aYe considered to be acceptable "or equals" unless othenvise noted on the Plans or elsewhere herein. • Potoroff • Cesco • Louvers & Dampers, Inc. Accessories Provide all accessories needed for a complete installarion including wall and roof thinibles, backguards, and mounting sleeves. Components A filter frame and an insect screen shall be provided on the interior side of all intake louvers. The ftlter frame shall allow for easy installarion and removal of standard size filters. Provide one set of ftltexs. In chemical rooms or other corrosive environments, all materials in contact with the room air shall be fully resistant to corrosion attack from the atmosphere. Finishes All louvers shall be coated with factory Kynar or powder coat finish, color to match exterior color scheme. In chemical rooms or other corrosive environments, all materials in contact with room air shall be fully resistant to attack from the interior environment. Part 3 — Execution Install per manufacturer's recommendations. Louver assembly shall be set flush with the wall exterior Operate all moving parts prior to installarion. Any non-functional or binding parts shall be repaired or replaced prior to installarion. Install so that blade linkages are accessible after installation to pertnit service and lubrication without requiring removal of wallboard or other structures. 8.91.13 Motor Actuated Louver/Dampers: Part 2 — Products 8-7 � J:\Data\REN\ll2-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 8- Openings Misty Cove Lift Station Components If automatic controlled operation, blades shall be adjustable from fully open to fully closed via a 120VAC motor actuator sized appropriately to operate the damper fully. Blades shall seal with neoprene or vinyl seals. Blades shall pivot on bronze or nylon bushings, or steel bearings. Contractor shall verify compatibility of damper to actuator. Motor actuator if any, shall be side mounted, out of the air stream. Provide disconnect switch for each unit (where applicable). 8.91.14 Gravity / Backdraft Dampers Part 2 — Products Dampers shall be TAMCO Series 7000 or approved equal. Dampers shall be available in three mounting types: "Rear Flange", "In Duct", or "Front Flange". Frames shall be mil finish extruded aluminum (6063-T5) with mounting flanges on both sides of fYame. Frame to be assembled using plated steel mounting fasteners. Damper blades shall be extruded aluminum (6063-T5) profiles and shall not be less than 0.06 inch thick. Blade and frame seals shall be of extruded silicone and shall be secured in an integral slot within the aluminum extrusions. Blade and frame seals are to be mechanically fastened to eliminate shrinkage and movement over the life of the damper. Adhesive or clip-on type blade seals are not allowed. Damper shall have maintenance-free bearing systems. Linkage system shall consist of hard alloy aluminum (6005-T6) crank arms fastened to aluminum pivot rods and shall be doubly secured within channel running along top of blade. Dampers shall be designed for operarion in temperatures ranging between -72°F and 212°F Air leakage through a 24" x 24" damper shall not exceed 4.32 cfm/ftZ against 1 inch w.g. differential static pressure at standard air. Standard aix leakage data shall be certified under the AMCA Certified Ratings Program. Part 3 — Execution Dampers shall be made to size required. Dampers with dimensions greater than ma�mum section size shall be manufactured in multiple sections. Multiple secrions are not interlinked or connected. To install, each section must be individually fastened to a structural frame prepared on site. Part 3 — Execution Install the louver flush with the exterior wall face. Seal all gaps with approved caulking. Adjust linkage and actuators for free movement. 8.91.19 Fixed Louver Part 1— General Provide fixed louvex(s) as shown on the plans. .. . J:\Data\REN\112-047\Techrucal Specs\8 Opcnings.docx 9/27/2013 7:30 AM � 2013 RI-I2 Engineering, Inc. � � City of Renton Fall 2013 Misty Cove Lift Station Division 8- Openings � Part 2 — Products � Components Louver shall include channel fxame mounted to the inside face of the wall. � Height and width of louver and damper shall be as shown on the plans. Depth of louver, - filter, and screen assembly shall be set flush with the wall exterior and any intrusion into the = interior wall supported by the frame. � � � � � � : � J:\Data\REN\712-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM m 2013 RH2 Engineering, Inc. � � � � 1, � Division 9 Finishes 9.00 GENERAL T'his division covers that work necessary for providing all materials, equipment, and labor to coat. all items in accordarice with these specifications. Sections in these specifications titled "Common Work for Finishes." shall apply to all following subsections whether directly refexenced or not. 9.90 PAINTING AND COATING 9.90.00 Common Work for Painting and Coating Part 1— General -" Scope � The work specified in this Section covers the furnishing and installarion of protecrive coating, complete in place. Shop coating and/or factory applied fuushes on manufactured or fabricated items may be specified elsewhere. Regardless of the number of coats � pteviously applied, at least two coats of paint shall be applied in the field to all coated surfaces unless otherwise specified herein. �� � ,�. Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Ownex. Include the application each coating is intended for, any surface prepararion, number of coats, method of application, and coating thickness. Provide Material Safety Data Sheets for all materials to be used including solvents. Provide NSF certificarion for all fixiishes in potential contact with potable water. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide owner with schedule of coating operarions and inspection timuig. Coating inspections will be scheduled based upon Contractor-provided schedule, update schedule � weekly or as necessary. � Provide manufactureY's approval of coating system applicator. �. � �- � If product being used are manufactured by a company other than the specified reference standard, provide complete comparison of proposed products with specified projects including application procedures, coverage rates, and verification that product is designed foY intended use. Information must also be provided that demonstrates that the manufactuter's products are equal to the performance standards of products manufactuYed by Tnemec Corporarion, which is the reference standard. Performance Requirements All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF� certified for contact with potable water. Certificarion from the NSF or UL shall be supplied in writing at the time of the submittal process for Finishes. Contractor shall be responsible for verifyixig all finishes used on the project are compliant with primary and 9-1 J:\Data\RGN\112-047\Technical Specs\9 Fuushes.doac 9/27/2013 7:30 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 9- Finishes Misty Cove Lift Station secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. The completed coating shall produce a minimum dry film thickness in accordance with the specificarions as detern�.ined by the microtest thickness gauge or comparable instru.ment. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Quality Assurance The Contractor shall be responsible for compatibility of all shop and field applied paint products including the use of primer, intermediate and top coats by different manufacturers if applicable. Contractor shall insure complete comparibility between coatings provided for the project. If coatings are not compatible per manufacturer's review it shall be the ContractoY's responsibility to remove incompatible coatings fully and replace with compatible coating systems. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. The Contractor shall be responsible for obtaining written documentation from equipment/material manufacturers regarding the date at which shop prime coatings are applied and shall strictly adhere to the coating manufacturer's recommendarions for recoat time intervals. The ContractoY shall submit to the Engineer such documentation upon request. Storage and Handling Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. Store pa.int supplies as recommended by the manufacturer and as approved by the Owner. Extra Materials For any products that have a shelf life longer than one year, provide one unbxoken gallon container of each type and color of paint and each type of solvent and thinner used, as requested by the Owner. Dispose of all extra materials not desired by the Owner. Waste Products The Contractor shall be responsible for the collection, contauiment, transportation, and disposal of all waste products generated for this project. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Cleaning and disposal shall comply with all federal, state, and local pollution conttol laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Site Conditions Contractor shall take any and all measures necessary to prevent over-spray of structures and/or components in the field from both preparation and coating work. Should over-spray 9-2 9/27/2013 7:30 AM J:\Data\REN\112-047\Technical Specs\9 Finishes.docx � 2013 RH2 Engineenng, Inc. � �� ,� � � i City of Renton Fall 2013 Misty Cove Lift Station Division 9- Finishes occur, the Contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Part 2 — Products Manufacturers The following coating system manufacturers are approved subject to compliance with the Specifications contained herein: 1. Tnemec Company 2. Sherwin Williams 3. AkzoNobel Devoe 4. Raven The specified coating shall be understood as establishing the type and quality of the coating desired. Other manufactuYers' products will be accepted provided sufficient information is submitted to allow the Engineer to determuie that the coatings proposed axe equivalent to those named. Proposed coating shall be submitted for review in accordance with Division 1. Requests for review of equivalency will not be accepted from anyone except the Contractor, and such requests shall not be consideYed until after the Contract has been awarded. Subsritutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. Offers for substiturions will not be considered which decYease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All subsritutions shall include complete test repoYts to prove compliance with specified performance criteria. Part 3 — Execution Installers Conttactor shall be responsible for quality assutance including the retention of a coating applicator with experience necessary to complete the work as specified within this Division. Applicator's personnel shall be adequately trained for application of specified coatings. Applicator must prove adequate experience with the coatings specified for this project. At the discretion of the Owner, the applicator shall be approved to complete the coatings portion of the work. Submit list of a minimum of 5 completed projects of similar size and comple�ty to this project during the submittal process. Include for each project: 1. Project name and location. 2. Name and phone number of owner. 3. Name and phone number of Contractor. 4. Name and phone number of engineer. 5. Name and phone number of coating manufacturer. 6. Approximate area of coatings applied. 9-3 � J:\Data\REN\112-047\Technical Specs\9 Finishes.dooc 9/27/2013 730 AM m 2013 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 9- Finishes Misty Cove Lift Station 7. Date of complerion. � Examination T'he Owner shall inspect and approve all surface preparations priox to application of any coating. Provide 24-hour notice prior to surface inspection needs. Preparation Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications, whichever aYe stricter. In general all sutface preparation shall meet Structural Steel Painting Council (SSPC) Surfacing PYepararion (SP) guidelines, the National Association of Pipe Fittets (NAPF), American Water Works Association (AWWA) and/or the National Association of Corrosion Engineers (NACE) as noted herein unless more strictly described by coating manufacturer. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures, humidity and all other environmental condirions shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of applicarion and while coating is drying. Materials shall be m�ed, thinned and applied according to the manufacturer's printed instructions. Dry Film Thickness (DF'I� shall be as stated here in or applied based on coverage rates of square feet per gallon (sq. ft./gal). Installation/ Construction Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified herein shall govern. Fuushed coating on all items shall be clean, undamaged and of uniform thickness and color. Coating shall be done in a manner sarisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met, regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. The manufacturer's recommended drying time shall be construed to mean "under normal condirions." Where condirions are other than noxrnal because of weather, confined spaces, or other reason, longer drying times may be necessary. The manufacturer's recommendation for recoating time intervals shall be stricdy adhered to. Field Qualiry Control The prime Contractor shall be completely responsible for coating quality. The Contractor shall provide both wet and drT film gauges, and make such available to the Engineer when requested. If coating inspector finds anomalies and/or defects, the Contractor shall re-prep and recoat those areas per the coating manufacturer's instrucrions. 9-4 9/27/2013 730 AM ]:\Data\REN\]]2-047\Technical Specs\9 Puushes.docx � 2013 RI-I2 �ngineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 9- Finishes Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, drips, surface irregularities, overspYay, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall appearance of the finished project. Repair/Restoration The Contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Scratched, chipped or otherwise damaged coatings, including factory coatings, shall be repaired before final acceptance will be given. Cleaning If any cleaning of equipment at the site is performed with solvents, such woxk shall be done over leak-proof linings. Preparation or coating materials may not be disposed of on site. 9.90.01 Color Schedule Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. The owner will develop a color schedule for painted items after award of the contract. Contractor shall provide a pallet of colors from the manufacturer of not less than 15 color choices. 9.90.02 Unpainted Items Do not coat aluminum or stainless steel items unless specifically directed otherwise below or as shown on the plans. Field painting is not required for factory prefuushed equipment items (e.g. pumps, motors, blowers, etc.) unless otherwise specified. Do not coat shop epoxied meters or control valves unless noted otherwise on the plans or herein. Do not coat small diameter pilotry piping such as galvanized iron, copper or brass pipe and fittings associated with control valves unless noted otherwise on the plans or herein. 9.91.13 EXTERIOR PAINTING 9.91.13.01- System 1: Metals — Exterior (Wet Conditions) including Doors, Windows, and Frames Part 1- General Location: building door This Secrion applies to all interior and exterior hollow metal doors, windows, and frames. All hollow metal doors, windows, and frames shall be bonderized, pickled or phosphatized, which will serve as a primer for and shall be compatible with the fuush coat to be applied in the field. . 9-5 J:\Data\REN\112-047\Technical Specs\9 Fuushes.docx 9/27/2013 7:30 AM � 2013 RH2 Engincering Inc. Fall 2013 City of Renton Division 9- Finishes Misty Cove Lift Station Part 2 - Products 1. Tnemec a. Prime Coat: Series 161 Fast Cure Epoxy (3 to 5 Mil DFT� b. Fuush Coat: Series 73 EnduraShield (3 to 5 mils DFT� 2. Sherwin Williams a. Primer: Corothane 1 Galvapac Zinc Primer B65G11 (2.5 to 3.5 Mil DFT) b. Fuush Coat: Acrolon 218HS B65-650 Series (3 to 5 Mil DFT) 3. AkzoNobel Devoe a. Primer: Fast Set Oprion: Devran 261QC Epoxy i. Cold Cure Option: BarRust 235 Epo�ry ii. Summer Option: BarRust 231 Epo�ry Mastic (4 to 6 Mil DF'I� b. Finish Coat: Fast Set Oprion: DevThane 349QC Alipharic Polyuxethan i. Commercial Oprion: DevThane 389 Alipharic Polyurethane u. Premium Gloss Option: DevThane 379 WA Alipharic Polyurethane iii. Premium SemiGloss Gloss � Option: DevThane 378 WA Aliphatic Polyurethane. (2 to 3 Mil DFT� Part 3 - Execution Surface Preparation 1. SSPC-SP1 Solvent cleaned 2. Clean, dry, and free of all dirt, oil, grease and other contaminants. 9.91.13.13 - System 2: Exterior of Exposed Ductile Iron Pipe Part 1- General • This Section applies to all ductile/cast iron and ferrous metals, including bituminous coated pipe and materials unless specified otherwise. Do not coat stainless steel materials unless specified otherwise. This Section applies to all pipe materials and equipment, including manufacturer applied coating systems. For the purposes of this coating system, metals which are located below the top of the exterior wall within a watex bearing structure or are located withiu a vault or manhole shall be considered as under uiimersion service conditions. Location: all exposed ductile iron pipe inside valve vault and flow meter man hole. Part 2 - Products 1. Tnemec a. Primer: Series 1 Omnithane (2.5 to 3.5 Mil DF'1� b. Intermediate Coat: Series N69 Hi-Build Epoxoline II (6 to 8 mils DF1� 9-6 9/27/2013 730 AM J:\Data\REN\112-047\Technical Specs\9 Finishes.docx � 2013 RH2 Fngineering, Inc. � �r �� � �. � � �. � ,�� � � ,�` L7 �, City of Renton Fall 2013 Misry Cove Lift Station Division 9- Finishes c. Finish Coat: Series N69 Epoxoline II (6 to 8 mils DF1� 2. Sherwin Williams a. Primer: Corothane 1 Mio-Zinc Primer (2.5 to 3.5 Mil DF'1� b. Intermediate: Macropo�ry 646FC B58-600 Series (6 to 8 Mil DF1� c. Finish: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT� 3. AkzoNobel Devoe Coatings a. Primer: • Fast Set Option: Devran 261 QC Epo�ry • Cold Cure Option: BarRust 235 Epox • Summer Oprion: BasRust 231 Epoxy Mastic (4 to 6 Mil DFT� b. Intermediate Coat: • Fast Set Option: Devran 261 QC EpoxY � Cold Cure Oprion: BarRust 235 Epo�y • Summer Oprion: BarRust 231 Epo�ry Mastic (4 to 6 Mil DF1� c. Finish Coat: • Fast Set Option: DevThane 349QC Aliphatic Polyurethane � Commercial Oprion: DevThane 389 Alipharic Polyurethane • Premium Gloss Oprion: DevThane 379 WA Alipharic Polyurethane • Premium SemiGloss Gloss Option: DevThane 378 WA Aliphatic Polyurethane. (2 to 3 Mil DF1� Part 3 - Execution Surface Preparation 1. Ferrous Metals a. SSPC-SP10 Near white blast cleaning 2. Ductile and Cast Iron Materials It is required that any ductile iron or cast iron pipe or materials to have a special exterior coating should be purchased factory primed without the standard asphalt coating. Field removal of asphalt coatings is extremely difficult and overly aggressive preparation can create a damaged sutface unsuitable for coating. All oils, grease and other contaminants shall be removed using solvent cleaning prior to abrasive blasting or power tool cleaning: Blemishes or sta.ining on the prepared surface are acceptable if such items cannot be removed by light scraping with a knife. SSPC-SP10 blue-gray with surface profile of 2.0 mils, minimum. Do not burnish the surface. Clean all surfaces of dust and loose residue immediately prior to coating. See NAPF 500-03-04/05 a. J:\Data\REN\112-047\Technical Specs\9 Finishes.docx � ' � 2013 RH2 Engineering, Inc. 9-7 9/27/2013 7:30 AM Fall 2013 City of Renton Division 9- Finishes Misry Cove Lift Station 9.91.33 SUBMERGED AND BURIED METALS PAINTING 9.91.33.03 - System 3: Metals Submerged In Wastewater — Non NSF Part 1— General This section applies to all metals submerged and/or regularly in contact with wastewater. Location: Piping inside of wet well. Part 2 — Products Materials 1. Tnemec a. Primer: Series Omnithane (2.5 to 3:5 Mil DFT� b. Intermediate Coat: Series 446 PermaShield MCU 1222 Gray (8 to 10 Mil DF1� c. Finish Coat: Series 446 PermaShield MCU 1222 GYay (8 to 10 Mil DFT� 2. Sherwin Williams a. Primer (blast hold �rimer� Copoxy Primer (3 to 5 Mil DF"I� b. Intermediate Coat: SeaGuard 6000 (5 to 7 Mil DF1� c. Finish Coat: SeaGuard 6000 (5 to 7 Mil DF� 3. AkzoNobel Devoe a. Primer: BarRust 236 MultiPurpose High Solids Low Temperature Curing Epoxy Lining (4 to 5 Mil DFT) b. Intermediate Coat: BarRust 236 MultiPurpose High Solids Low Tempexatute Curing Epoxy Lining (4 to 5 Mil DFT� c. Finish Coat: BarRust 236 MultiPurpose High Solids Low Temperature Curing Epo�ry Lining (4 to 5 Mil DF1� Part 3 — Execution Preparation Pipe shall be emptied of water for a minimum of 12 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. Sutface preparation: SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be 2.0 mils, minimum. 9-8 9/27/2013 730 AM ]:\Data\R�N\112-047\Technical Specs\9 Fuushes.docx � � 2013 RH2 Engineering, Inc. � �r � City of Renton Fall 2013 Misty Cove Lift Station Division 9- Finishes 9.97.23 CONCRETE AND MASONRY COATINGS 9.97.23.01- System 4: Concrete Wet Well Interior Part 1- General Apply the Raven Lining Coating System in the wetwell. Part 2 - Products 1. Raven Lining System a. Primer: Raven 110: One coat (2 to 5 Mil DF'I� b. Protective Coatin�: Raven 405 Ultra high build epo�ry (60 to 100 Mil DFT� Part 3 - Execution Preparation of Concrete � 1. Verify state of cured concrete. No concrete surface shall be coated without a minimum 28-day cure or verify the concrete emits less than 31b per 1,000 sq. ft. in a 24 hour period via a Calcium Chloride test or ASTM D4263 Plastic Mat Test. This applies to patched areas, new pour areas, or newly formed walls and containment �� dikes. � �, � 2. Roughen concrete surface for improved adhesion. Concrete shall be abraded by an approved method from SP13 such as abrasive blasting, high pressure water blast, water jetting with abrasive injection, or similar to achieve a ICRI standard CSP3-5 proftle over the entire substrate to be coated. 3. Remove surface contaminants. Remove all oils, grease, dirt, efflorescence, laitance or other foreign contaminants. T'he concrete surface will also need to be free of moisture or standing water. Wash down with clean water and vacuum the surface subsequent to the above procedures. 4. Repa.ir substrate defects. After the concrete is clean and dried, all sutface irregularities are to be repaired with the specified surface fillex. This includes form voids, honeycombs, ftns, cracks, spalled areas and control joints. Any and all metallic protrusions shall be gxound below the surface and then patched or filled with an approved material. 5. Upon full cure, the installed lining system shall be checked by high voltage spark detection in accordance with NACE RP0188-90 to verify a pinhole-free surface Application Procedures of Primer and Coating � 1. Applicarion procedures shall conform to the recommendations of the coating manufacturer, including material handling, m�ing, environmental controls during application, safety, and spray equipment. � 2. The spray equipment shall be specifically designed to accurately ratio and apply the specified primer and protective coating materials and shall be regularly maintained and in proper working order. �: 9-9 �� J:\Data\REN\112-047\Technical Specs\9 Finishes.docrc 9/27/2013 730 AM m 2013 RH2 Engineering, Inc. Fall 2013 Ciry of Renton Division 9- Finishes Misty Cove Lift Station 3. The primer and protective coating material must be spray applied by a Certified Applicator of the coating manufacturer and must be able to provide written proof prior to beginning the work. 9.97.23.07 — System 5: Concrete Vau1t Interior Do not coat interiar walls unless noted othenvise on the plans or stated herein. 9.97.23.08 — System 6: Concrete Wet Well and Vault Exterior — Bottom and Walls Part 2 — Products Materials 1. Tnemec a. One coat: Series 46H-413 Hi-Build Tneme-Tar. (16 to 20 Mil DFT� 2. Sherwin Williams a. One coat: Hi-Mil Sher-Tar Epo�y. (16 to 20 Mil DFT� 3. AkzoNobel Devoe Coatings a. DevTar 5A High Solids Coa1 Tar Replacement Epoxy Coating. (16 to 20 Mil DFT� Part 3 — Execution Preparation Allow 28 days cure time foY concrete, or until passing the ASTM D 4263 Plastic Mat Test. Surface shall be clean, dry, and free of contaminants. 9.97.23.11 System 7: Anti-Graffiti Coating and Water Repellent on CMU Exterior Part 2 — Products Materials 1. Tnemec a. First Coat: Chemprobe Dut A Pell GS (6-9 mils dit) b. Second Coat: Chemprobe Dur A Pell GS (6-9 mils dit) 2. Sherwin Williams a. First Coat: Anri-Graffitri Coating (6-9 mils dit) b. Second Coat: Anri-Graffitti Coating (6-9 mils dit) 3. AkzoNobel Devoe Coatings a. Fitst Coat: RainGuard Blok-Lok (60-125 square feet/gallondepending on substtate) 9-10 9/27/2013 7:30 AM J:\Data\REN\i12-047\Technical Specs\9 Fuushes.docx m 2013 RI-I2 Engineering, Inc. � � Ciry of Renton Fall 2013 Misty Cove Lift Station Division 9- Finishes b. Second Coat: Ra.inGuard Vandal Gua.rd�(200-300 square feet/gallon depending � � � � � �, �'. on substrate) Part 3 — Execution Preparation Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, and other foreign material to ensure adequate adhesion. Refer to SSPC-SP13/NACE 6, or ICRI 03732, CSP 1-3. Surfaces should be thoroughly clean and dry. Concrete and mortar must be cured at least 28 days @ 75°F (24oC). Remove all loose mortar and foreign material. Surface must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement and hardeners. Fill bug holes, a.ir pockets and other voids with Cement-Plex 875 or equal. Weathered masonry and soft or porous cement board must be brush blasted or power tool cleaned to remove loosely adhering contamination and to get to a hard, firm sutface. Laitance must be removed. 9.97.23.14 — System 8: Concrete Exterior Surface Sealer (Entrance Pad, Wet Well and Vault Tops) Part 2 — Products Materials 1. Tnemec a. Chemprobe Dur A Pell 40 (100 square feet/gallon coverage based on smooth precast concrete. See product data sheet fox coverage on other concrete surfaces.) 2. Sherwin Williams a. Loxon 40% Silane Water Repellant (125 -175 square feet/gallon coverage based on smooth precast concrete. See product data sheet for coverage on other concrete surfaces.) 3. AkzoNobel Devoe Coatings a. RainGuard Blok-Lok (60-125 square feet/gallon coverage based on smooth precast concrete. See product data sheet for covexage on other concrete surfaces.) Part 3 — Execution Preparation Surface Preparation: Prepare surface to clean, bare concrete free of contaminants including dust, oil and water. Apply sealer to concrete until it has moist appearance using a garden sprayer. Clean the surface to remove purged matter and allow it to dry a minimutn of 24 hours. Repeat process to apply 2 coats. Construction 9-11 J:\Data\REN\1]2-047\Technical Specs\9 Finishes.docr � 2013 RH2 Engineering, Inc. 9/27/2013 730 AM Fall 2013 City of Renton , Division 9- Finishes Misry Cove Lift Station � Apply concrete sealer to the following locarions: landings, vault and wet well c.oncrete tops, and all proposed exterior concrete surfaces. � 1 � � �� � �- � ! 9-12 9/27/2013 7:30 AM J:\Data\REN\172-047\Technical Specs\9 Finishes.docx � 2013 RH2 �ngineering, Inc. � Division 10 � S � ecialties p � � � � � � �- �� � � � 10.00 GENE�. This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. Sections in these specifications tided "Common Work for Speczaltie.c." shall apply to all following subsections whether direcdy referenced or not. 10.05 Common Work for Specialties Part 1- General Submittals Submittal information shall be provided to the Owner for the following items: • Equipment Signs • Pipe Matkings 10.10 INFORMATION SPECIALTIES 10.14 Signs and Labels 10.14.1 Common Work for Signs and Labels Part 2- Products Materials Unless otherwise spe Raw Water Waste Water Chemical text shall be white on a back oi P ose Plate Color General Black Warnin Red Electrical Black Domestic Water Blue Green color shown below. or Brown Part 3- Execution Installation Install signs/markers directly on the devices in a location that does not interfere with the 10-1 J:\Data\REN\112-047\Technical Specs\10 Specialties.docx 9/27/2013 7:31 AM � 2013 RH2 �ngineering, Inc. Fall 2013 City of Renton Division 10 - Specialties Misty Cove Lift Station device operation or maintenance. If the device is too small or otherwise impractical to mount maYker, locate marker as close as possible to the device on an adjacent surface. Provide and mount. as directed. e4uiument siQns for the followin�: Electrical Panels and disconnects Location See Plans Text See Plans Check Valves Wet Well Valve Vault 1, 2 1, 2 10.14.2 Equipment Signs Part 2- Products Materials Equipment signs shall be plastic-laminated 1-inch high, by required length, by 1/8-inch thick, with 1/2-inch high letters in N-2 Standard Gothic characters. 10.14.4 Danger Signs Part 1- General Summary The Contractor shall pxovide danger signs per the schedule(s) on the Plans. Part 2 - Products Manufacturers Danger signs shall be Seton Identification Products or approved equal. When stated on the Plans, provide specified model nuxnber or approved equal. Components Signs shown on the Plans to comply with National Fire Protecrion Association standard 704 (NFPA 704) shall be corrosion resistant for indoor installation and corrosion and W resistant for outdoor installation. Chemical identification and "Danger Hazardous Chemical" signs shall be corrosion resistant. Signs mounted to tanks or equipment may be adhesive type. . Part 3 - Execution Installation Mount signs securely in locations shown on the Plans. 10-2 9/27/2013 7:31 AM J:\Data\REN\ll2-047\Technical Specs\10 Spedaldes.docx m 2013 RH2 Engineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 10 - Specialties 10.14.8 Electrical and Control Equipment Part 2 - Products Materials Name plates and service legends shall be phenolic-engtaved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/16-inch unless specified otherwise on the Plans. Labeling shall clearly ideritify the associate component. Colot shall be black background with white letters. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. Part 3 — Execution Installation Provide engraved nameplates indicating load served, voltage, and phase for every circuit � breaker, panel board, switchboard, motor control center, motor starter, disconnect switch, and fused switch. All components provided under this specification, both field- and panel-mounted, shall be provided with permanendy-mounted nametags. The Engineer shall have complete control �� over the hardware to be labeled and the labeling provided. Pxovide labels as directed. �- �' �' � � Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Provide a nameplate for each control center unit door. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. 10.14.9 Pump and Check Valve Signs Part 2- Products Materials Provide a 2 inch high, temperatute resistant metal or vinyl nuxnber or name on each pump or pump motor. Part 3- Execution Installation Number shall face the pump control panels and be placed so as not to be obscured from other equipment. Confirm with Engineex the proper numbering or naming of each puxnp. 10-3 J:\Data\REN\112-047\Technical Specs\10 Specialties.docx 9/27/2013 731 AM � 2073 RH2 Engineering, Inc. � � Division 11 Equipment 11.00 GENERAL �- �� �� � �� �' � � � This division covers that work necessary for providing and uistalling all equipment as described in these specificarions and as shown on the plans. Secrions in these specifications tided "Common Work for Eguipment" shall apply to all following subsections whether direcdy referenced or not. 11.05 Common Work for Equipment Part 1- General � Related Sections See Div 1.81 for Seismic Restraint xequirements Submittals Submittal information shall be provided to the Owner for the following items: . Pumps and Motors • Temporary Pumps and Motors • Pump Installarion Mechanisms • Pump Removal Mechanisms 11.10 Pumps 11.10.1 Common Work for Pumps Part 1- General Summary This section covers work necessary to provide the pumps, complete with motors and accessories, described hexein and as shown on the Plans Related sections: • 1.82 Pressure Ratings . 10.14.9 Pump signs . 11.19 Putnp Anchor Bolts . 11.20.1 Common Work for Pump Motors • 9.91.33.3 Coatings — Metals Submerged in Wastewater Non NSF References • HI - Hydraulic Institute. • ASTM - American Society fox Testing and Materials. 11-1 ]:\Data\REN\112-047\Technical Specs\I1 Equipmentdocx 9/27/2013 7:31 AI�4 m 2013 RH2 Fngineering, Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station • AISI - American Iron and Steel Institute. • ANSI - American National Standards Institute. Definitions Pumps are classified by the following terms: Submersible — Refers generally to single stage centrifugal pumps such as Submersible Sewage or Sump Pumps. Performance Requirements The design and performance requirements listed for each pump must be met, with no e�ceptions. Pumps that do not meet all of the conditions will be rejected. Submittals Submittal informarion shall be provided for each individual pump. Product Data: • A minimum of 5 installations with similaYly sized and configured pumps in equivalent fluid applications. Include location, contact name, and number. • Specifications and data describing all pump parts, pieces, and components. Include information on materials of construcrion and proposed coating systems. • Performance curves showing total dynamic head (TDH) in feet, efficiency and net- positive-suction head required (NPSHR) vs. output in gallons per minute (GPIV�. All losses from the drive shaft, seal, coupling and other mechanical losses shall be included in the pump efficiency data presented. Catalog or software generated curves may be submitted for preliminary approval and ordering. • Complete list of all pump system components and accessories to be provided • Calculations showing compliance with bearing life and shaft deflection. • Shop Drawings: • Provide detailed dimensional drawings showing outline dimensions, lengths, overall sizes, materials and weights for each pump unit and associated accessories. • Closeout Submittals: Pro�ride the following submittals prior to project closeout: • Operations and Maintenance Manual • Manufacturer Signed Warranries with pump serial numbeYs. Schedule Provide delivery time in time from approval of shop drawings/submittal. All equipment shall be delivered within 14 weeks or less from approval of complete submittal information. Quality Assurance The pump manufacturer shall accept unit responsibility for the motor/pump assembly. 11-2 J:\Data\REN\112-047\Technical Spccs\ll Equipment.docx9/27/2013 7:31 AM � 2013 RH2 Engineering, Inc. � �� � � �� �, � � � � �i� City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment Ensure that puxnps selected are locally serviceable and replacement parts are readily ava.ilable. Delivery, Storage and Handling Pumps shall be delivered, stored, and handled in accordance with manufacturer recommendations. Warranty All pumping equipment described in this section and provided under this contract shall be warranted against defects in materials and workmanship for a period of two years after date of project acceptance. "Original operation" shall be defined as the date that the manufacturer's representative approves field testing of each unit, and Owner accepts unit and its installation following completion of 10-day start up period. Following pump and motor installarion, supplier shall furnish services of a qualified manufacturer's representative to inspect pump units and inform Owner, prior .to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, manufacturer's warranty shall then be in fiill effect with no reservation or qualificarions other than those stated in the manufacturer's warranty. Upon completion of pump installarion, manufacturer shall provide written certification that equipment is fully warranted as installed. Extra Materials Provide any special tools required for puxnp or motor maintenance. Part 2 - Products Manufacturers Flygt is the only manufacturer approved on this project Components All pump system components are to come from the pump manufactuter and shall include: • Motor • Shaft assembly • Impeller assembly • Volute assembly • Discharge head or pump casing Couplings Power cable All other necessary appurtenances for complete unit assembly Removal mechanisms Basins where applicable 11-3 � J:\Data\R�N\112-047\Technical Specs\11 Equipment.docx9/27/2013 7:31 AM � 2013 RI-I2 Engineering, Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station Accessories All pumps are to include an engraved non-corrosive metal nameplate on the exterior of the pump head or body (duplicate attached to pump support flange or shipped loose if submersible), readily accessible without xequiring any disassembly. The nameplate shall include, at a minimum, the following information: • Pump Manufacturer • Pump Model Number • Pump Serial Number . Impeller Number . Impeller Trim • Design TDH (feet) • Design Flow (gpm) • Supplier Name and Phone Number • Date of Manufacture Source Quality Control Field Pump Performatice Testitlg Putnp manufactuter shall have a representarive that will oversee the pump vibxarion and performance during testing and startup. Part 3 - Execution Installation/ Construction Install pump units in accordance with manufacturer's specificarions and direcrion. Installation shall be supervised and approved by manufacturer's representative prior to operating or field testing units. Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the driven units and all interconnecting shafts and couplings. Flexible couplings shall not be used to compensate for any misalignment. Connect suction and discharge piping to the pump in a manner which prevents strain on pump flanges. Field Quality Control Contractor shall be responsible for calibration, startup, and initial performance to meet specificarions herein. A field test shall be made to give an indication of the performance of the new pump when it is operating under actual field conditions and to establish the acceptance of the pump furiushed and installed. The field test shall be conducted and/or supervised by the pump manufacturer's authorized representative, and observed by the Engineer after tlle piping and controls have been installed. Upon completion of pump installation and testing, manufacturer shall provide written certificarion that equipment is installed correctly and fully warranted. 11-4 J:\Data\REN\112-047\Technical Specs\11 Equipment.docx9/27/2013 7:31 t1M � 2013 RH2 Engineering, Inc. � City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment � A performance test as described in the latest edition of Hydraulic Institute's (H� Pump � Tests (ANSI/HI 1.6 Centrifugal, or ANSI/HI 2.6 Vertical, ANSI/HI 11.6 Submersible) shall be performed, submitted to the Engineer and approved for each pump. The field test shall be performed to the accuracy obtainable with the testing equipment � installed as a part of the piping and instrumentarion. If sufficient field devices are not available, the Contractor shall provide testing gauges and meters as needed. Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate proper operation of pumps at capacities stated. Testing shall be completed under the observation of the Owner and Engineer. At that time, the following data shall be collected for each putnp: . TDH vs. Flow at a minimum of three points which include: Shutoff head, Open to system, and approx. 50% design flow with throttled discharge valve. Additional points may be required by Engineer. • Overall Efficiency � • Vibtation readings shall be taken at the locations described in Hydraulics Institute standard 9.6.4.3.2. Vibrations shall be read in the three orthogonal planes, with the maxirrium reading governing the results. If the vibration tests fail, the manufacturer and/or Contractor shall modify the equipment and/or installation and retest until the standards are met. Submit three copies of the vibration test results to the Engineer. The manufacturer's representarive shall provide proper, calibrated instrumentarion to verify � ma�mutn completed unit vibration amplitude. Ma�mum allowable completed unit vibrarion amplitude (pump and motor installed) shall be as shown below. (Velocity measurements are in/sec RMS) Submersible Sewa e Power Vibration in/sec 0-10 0.25 �' Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is fully warranted installed. Cerrificarion shall be provided that pumps meet all requirements set forth in these specifications and submittal literature. The �j' pump installer shall also provide a written report of all test conditions and results. See Division 1.75 Testing, Startup and Operation for additional requirements ,� Repair Repair and retest units failing any field test. If unit fails second field test, unit will be rejected and supplier shall furnish a unit that will perform as specified. �� �� 11-5 � J:\Data\REN\112-047\Technical Specs\71 Equipmentdocx9/27/2013 7:31 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station 11.12 Wastewater Pumps 11.12.2 Lift Station Pumps and Motors Part 1- General This section covers work necessary to provide the submersible non-clog pumps and motors with rail system, complete at the proposed Misty Cove Lift Station and to provide one submersible non-clog pump and motor with adapter to fit existing rail system at Devil's Elbow Lift Starion. The pumps shall be capable of passing a 3.0" spherical solid without degradation to the pump or motor. Each pump unit provided for this project shall be Flygt, no substitutions. See lower sections for specific pump model nutnbers and operational requirements. Part 2 - Products Mlsty Cove Desigri Head (I'DI� (Feet) Design Flow (gpm) � Minimum Shutoff Head (£eet) Flygt Model Number/Impeller No. Maximum Motor Horse Power Devrl's Elbow , �� Design Head ('I'DI� (Feet) � Design Flow (gpm) Minimum Shutoff Head (feet) Flygt Model Number/Impeller No. 1Vla�mum Motor Horse Power " Pump Design Pum No.1 Pum No.2 32.4 32.4 194 194 75. 75 . NP 3085 SH 3� NP 3085 SH 3� Adaprive 256 Adaprive 256 �.�� � �4� �z. .�. �..��` �..4 - - Pum No. 1. ': �� 155`�� 537 � � �272�:� '� NP 3171 SH 3� 275 35 11-6 J:\Data\RF_N\l 12-047\Technical Specs\11 Fquipment.docx9/27/2013 731 AM m 2013 RI-I2 Fngineering, Inc. � � � � �' � � � � City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment ,:The pump(s) shall be automatically and finnly connected to the discharge connection, guided by no less than two guide baxs extending from the top of the station to the dischaxge connection. There shall be no need for personnel to enter the wet well. A machined metal to metal watertight contact shall accomplish sealing of the pumping unit to the discharge connection. Each puxnp shall be fitted with sufficient length of stainless steel cable to reach from bottom to top of wet well plus five feet of slack. The working load of the lifting system shall be 50% greatex than the pump unit weight. Purnp Construction Major pump components shall be of gray cast iron, ASTM A-48, Class 35B, with smooth surfaces devoid of blow-holes or other irregularities. All exposed nuts or bolts shall be AISI type 304 stainless steel construction. All metal surfaces coming into contact with the sewage, other than stainless steel or brass, shall be protected by a factory applied spxay coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Sealing design shall incorporate metal-to-metal contact between machined sutfaces. Crirical mating sutfaces where watertight sealing is required shall be machined and fitted with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. Impeller (Adaptive) - Misty Cove The impeller(s) shall be cast of ASTM A-48, Class 35B gray iron, dynamically balanced, semi-open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall � be mechanically self-cleaned upon each xotarion as they pass across a spiral groove located on a replaceable insert ring. �� �� �� � � � The impeller shall have vanes hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag-laden wastewater. The impeller shall be capable of momentarily moving axially upwards a distance of 15mm/0.6-in. to allow larger debris to pass through and immediately return to normal operating posiuon. Pump Impeller — Devil's Elbow The impeller shall be high chrome alloy hard iron, dynamically balanced, semi-open, mulri- vane, back swept, screw-shaped, non-clog design. The impeller leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral groove located on the volute suction. The screw-shaped leading edges of the impeller shall be hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall provide an inducing effect for the handling of up to 5% sludge and rag-laden wastewater. The impeller to volute clearance shall be readily adjustable by the means of a single trim screw. T'he impellers shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer. 11-7 , J:\Data\REN\112-047\Technical Specs\l l Equipmentdocx9/27/2013 7:31 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydto-dynamically lubricates the lapped seal faces at a constant rate. The lowex, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary corYosion resistant tungsten carbide and one positively driven rotating corrosion resistant tungsten carbide ring. The upper secondary sea1, located between the seal chamber and the seal inspection chamber shall be a leakage-free seal. The upper seal shall contain one stationary and one positively driven rotating corrosion resistant tungsten- carbide seal ring. The rotating seal ring shall have small back-swept grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should enter the dry motor chamber back into the lubricant chamber Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment nor depend on direction of rotarion for sealing. The position of both mechanical seals shall depend on the ahaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plugs, with positive anti-leak seals, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load. Seallubricant shall be FDA Approved, non-toxic. Suction Covet The volute shall have a replaceable suction cover insert ring in which are cast spiral- shaped, sharp-edged groove(s). The spiral groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller vane leading edge shall cross during rotarion so to remain unobstructed. The insert ring shall be cast of (ASTM A-48, Class 35B gray iron or ASTM A-532 (Alloy III A) 25% chrome cast iron) and provide effective sealing between the mulri-vane semi-open impeller and the volute housing. Yolute The pump volute shall be of A48 Class 35B gxay cast iron and shall have an integral spiral shaped cast groove(s) at the suction of the volute. Pump Shaft Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The pump shaft shall be AISI type 431 sta.inless steel. Bearings The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperatute grease. The upper motor bearing shall be a two row angular contact ball bearing. The lowex bearing shall be a two 11-8 J:\Data\REN\112-047\Technical Specs\ll Lquipment.docx9/27/2013 7:31 AM � 2073 RH2 Engineering Inc. � � � City of Renton Fall 2013 Misry Cove Lift Station Division 11- Equipment row angular contact ball bearing to handle the thrust and radial forces. The minimum L10 bearing life shall be 50,000 hours at any usable portion of the pump curve. Electrical Pump Cord Each pump shall be provided with submersible cable (SUBCAB) suitable for submersible puxnp applications. The power cable shall be of sufficient length to reach from the bottom of the wet well to the splice box shown on the Plans plus five feet of slack. The ��� � LJ � a �� LJ � �� � �, � power cable shall be sized according to NEC and OCEA standaxds and also meet with PMSHA approval. . Electric Motors The pump motor shall be UL approved as explosion-proof for continuous operation in a Class I, Division I, Group D hazardous location when not submerged. The pump motor shall be induction type with a squirrel cage rotox, shell type design, housed in an aix filled, watertight chamber, NEMA B type. The stator windings and stator leads shall be insulated with moisture xesistant Class H insulation rated for 180°C (356°F� and capable of up to 15 evenly spaced starts per hour. The rotor bars and shoxt circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (257°F� shall be embedded in the stator lead coils to monitor the temperature of each phase winding. These thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The motor and pump shall be designed and assembled by the same manufactureY. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up to 40°C (104°� ambient and with a temperature rise not to exceed 80°C (176°�. A performance chart shall be provided showing curves for torque, current, power factor, input/output kW and efficiency. This chart shall also include data on starting and no-load characteristics. T'he power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chloYoprene rubbex. The motar and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through run-out. Motor Sensors The motor stator temperature shall be continuously monitored by three (3) low resistant, bi-metallic, (N.C.) normally closed thermal switches embedded in the stator windings. These thermal sensor switches shall be used as additional supplemental motor protection and shall be wired in series with external third leg overload protection provided by the motor stator in the control panel. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection. 11-9 ' J:\Data\REN\ll2-047\Technical Specs\l l Equipmentdocx9/27/2013 7:3] AM � 2013 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station Upon detection, the sensors shall actuate a panel mounted relay which will provide the operator with a visual indication of impending seal failure. Seallubricant shall be FDA Approved, non-to�c. Pump Removal Rail System The pump removal rail system shall provide smooth, easy, removal and installation of the specified putnps from the lift starion. The system shall include fox each putnp unit a hydraulic sealing flange, discharge base elbow, guide tails, carrier guide bracket, ITT Flygt Grip-Eye System, nylon line, and lifting chain. 'The guide rails, carrier guide bracket, and lifting chain shall be constructed of stainless steel materials. Mrx-Flush System Provide one of the specified pumps in the primary pumping chamber with a Flygt 4901 Flush Valve for flushing the wet well during initial operarion of the pump. The flush valve shall depend only on the pump flow and pressure to operate and no electrica] components shall be allowed. Install per manufacturer's recommendation. Part 3 - Execution Installarion of the pump units shall be in accordance with the manufacturer's specifications and direction. The installarion shall be supervised and approved by the manufacturer's representative prioY to operating or field testing the units. Upon completion of the pump installarion, the manufacturer shall provide written certification that the equipment is fully warranted as installed. Devrl's ElbowLift Station Pump Replacement The contYactor shall travel to the City's e�sting Devil's Elbow Lift Station and replace the existing PACO pump with the proposed Flygt pump. The other existing pump is already a Flygt pump of the same modeL The PACO pump shall be replaced using the e�sting discharge adapter, which shall be repaired at MEB if required, and drill tlie Flygt discharge flange to fit as required. The City shall install the MiiuCAS. 11.12.3 Sump Pump Part 2 - Products Manufacturers Sump pump: equal to Hydromatic V-A1 Materials Provide a sump pump with cast iron and engineered thermoplasric body, thermoplastic vortex impelleY, carbon / ceramic mechanical seal, oil-ftlled motor with Yeset thermal overload, single-row ball beaxing construction, and piggyback plug. 11.95.34 Fans 11.95.34.1 Wall Ventilators 11-10 J:\Data\REN\112-047\Technical Specs\l l Equipmentdocx9/27/2013 7:31 AM m 2013 RH2 �ngineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment Part 1— General Design and Performance Requirements See Ventilator Schedule on Plans and Functional Control description for design and performance requirements. Submittals Submit detailed product information including specifications, sizing information, performance curves, dimensional drawings, accessories, and other information relevant to this project. Part 2 — Products Manufacturers The following manufacturers are considered to be acceptable "or equals" unless othenvise noted on the Plans or herein. . ACME . Fantech • Penn Ventilation Accessories Provide all accessoxies needed for a complete installation including wall and roof thimbles, backguards, and mounti.ng sleeves. Finishes In chemical rooms or other coxrosive environments, all materials in contact with room air shall be fully resistant to corrosion fYom atmospheric conditions. Part 3 — Execution Install per manufacturer recommendations. Provide a disconnect switch for each unit. 11-11 J:\Data\REN\112-047\Technical Specs\ll Equipment.docx9/27/2013 731 AM � 2013 RH2 En�neering, Inc. ' 1 1 ' ' ' ' � ' , , 1 ' , � � 1 � � Division 12 Furnishings Not Used This Project 12-1 J:\Data\REN\112-047\Technical Specs\12 Furnishings.docx � 2013 RH2 Engineering, Inc. 9/27/2013 7:31 AM , Division 13 ' Special Construction � This section is not used on this pxoject. , � ' � � ' , , ' , ' � , � ' � 13-1 � � J:\Data\REN\ll2-047\Technical Specs\13 Special Constzucdon.docx 9/27/2013 732 AM � 2013 RH2 Engineering, Inc. , , Division 14 Conveying Systems � See Division 11 for um conve ance access/lift s stems. P p Y � Y � ' � ' , � , � , �' � � � ' , ' 14-1 � J:\Data\REN\112-047\Technical Specs\14 Conveying Systems.docx 9/27/2013 735 AM � 2013 RH2 Engineenng, Inc. � ' Division 15 Mechanical 15.00 GENERAL This division covers the work necessary for furnishing and installing mechanical appurtenances and accessories as described in these Specifications and shown on the Plans. Sections in these specifications rided "Common 1�ork for Mechanical." shall apply to all following subsections whether direcdy referenced or not. 15.05 Common Work for Mechanical Part 1- General Summary Provide the necessary piping, plumbing, fittings and appurtenances to make all piping systems complete, tested and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for the complete piping system installarion and operation may not have been shown. Provide fittings, pipe and appurtenances necessary, whether shown on the Plans or not, to make all piping systems complete, tested and ready for operation. Some pipe supports, thrust blocking and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. Related Sections: Division 1.81 Seismic Restraint and Anchorage Division 1.82 Pressure Ratings Division 10.14.3 Pipe Markers Submittals Submittal informarion shall be provided to the Owner for the following items. . Ductile iron pipe • Ductile iron fittings • HDPE pipe and fittings . Copper pipe and fittings PVC pipe and fittings Isolation Valves • Eccentric Plug Valves • Swing Check Valves • Floor Drains and Cleanouts ' • Level sensors 15-1 1 J:\Data\REN\112-047\Technical Specs\15 Mechanical.doc�c 9/27/2013 7:35 AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical Misty Cove Lift Station Pressure gauges Shackle Rods and Restraint Systems • Other mechanical components listed in this division or required by the Engineer 15.10 BURIED PIPE INSTALLATION 15.11 Open Trench Pipe Installation 15.11.13 Sewer Force Main Installation Part 1- General References Use materials and installation methods in accordance with Uniform Plumbing Code, latest edition, and local codes and regulations which are applicable. Install ductile iron/PVC and HDPE sewer mains in accordance with Owner standards. Part 3 - Execution Installation Install pipes in accordance with manufacturer's recommendations. Use types and sizes of pipes as specified herein and/or as shown on the Plans. Whete sizes of small pipe are omitted from the Plans and not mentioned in the specifications, use sizes corresponding to code requirements, and as required by equipment and plumbing fixtures and appurtenances. In any event, properly size any undesignated pipe sizes for functions to be performed. Carefully lay pipe and supported at proper lines and grades. Follow piping runs shown on the Plans as closely as possible, except for minor adjustment to avoid architectural and structural features. Make major relocations, if required, in a manner acceptable to Engineer. Keep openings in pipes closed during progress of woxk. Form thrust blocking so that bolts, joints, gaskets, and flanges of adjacent joints are clear of concrete and so that bolts and joints can be dismantled without removing concrete. All concrete blocking shall have a miuimum compressive strength of as idenrified in Division 3313. Pipe passing through concrete walls or slabs shall be made watertight. Field Quality Control No permanent connections to the e�sting system shall be made until the new sewer main has been tested and approved by the Engineer. No temporary connections of the untested, unapproved new sewer main to the e�sting system shall be made without the installation of a double check valve assembly between the new sewer main and water system. The Contractor shall verify the size, material, and locarion of the e�sting main at the connection point prior to installing the new connecting sewer main. Each connecrion shall be made in compliance with the construction plans. Connections to existing mains shall comply with the requirements for maintauiuig service as described herein. 15-2 9/27/2013 735 AM ]:\Data\R�N\112-047\1'echnical Specs\15 Mechanical.docx � 2013 RH2 Engineering, Inc. � , � i � � � City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical 15.12 Trenchless Pipe Installation 15.12.13 Horizontal Directional Drilling Part 2 — Products Components The Contractor may use a lubricant to ease the pipe installation. Bentonite may be used and should consist of a refined, processed, natural, high swelling, montmorillonite clay containing polymers and admixtures as necessa.ry. Any lubricant used shall be a safe, non- to�cic, non-contaminating product suitable for exposure to groundwater. Part 3 — Execution Preparation � The Contractor shall select, design, and engineer the equipment necessary to install the pipe as specified and as shown on the plans. The directional drilling machine, cutting head, spoils control system, guidance control system, power supply, installation and removal systems, � shaft location and configuration, shoring system, and other necessary items shall be designed by the Contractor for the specific applicarion intended. The Contractor shall make all necessary arrangements for obtaining water at their expense. � � Construction Contractor will supply portable mud tanks or construct temporary mud pits within the easement limits to contain excess drill fluids during construction. All drilling fluids shall be disposed of off-site at a legal dump site. The Contractor shall pull the HDPE pipe through the excavated hole in a manner that will , not damage, degrade, crack, scratch, or deform the pipe as to prevent its capability of mainta.ining working pressure and allowable surge pressure as dictated by the manufacturex. , � � � � � � � Field Quality Control Contractor will continuously monitor the longitudeinal pulluig forces during pipe pullback and shall limit the longitudinal pull on the pipe so that the finished installation can withstand working pressure of the sewage it will carry as well as external forces from soil and stream water loads. T'he Contractor shall provide adequate protection at the head of the pipe string prior to beginning the pulling operation to prevent damage to the pipe from tensile or other forces. Contractor shall provide adequate support rollers fox the pipe during pullback to prevent damage to the pipe. The Contractor shall maintain the integrity of the pipe, e�sting utilities, and adjoining properties during installation. . The pipe shall be installed within the easement and property lines as shown on the plans. The verrical location of the pipe shall meet the minimum cover xequirements specified in the plans. The Contractor shall monitor pipe installation and immediately norify 15-3 J:\Data\R�N\ll2-047\Technical Specs\15 Mechanical.docx 9/27/2073 7:35 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical 11�isty Cove Lift Station the Owner during installation if the pipe has not been installed within the specified tolerances. Upon request, the Contractor shall provide the Engineex with field notes, survey data, and other informarion the Contractor has acquixed to determine pipe location. Any pipe installed outside of the specified tolerances shall be replaced at the Contractor's expense. Repair Any pipe secrion that has been damaged during construction shall be repaired or replaced at the Contractor's expense. Cracking, buckling, separation, or distorrion of the pipe or pipe joints rendering the pipe incapable of working or surge pressures of the finished construcrion shall consritute damage. All repa.ir. procedures shall be designed and stamped by a registexed Professional Engineer licensed in the state of Washington and submitted to the Owner for approval. The Contractor's Engineer shall certify in writing that the repair was performed under their direct supervision and equals or exceeds the design strength of the pipe. In the event the Contractor must abandon the drill hole before its completion, the Contractor shall seal the borehole and re-drill. Costs for such actions shall be dictated by the Schedule of Prices pro�rided in the General Provisions. Testing Upon complete installation of the HDPE pipe and end fittings and prior to connections to other pipe, the pipe shall be tested under a hydrostatic pressure test in strict accordance with the manufacturers' procedures for pressure testing. All equipment, fittings, and supplies necessary for perfortiung the test shall be furnished and operated by the Contractor. 15.12.13 Pilot Tube Microtunneling Part 1— General Summary This work consists of all materials, labor and equipment required to install product pipelines typically of sizes 6" through 27" inner diameter (ID) using the trenchless technique commonly known as Pilot Tube Microtunneling. Definitions: Drive Shaft The shaft or pit created for initiating the pilot bore microtunneling. Pilot Tube A steerable narrow tube attached to a slant-faced steering bit equipped with a lighted target which is rotated to control the direction of tube advancement from the jacking shaft to the receiving shaft. The pilot tube provides a centexline for the new pipe installarion and guides a reaming apparatus from the jacking shaft to the receiving shaft. Pilot Tube Microtunneling (PTMT) A two or three stage system, which allows both trenchless guided sewer installations as well as accurate direct jacking of smaller diameter collection sewer pipes without use of casing. 15-4 9/27/2013 735 AM J:\Data\R�N\112-047\Technical Specs\15 Mechanical.doc�c � 2013 RH2 Engineering, Inc. � , � � � � , � I � � � ' � i � � fl u � City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical When approved, PTMT provides an alternate guided installation method to slurry microturineling. Product Pipe The permanent pipeline for operation use. Receiving Shaft The shaft which receives the pilot tube, casing sections and product pipe. Pilot tubes and casing sections are removed through the receiving shaft. Submittals Submit the following for approval 14 days before beo nning the PTMT opexarion: a) General A complete construction plan showing details of the ptoposed methods of construction and the sequence of operations. b) Experience Names and contact information of Contractor or subcontractor perfornvng the Work. Include work-related qualifications, references and experience. c) Sequence of Work and Construction Shop drawings and written description identifying details of the proposed sequence of work and proposed construcrion operarions. Show site constraints, staging, locarion of jacking and retrieval shafts, pilot tube microtunneling equipment, jacking system, and pipe stockpile location. d) Pipe Stress Calculations Calcularions showing the anricipated maximum jacking force and the allowable compressive stress of the pipe to be installed. Include a proposal for a suitable subsritution should anticipated stresses exceed the allowable limits. Part 2 — Products Materials Use pipe that will withstand all forces imposed upon it during the construction phase as well as the final in-place loading condirions. All pipes must be able to withstand a compressive loading greater than the anticipated jacking load with a minimum safety factor of 2.5.The driving ends of the pipe and intermediate points must be protected against damage. The detailed method proposed to cushion and distribute the jacking force at the joint is subject to approval. Designate the pipe manufacturer at the time of the bid. Any subsequent change of pipe manufacturer must be approved. Equipment Required Equipment: Equipment must be comprised of a set of components (line and grade control system, jacking frame, pilot tubes, soil transport, hydraulic power unit and 15-5 J:\Data\R�N\] 12-047\Technical Specs\l5 Mechanical.docx 9/27/2013 7:35 AM � 2013 RH2 Engineering, Inc. Fall 2013 Ciry of Renton Division 15 — Mechanical Misty Cove Lift Station lubrication system, etc.) fabricated by a single manufacturer and designed to act as an integrated system. a) Line and Grade Control Systems The control system must include but not be limited to a theodolite, lighted target, camera, and monitox screen. b) Jacking Frame The jacking frame must possess adequate strength to advance the pilot tube, the enlargement casing and the string of product pipe from the drive shaft to the receiver shaft. The frame must develop a unifortn distribution of jacking forces on the end of the pipe. The auger motor must possess adequate torque to steer the pilot tube and adequate torque and speed to effectively auger the excavated material from the face of the bore to the drive shaft. c) Pilot Tube Construct steel pilot tubes in rigid but shoYt sections to accommodate the small drive and receiver shafts. The tubes must rigidly connect to each other, the steering tip, and the enlargement casing. The inside diameter must be large enough to adequately view the lighted target. The tube must withstand the torque encountered in the steering process. d) Enlargement Casing Construct steel enlargement casing to a diameter just larger than the product pipe, with a leading connection compatible with the pilot tube. The leading face of the casing must possess sevexal large openings for the soil to enter as it advances along the proposed alignment. Funnel the excavated material from the internal auger chamber to the temporary full diameter-Casings of the Three-Pass Process, or into the internal auger casings of the Two-Pass Process. Connect structural membexs in the leading edge of the casing to the pilot tube connections. e) Soil Transportation System The soil transportation system consists of an augeY train operating inside the full diameter temporary steel casings of the Three-Pass System, an internal casing, and auger train operating inside the product pipe. Provide intexnal casings for the Two-Pass Process designed and manufactured to minimi7e leakage of the excavated material into the product pipe. � Soil Removal Provide a soil removal system to safely remove and transport excavated material from the drive shaft to the surface. g) Hydraulic Power Unit Rest the hydraulic power unit on the surface and connect it to the jacking frame by hoses. h) Lubrication System Employ a lubricarion system to minimi7e pipe friction to ensure that pipe can be installed from the drive shaft to the receiver shaft within the safe woYking load rating of the pipe. Use 15-6 9/27/2013 7:35 AM J:\Data\REN\112-047\Technical Specs\15 Mechanical.docx � 2013 RH2 Engineering, Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical a system that also minimi7es the torque required to transport the excavated material to the drive shaft. Line and Grade Control Use equipment capable of insta]ling the pilot tubes to the desired line and grade with a tolerance of plus or minus 0.375" between manholes (360 LF� . Tunneling Over Cut T'imit the over cut of the enlargement casing to no more than 1' 1/a" larger than the diameter of the installed product pipe. 15.18 Buried Piping Inspection and Testing 15.18.03 Valve Testing Part 3 - Execution Testing Test all valve bonnets for tighmess. Test opetation of all valves at least once from closed-to- open-to-closed positions while valve is under pressure. Test all valves for water tighmess under differential working pressure. To perform this test, pressurize pipe secrion with valve in place, close valve and relieve pressure on seat side of the valve. T'he valve shall not pass water during a 5 minute test period. The Contractor shall verify that the pressure differenrial across the valve during operation does not exceed the rated working pressure of the valve. 15.18.06 Gravity Sewer Low-Pressure Air Pressure Test Method Part 3 - Execution Testing A. Where specified, pipeline and appurtenances shall be leak tested using low-pressute compressed air to a pressure equal to the Owner's standard details in the appendix. 15.18.07 Sewer Force Main Inspection and Testing Part 3 - Execution Preparation All pumps, gauges, plugs, saddles, corporarion stops, miscellaneous hose and piping, and other equipment necessary for perfornvng the test shall be furiushed and operated by the Contractor. The pipeline trench shall be backfilled sufficiently to prevent movement of the pipe under pxessure. All thrust blocks shall be in place and sufficiendy cured to reach design strength before testing. Where permanent blocking is not requixed, the Contractor shall furnish and install temporary blocking and remove it after testing. 15-7 J:\Data\REN\112-047\Technical Specs\15 Mechanical.docx 9/27/2013 7:35 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical Misty Cove Lift Station The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow air to escape and/or allow the lining of the pipe to absorb watex. The Contractor will furnish the water necessary to fill the pipelines for testing purposes. Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. Testing All new force mains and appurtenances shall be tested under a hydrostatic pressure equal to 100 psi. The Contractor is responsible for tlie proper disposal of any waste, including water. An acceptable test of pipe and fittings buried under or adjacent to proposed concrete slabs or other structures must be performed prior to construcrion of the structure. Whenever possible, have pipe joints, fittings and valves exposed for inspection. Any visible leakage detected shall be corrected by the Contractor to the sarisfaction of the Owner regardless of the allowable leakage specified above. Should the test secrion fail to meet the specified pressure test successfizlly, the Contractor shall locate and repair the defects and retest the pipeline at his own expense. Prior to calling out the Owner to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and successfully performed the test to assure that the pipe is in a satisfactory condition. Owner shall wirness the test. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and appurtenances. The test shall be accomplished by pumping the main up to the required pressure. Stop the pump for a minimum of 15 minutes up to a ma�mum of 60 minutes as directed by the Engineer, and then pump the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. The quantity of water required to restore the initial hydrostatic pressure shall be accurately deterinined by either: 1) pumping from an open container of suitable size such that accurate volume measurement can be made by the Owner; or 2) by pumping through a posirive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Owner. For the test to be considered acceptable, the quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula. �j,�.,,r` P T—` ?40U in which L = N = D = P = allowable leakage, gallons/hour number of joints in the length of pipeline tested nominal diameter of the pipe in inches average test pressure during the leakage test, psi. 15-8 9/27/2013 7:35 AM ]:\Da[a\RFN\ll2-047\Technical Specs\l5 Mechanical.docx � 2073 RI-I2 Engineering, Inc. � � � 1 �� � � �� � Ciry of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical There shall not be an appreciable or abrupt loss of pressure during the 15-minute test period. Connections to E�sting Mains � Provide connections to existing force mains, as indicated on the Plans and specified in Section 7-17.3(1) of the Standard Specifications. 15.20 PIPE AND FITTINGS 15.21 Common Work for Pipe and Fittings Part 2 - Products Components Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. In the event that dissimilar metals are adjacent (for example: stainless steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used. Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified. All relevant subsections of AWWA C100, C200 and C500. All bolts and studs shall be long enough so that no less than 2 threads extend beyond the face of the nut. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers � shall be Stainless Steel, minimum grade 304 in raw domestic or treated domestic water and minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Stainless steel shall � not be used where in contact with chlorine ar chlorine solurions. Stainless steel bolts may be used in lieu of Nitronic but must be assembled using appropriate lubricant or tape. For installations in domestic water, lubricant or tape must be approved for domestic water , service. Cobas Stainless Steel Thread Sealing Tape or approved equal. All bolts in the valve vault shall be stainless steel minimum gxade 304. � , � � � ' All shackled thrust restraint systems shall be of stainless steel ox Cor-Ten (ASTM 242) construction and manufactured by Star National Products or approved equal. All components of any stainless steel or Cor-Ten system shall include all stainless steel or Cor- Ten components. Bolts, nuts, washers, rie rods, and other components shall be one material and not intermixed. Finishes For conditions other than submerged, all nuts and bolts shall be Grade A zinc plated suitable for above and below grade locations as required. Where above grade/exposed piping is specially coated, the connecting nuts and bolts shall be coated using the same system. Part 3 - Execution Construction 15-9 � J:\Data\REN\112-047\Technical Specs\15 Mechanical.doac 9/27/2013 7:35 AM � 2013 RH2 Fngineenng, Inc. Fall 2013 Ciry of Renton Division 15 — Mechanical Misty Cove Lift Station All piping and related equipment to be joined together shall be connected as shown on the Plans, Specifications, as recommended by the manufacturer or as required by standard industry practices if not otherwise specified. 15.22 Metal Pipe and Fittings 15.22.2 Ductile �ron Pipe and Fittings Part 1- General Design Requirements Ductile ixon pipe shall have thickness designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying condirions and internal pressures to meet the requirements of Division 1.82 The pipe thickness for sewer force mains shall not be less than Class 52. Part 2 - Products Manufactured Units Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless othenuise specified, and shall conform to ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. When requested, furnish cerrification from the manufacturer of the pipe and gasket being supplied that inspecrion and all of the specified tests have been made, and the results comply with requirements of this standard. Ductile Iron Fittin�s All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile iron fittings shall be short body, cement-lined and for the pressure Yating noted in Division 1.82. Metal thickness and manufacturing processes shall conform.to applicable porrions of ANSI Standards A21.20, A21.11, B16.2 and B16.4. Standard cement liivng shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches and 54 inches through 64 inches shall be in accordance with AWWA C153. Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and conform to ANSI/AWWA C115/A21.15 with the exceprion that flanges shall be fabricated from ductile iron unless otherwise specified in the Contract Documents. Interior shall be cement lined. Ductile iron flange (FL) fittings shall be in accordance with AWWA C110 and fabricated from ductile iron unless otherwise specified in the Contract Documents with a bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene, buna-n, chlorinated 15-10 9/27/2013 7:35 AM J:\Data\REN\112-047\Technical Specs\]5 Mechanical.docx � 2013 RI-I2 Engineering, Inc. � i Ciry of Renton Fall 2013 Misry Cove Lift Station Division 15 - Mechanical butyl or cloth-inserted rubber. Gaskets shall be full face or ring type. Gaskets shall be a ' minimum 1 / 8" thick. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (I'E) or flanged (FL). � Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and � coat the exterior per specification division 9.91.13.13 and 9.91.33.03. Part 3 - Execution � Installation The Contractor shall provide tools and equipment, including any special tools required for � installing each particular type of pipe used. 15.22.4 Stainless Steel Pipe and Fittings ' � Part 1- General Related Sections � 5.13 Stainless Steel . Design Requirements � The pipe wall thickness shall be as required by Division 1.82 and the following table. Pipe Wall Thickness in inches. 1 Nominal Pi e Diameter Working 1" 2" 3" 4" 6" 8" 10" 12" 14" 16" 18" 24" 30" Pressure 1 �� �751 •109* .109* .120*, .120* .134* .148* .165* .180* .188* .188* 2�� psl .133cp .154cp .216cp .237cp .280cp .322cp .365cp .375cp 375 375 400 psi •179+ .218+ 300+ 337+ .432+ .500+ .500+ .500+ .500 .500 *Per Schedule 10s; cpPer Schedule 40s; +Per Schedule SOs 188* .250 312* 375 375 375 .500 .500 .625 Part 2 - Products Materials All stainless steel pipe and fittings shown on the Plans in direct bury applications shall meet ASTM A312, Type 304L, Welded. All heat tints and chromium depleted layers caused by welding shall be removed prior to on-site delivery. Welding of pipe shall be per ASME Welding Code. Welding shall be capable of withstanding the hydrostaric testing pressure as stated in Division 1.82 without leakage. 15-11 J:\Data\REN\112-047\Technical Specs\15 Mechanical.dooc 9/27/2013 7:35 AM � 2013 W-I2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical Misty Cove Lift Station 15.23 Non-Metal Pipe and Fittings 15.23.2 High Density Polyethylene (HDPE) Pipe Part 1- General Submittals The Contractor shall list a minimum of three successful projects in which butt fusion welding of HDPE pipe was constructed and installed under their supervision with the HDPE submittal. Quality Control The Contractor shall provide manufacturer cerrificarion that stress regression testing has been performed on the specific product. The said certification shall include a stress life curve per ASTM D 2837. T'he manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDR) of 1,600 psi, as deterniined in accordance with ASTM D 2837. The manufactuYer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specificarions. The certificate shall state the specific resin used, its source and list its compliance to these Specifications. Shipping and Handling High Density Polyethylene (HDPE) pipe shall be packaged in a manner designed to deliver the pipe to the project neady, intact and without physical damage. The transportation carrier shall use the appropriate method and intermittent checks to insure the pipe is properly supported, stacked and restrained during transport such that the pipe is not nicked, gouged or physically damaged. HDPE pipe shall be stored on clean, level ground to prevent undue scxatching or gouging of the pipe. If the pipe must be stacked foY storage, such stacking shall be done in accoYdance with the pipe manufacturer's xecommendations. The handling of the pipe shall be done in such a manner that the pipe is not allowed to drag over sharp objects. Contractor shall not damage it by chokers or lifting equipment. Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused secrions. Care must be exercised to avoid cutting or gouging the pipe. Project Conditions The proposed construcrion area for this project presents cextain field conditions and factors that must be adequately planned for both during the bid and during construction to ensure the success of this project. Some factors the Contractor shall considex include, but are not limited tq the following. Access to the construcrion areas is limited and it is recommended that the Contractor visit the site prior to supplying a bid. 15-12 9/27/2013 735 AM ]:\Data\REN\112-047\Technical Specs\15 Mechanical.doc�c � 2013 RH2 Engineering, Inc. � � � � ! 1 � � � � � � � �: i � � ' Ciry of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical The Contractor shall devise a plan for the installarion method of the HDPE pipe giving consideration to aforementioned condirions/factors and any other potenrial conditions/factors that may arise during construcrion. The Contractor shall submit this plan to the Project Engineer prior to commencing construction. This plan shall detail the following. Construction Equipment and Materials — Describe the construction equipment and materials to be used to construct the improvements. Indicate how and where they will be mobilized on site. Describe how they will be demobilized. Construction Schedule — The Contractor shall develop, maintaui and use a construcrion schedule to plan and monitor the accomplishment of the overall scope of work. The construction schedule shall be based on a critical path method and utilize the arrow diagramming method to illustrate logical precedence between construction activities. Construction activities shall be defined to a level of no greater than 5 working days. The report submitted to the Project Engineer shall show activities with their respective estimated duration in �units of whole workdays in a bat cha.rt format. These activities shall be organized in ordex of start dates and show logic arrows to indicate activity precedence. A mathematical analysis using finish to start time constraints shall be made to determine project start and completion dates. The Contractor shall submit this submittal in its entirety for review and approval two weeks prior to the Contractor commencing any construction acrivities. Design Requirements The material shall be listed by the Plastics Pipe Institute (PP� in PPI TR-4 with a 73°F hydrostaric design stress rating of at least 800 psi and a 140°F hydrostaric design stress rating of 400 psi. The PPI listing shall be in the name of the pipe manufacturex. PPI TR-3 testing of the pipe manufacturer's production pipe shall be done in accordance with ASTM D 2837. The pipe shall provide the long-term endurance chaYacterisrics recognized by the compressed pipe ring environmental stress crack resistance greater than 1,000 hours; the slow crack growth resistance greater than 32 days; and the ixnpact strength (toughness) greater than 42 in-lb/in notch. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification as the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions or other deleterious defects, and shall be nominally identical in color, density, melt index and other physical properties throughout. Pipe supplied under this specification shall have a minimum Standard Dimension Ratio (SDR) of 17. The pipe SDR must meet the required pulluig tensile strength for trenchless construction. Part 2 - Products Materials HDPE Pipe shall be Performance 4100 or approved equal. 15-13 � J:\Data\REN\ll2-047\Technical Specs\15 Mechanical.doac 9/27/2013 7:35 AM � 2013 RH2 Engineenng Inc. Fall 2013 � Ciry of Renton Division 15 — Mechanical Misty Cove Lift Station HDPE Pipe for sewer shall be gtey with a green colored stripe. Materials used for the manufacture of high density polyethylene pipe and fittings shall be extta high molecular weight, high density ethylene/hexene copolymer PE3408, PE3608 or PE4710 polyethylene resin meeting the above listed physical property and pipe petformance requirements. The pipe will be extruded from resin meeting the specificarions of ASTM D 3350-98a with a cell classification of PE: 345434C; pipe grade resin type III, Class C, Category 5, grade P34 polyethylene compound, minimum. T'he pipe shall be produced from approved HDPE pipe grade resin(s), with the nominal physical properties outlined herein, and to the dimensions and tolerances specified in AWWA C901 (3" and smaller) or AWWA C906 (4" and larger). Connecrions of HDPE to ductile iron shall be with an HDPE stub-end fitting and slip-on ductile iron metal flange installed at the ends of the HDPE pipe that will be connected to the ductile iron pipe. Stub-end fittings shall be installed using the thermal butt fusion welding method. Stub-end fittings shall have the same pressure rating as the HDPE pipe. Meta1 flanges shall have the same bolt pattern and pressure rating as the ductile iron fitting to which they will be connected. Part 3 - Execution Construction Sections of HDPE pipe shall be joined above-ground on the job site into a continuous length by the thermal butt fusion-welding method in strict accordance with the manufacturer's requirements. Socket fusion, extrusion welding or hot gas welding shall not be used. No pipe or fittings shall be joined by thermal butt fusion by any Contractor unless he/she is adequately trained and qualified in the techniques involved. Thermal butt fusion welding shall be 100 percent efficient offering joint weld strength equal to or greater than the strength of the pipe. Flanges, unions, grooved-couplers and transirion fittings may be used to mechanically connect HDPE pipe without butt fusion. Refer to the manufacturer's recommendations. Field Quality Control The Contractor shall lay the HDPE pipe on the existing ground surface in a manner that will not damage, degrade, crack, scratch or deform the pipe in any manner. The Contractor will continuously monitor the longitudinal pulling forces during pipe installation and shall limit the longitudinal pull on the pipe so as not to exceed 80% of the specified minimum yield strength of the pipe. The Contractor shall provide adequate protection to the pipe during installation to prevent damage from tensile or other forces. T'he Contractor shall maintain the integrity of the pipe, e�cisting utilities and adjouvng properties during installation. Sections of pressure pipe having been discovered with cuts or gouges in excess of 10 percent of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. 15-14 9/27/2073 7:35 AM ]:\Data\REN\172-047\Technical Specs\15 Mechanical.docs � 2013 RH2 Engineering, Inc. � , � � � , City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical 15.23.12 PVC Pipe for Drain, Waste and Vent (DWV) Part 2 — Products Design Requirements Polyvinyl chloride for drain waste and vent (PVC-DW� material for pipe fitrings and couplings shall confortn to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in accordance with ASTM D-1785 and D2665 as shown on the Plans. Pipe shall be dual labeled. Part 3 - Execution Installation Pipe bedding shall be clean granular material with no organics and no rocks larger than '/2" � for angular rock or 3/4" for round rock. Any cellular core pipe that is damaged in any way shall be removed and replaced with sound pipe. j 1 �� t � 1 � i 15.30 V�.vEs 15.31 Common Work for Valves Part 1— General Design and Performance Requirements Valves noted on the Plans or in other parts of the Specifications shall meet the requirements herein. Valves shall be designed for the intended service. Va1ve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the Engineer's attention during the bidding process. Valves that do not opexate as specified and per normal industty standards shall be replaced or modified so that they operate within the design pa.tameters at the Contractor's expense. Pressuxe rating shall be per Division 1.82 unless shown otherwise. Part 2 — Products Components If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95% to 99% of the operator shaft failure totque. Pxovide concrete supports for operators where required, as shown on the Plans. � Buried valves shall be equipped with an AWWA 2-inch wrench nut with a minimum of 12 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall be equipped with lever actuator for valves 4 inches and smaller, or handwheel actuator for � valves 6 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher than 6 feet above the finished floor shall be equipped with chainwheel operatox. � 15-15 � J:\Data\R�N\112-047\Technical Specs\l5 Mechanical.docc 9/27/2013 7:35 AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical Misty Cove Lift Station Buried valves where the operator nut is more than 3 feet below the valve box lid shall be ptovided with a solid shaft valve nut extension to reach between 18" and 36" of the ground surface. Extension shall attach to the nut with a set screw. Diameter of extension shall be appropriate for the valve size and length of extension, but under no circumstances shall be less than 1 inch for 4 foot long extension rods, or 1.25 inch for rods longer than 4 feet. Extension shall function without excessive twisting. Part 3 - Execution Installation Install valves in strict accordance with the manufacturer s instrucrions and as shown on the Plans. Verify aligntnent and adjustments after installarion. Provide buried valves with all operators or valves boxes installed so that wrenches or operators perform freely and without binding or othex interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. 15.32 Isolation Valves 15.32.5 Eccentric (P1ug) Valves Part 2 — Products Manufacturers Valves shall be equal to M&H/Kennedy Valve Company Eccentric Plug valves, Pratt eccentric valves or Dezurik eccentric valves. Manufactured Units Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a 1/8-inch welded overlay of not less than 90% pure nickel, with a raised seat area, so that the plug face contacts only nickel; ot 2) seat shall be factory-coated with heat-fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with neoprene with a cylindrical seating surface eccentrically offset from the center of the plug shaft. Interference between the plug face and the body seaf shall be externally adjustable in the field with the valve under pressure and the plug in the closed position. Valves shall have sleeve-type metal bearings and shall be of sintered, oil impregnated, permanendy lubricated type 316 ASTM A743 Grade CF-8M. Va1ve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re- packable under pressure withouh removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. 15-16 9/27/2013 7:35 AM J:\Data\RFN\712-047\Technical Specs\15 Mechanical.doc�c m 20] 3 RH2 Engineering, Inc. � � � � � � � � � �� � � � � � � City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical Valves shall be equipped with gear actuators oxiented as shown on the Plans. Gearing shall be enclosed in steel housing and suitable for n,nning in a lubricant with seals provided on all shafts to prevent entry of dirt and water into actuator. Actuator shaft shall be supported on permanendy lubricated bronze bearings and indicate valve position. An adjustable stop shall be provided to set closing torque and provide seat adjustment. Valve surfaces shall be coated internally and externally with a heat-fused thermoset epoxy or thermoplastic nylon. - Exposed nuts, bolts, springs and washers for buried service valves shall be stainless steel. 15.33 Check Valves 15.33.2 Swing Check Valves Part 1— General Design Requirements The swing check valve shall function to permit flow in only one direction. The valve shall close tighdy, without slamming, when the pressure on the discharge side exceeds the pressure on the inlet side. All swing check valves shall conform with AWWA C508 and the following specifications. The valve shall be constructed to withstand the pYessures stated in Division 1.82. Flanges shall be drilled to ANSI B16.1, Class 125# or as specified in the Plans. Operating pressure range is 0 psi (low) to 60 psi (high). The manufactuYer shall certify that the check valve will seal completely within the operational range. Part 2 — Products Manufacturers The valve shall be equal to M&H Model 159 Swing Check Valve. Manufactured Units The swing check valve body shall be constructed with heavy cast iron or cast steel and have a bronze or stainless steel seat ring, rubber clapper facing, a non-corrosive shaft and external counterweight attachment. See plans for which side of the valve to locate the counterweight. The valve disc shall be constructed of cast iron or cast steel and shall be suspended from a non-corrosive shaft. The valve shall allow the equivalent flow area of the adjoining pipe. The shaft shall pass through a sriffing box and be connected to the swing arm in the outside of the valve. Swing arm shall be oriented as shown on the plans. Finishes The interior and exterior of the valve body, bonnet and seal plate shall be coated with � fusion-bonded epoxy meeting AWWA G550 (latest revision). Interior coating shall be a minimum dry film thickness of 7 mils, not including primer. Exterior coating shall be a � 15-17 1 J:\Data\REN\1]2-047\Technical Specs\15 Mechanical.doc�c 9/27/2073 735 t1M � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical Misty Cove Lift Station minimum dry film thickness of 5 mils, not including primer. Alternatively, exterior may be coated per Division 9.91.23.1. 15.40 PIPING SPECIALTIES 15.40.1 Dismantling Joint Part 1— General Design Criteria Dismantling joint shall be accessible and capable of repeated installations and removals and capable of the testing and working pressures as specified in Division 1.82. Part 2 — Products Manufacturers Dismantling joint shall be Romac DJ400 with limit rods or equal. 15.40.4 Dielectric Fittings and Adapters Part 3 - Execution Installation Provide dielectric adapters between dissimilar types of inetal pipes, valves and fittings (e.g. copper to stainless steel). Flange isolating kits shall be used when dissimilar metal flanged pipe is connected. The followin connections do NOT re uire dielectric isolators. Metal Connectin to Bronze/brass Co ex or ductile iron Ductile iron Mild steel, bronze or brass 15.50 FLOW METERS 15.50.1 Common Work for Flow Meters Part 1- General Design Criteria Meter body and register shall have a pressure rating in accordance with Division 1.82. Materials, coatings and components shall be appropriate for the fluid being measured. Submittals Meter shall fit in the space provided on the Plans. Meters that do not fit in the spacing provided must be approved by the Engineer for acceptance. Provide information on meter assembly, available and selected options, direct read head, xemote transmitter, coatings and dimensions of all equipment. 15-18 9/27/2013 7:35 AM J:\Data\RFN\112-047\Technical Specs\15 Mechanical.doc�c � 2013 RH2 Engineering, Inc. � � t � � I I� � � � � � � � � � � � City of Renton Fall 2013 Misty. Cove Lift Station Division 15 - Mechanical Part 3 - Execution Installation Install the meteY in strict accordance with the manufacturer's recommendation. Testing Meter shall be rated for working pressure and testing pressute as required in Division 1.82. If the meter assembly cannot take the test pressute, a temporary spool or cap(s) must be installed in place of the meter. A visual leak test will then be performed under working pressure with the meter in place. The Contractor shall prove correct meter and transmitter performance to the Engineer. Should pexformance not be acceptable, adjust or replace the unit at the Contractor's expense. 15.53 Electronic Flow Meters 15.53.3 Electromagnetic Flow Meters Part 1- General Design Criteria Provide an electromagneric flow metering system suitable for measwing and transmitting flow rate in a full-flowing pipe. The meter shall be suitable for either horizontal or vertical mounting. The system shall operate witivn the accuracy required over an ambient temperature range of -10 to +120° F and a process temperature range of +15 to +120° F. Meter and electronics shall be rated for Class 1 Division 2 service. Part 2 - Products Manufacturers The flow meter shall be Siemens Danfoss Model MAG 5100 or approved equal. Manufactured Units The flow meter system shall be micYoprocessox based, utilizing a DC bipolar pulsed coil that automatically rezeroes after each pulse cycle. System accuracy shall be ± 1% of actual flow rate over a fluid velocity range of 1 to 30 feet per second (fps), and within 0.01 fps for velociries less than 1 fps. Repeatability shall be 0.1% of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configutation. The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and rated for working and test pressures as indicated in Division 1.82 . The meter tube shall be 304 stainless steel. The meter and cable connection(s) shall be capable of complete submergence without damage. The meter shall include integral grounding electrodes or a 316 stainless steel grounding ring for installation at the inlet. The manufacturer shall verify that the grounding system is appropriate for the proposed use. All wetted parts shall be 316 stainless steel. 15-19 J:\Data\REN\112-047\Technical Specs\15 Mechanical.doc�c 9/27/2013 7:35 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 15 — Mechanical Misty Cove Lift Station Finishes The meter liner shall completely encapsulate all wetted areas except for electrodes. The liner shall be cerrified by the manufacturer as appropriate for the proposed use. The liner shall be Teflon or approved equal. 15.60 PRESSURE AND LEVEL MEASUREMENT 15.60.1 Common Work for Pressure and Level Measurement Part 1— General Related Sections See Division 17 for electronic pressure and level devices. Design Requirements Pressure and level measurement devices shall be scaled and rated for the application. Part 3 — Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position and central to the room, unless otherwise allowed by the Engineer. 15.61 Pressure Gauges Part 1— General References ASTM B40.1 Grade 2A Performance Requirements Gauge accuxacy shall be ± 0.5 percent of full scale. Submittals Provide catalog sheets showing dimensions, pressure range, accurary and optional accessories. Part 2 — Products Manufacturers Marsh, 3D Instnunents or approved equal. Materials Gauges shall be analog, stem mount type with 41/2 scale face, glycerin filled and completely suitable for measuring potable water. Connection shall be '/z-inch threaded. Wetted parts shall be brass, bronze or stainless steel. The full scale pressure range for each gauge location shall be as follows. 15-20 9/27/2013 735 AM J:\Data\REN\112-047\Technical Specs\]5 Mechanical.doc�c � 2013 RH2 Lngineering, Inc. � � City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical � Full Scale Normal O eration Ran e 0-30 si 10-15 si � , � � � L� � � � � � � � � L� For pressure gauges used in applications other than clean water, provide a diaphragm protector suitable for the contact fluid. Diaphragm equal to Marsh 13040, stainless steel with flushing port. Part 3 - Execution Installation Install gauges as shown on the Plans. Support gauges adequately. Field Qualiry Control Provide calibrated test gauges for each scaled range. Build a temporary, common testing manifold that can hold all similarly scaled gauges plus the test gauge at one time. Pressurize the manifold to the pressure specified by the Engineer. Gauges that do not meet the accurary requirements shown under the Performance Requirements shall ,be replaced at the Contractor's expense. 15-21 � J:\Data\REN\]12-047\Technical Specs\15 Mechanical.docx 9/27/2013 7:35 AM m 2013 RH2 Engineering, Inc. � � � � , � � �� � � � � � � i LJ � � Division 16 Electrical 1G.00 GENERAL T'he Contractor shall provide all labox, material, tools, equipment and services required to complete the furnishing, installarion, wiring, connection, calibrarion, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and specifications. Sections in these specifications tided "Common IYlork for ..." shall apply to all following sections whether directly referenced or not. 16.05 Common Work for Electrical Part 1- General Summary Plans are diagtammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show size, capacity, appro�mated location, direction and general relationship of one work phase to another, but not exact cietail or arrangement. Permits and Fees T`he Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. Related Sections See the following sections for items that may be pYovided and/or installed with other electrical equipment. • 8.90 Motorized louvers/dampexs • 10.14.8 Signs foY electrical equipment . 11.20 Pump motors • 11.95.34 Fans . 11.95.82 Space heater • 15.15.1 Flow meter transmitters . 17.50 Sensors and controls Codes and Standards Provide all electrical woYk in accordance with latest edition of National Electrical Code, National Electtical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specificarions, the codes are to govern. All electrical products shall bear a label from a certifiecl testing 16-1 � J:\Data\REN\112-047\Technical Specs\1G Electrical.docx 9/27/2013 7:3G AM 0 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical 1Vlisty Cove Lift Station laboratory recognized by the State of Washington. Recognized labels in the State of Washington ate UL, ETL, and CSA-US. Definitions Dry Locarions: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not othenvise designated on the Plans. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on tlie Plans. Damp Locarions: All spaces wholly or partially underground, or having a wall or ceiling formuig part of a channel or tank unless otherwise designated on the Plans. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed. These areas are identified on the Plans. The words "plans" and "drawings" are used interchangeably in this specification and in all cases shall be interpreted to mean "Plans". The work "provide" shall be interpreted to mean fuYnish and install. Field Quality Control MINOR DEVIATIONS The electrical plans are diagrammatic in nature and the location of devices, ftxtures and equipment is appro�cimate unless dimensioned. On the basis of this, the right is reserved by the owner to provide for minor adjustrnents and deviations from the locations shown on the Plans without any extra cost. Deviarions from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval, without extra cost. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and appro�ate location. Layout does not necessarily show the total number of Yaceways or boxes for the circuits required. Furnish, install, and place in sarisfactory condition all raceways, boxes, conductors and connections, and all of the materials requixed for the electrical systems shown or noted in the contract documents complete, fully operarional, and fully tested upon the completion of the project. PRO�ECT RECORD PLANS A set of Plans shall be maintained at the job site showing any deviations in the electrical systems from the original design. A set of electrical Plans, marked in red to indicate the routing of concealed conduit runs and any deviations from the original design, shall be submitted to the Engineer for review at the completion of the project prior to final acceptance. After testing and acceptance of the pxoject the Contractor shall furnish in the O&M manuals an accurate connection schematic and interconnecrion diagram for every service entrance panel, pump control panel and instrumentation panel provided this project. 16-2 9/27/2013 736 AM J:\Data\RBN\]]2-047\Technical Specs\lG Electrical.docx m 2013 RH2 Engineering, Inc. i � I � � � 1 � L' � � � � L: � � � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specificarions. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include as a minimum a wiring diagram or connecrion schemaric and an interconnection diagram. WIRING DIAGRAM OR CONNECTION SCHEMATIC This plan or plans shall include all of the devices in a system and show their physical relationship to each other including ternunals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by ternvnal designations (wireless diagram). INTERCONNECTION DIAGRAM This diagxam shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connecrion diagrams which interface to the interconnecrion diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wites shall be shown on a single line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual ternvnal idenrification. All jutnpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be shown. Submittal information shall be provided to the Owner for the following items: • Utility Meter Enclosure • Service Disconnect • Transient Voltage Surge Suppressor ('I'VSS) • Switchboard • Motor Control Center • Pump Control Panel • Solid State Reduced Voltage Staxters (SSRVS) • Distribution Transformers • Branch Circuit Panelboard • Circuit Breakers � Conduit and Fittings • Oudet and Junction Boxes • Electrical Handholes and Vaults 16-3 1 J:\Data\REN\1 ]2-047\Technical Specs\1G Elec[rical doce 9/27/2013 7:3G AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station • Wire and Cables • Switches and Receptacles • Light Fixtures • Keyed Switch Box • Panic Alarm Button � Other Electrical Components listed in this division and/or required by the Engineer. Project Conditions Contractor shall keep all power shutdown periods to a minimum. Cariy out shutdowns only after a shutdown schedule has been submitted and approved by both the client and the Engineer. Construction Power: See Division 1.51 Part 2 - Products Source Quality Control Provide adequate space and fit for the electzical installarion, including, but not limited to, deternvnation of access-ways and doorways, shipping sections, wall and floor space, and space occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown on the plans. All equipment shall be readily accessible for maintenance, shall have electrical clearances in accordance with NEC and shall be installed in locations which will provide adequate cooling. Do not use equipment exceeding dimensions indicated or equipment or.arrangements that reduce required clearances or exceed specified ma�mum dimensions unless approved by the Engineer. Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. Materials Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. 16-4 9/27/20]3 73G AM ]:\Data\RLN\�12-047\Technical Specs\]G Electrical.doc�c � 2013 RH2 Engineering, Inc. i � � � i � L� � L,1 � � � � �, � � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Components Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. Unless otherwise noted, provide enclosutes as follows: • Class 1, Division 1&2 Locations: NEMA Type 7 • Indoors unclassified Locations: NEMA Type 12 • Corrosive Locations: NEMA Type 4X • Outdoors and/or Wet Locations: NEMA Type 4 • Electrical rooms: NEMA Type 1 Accessories WIRE IDENTIFICATION Identify each wire or cable at each termuiation and in each pull box using nuxnbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboaxd identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terininal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with plasric sleeves having permanent markings. Conductors between termuials of diffexent numbers shall have both terminal nutnbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the ternvnal number. Finishes Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. Part 3 - Execution Installation GENERA T " Complete the wiring, connecrion, adjustrnent, calibration, testing and operation of mechanical equipment having electrical motors and/or built-in or furiushed electrical components in accordance with electrical code, UL listing requirements and manufacturer's instructions. Install electrical components that are furnished with mechanical equipment. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. Complete the procurement, installation, wiruig, connection, calibration, adjustment, testing and opexarion of all electrical devices, components accessories and equipment which is not 16-5 J:\Data\R�N\112-047\Technical Specs\�G Electrical.doac 9/27/2013 7:3G AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station shown or specified but which is nonetheless required to make the systems shown and specified pxoperly fiznctional. WORKMANSHIP Assign a qualified representative who shall supervise the electrical construction work from beginning to complerion and final acceptance. Provide all labor using qualified craftsmen, who have had experience on similar projects. Ensure that all equipment and materials fit properly in their installarions. FIELD SERVICES Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start-up and operation of the equipment, and to correct any problems which occur during testing and start-up. INSTALI.ING EOUIPMENT Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. Install all floor-mounted equipment on 3-1 /2-inch high reinforced concrete pads. Install all equipment and junction boxes to permit easy access for normal maintenance. CUTTING, DRILLING AND WELDING Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when approved by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same matexials as the surrounding area and itnish to match. METAL PANELS Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls '/a-inch fYom the wall, and paint the back side of the panels with a high build epoxy primer with the exceprion of staiuless steel panels. Film thickness shall be 10 mils minimuln. SEISMIC REC�UIREMENTS See Division 1.81 LOAD BALANCE Balance electrical load between phases as nearly as possible on panelboards, motor control centers, and other equipment where balancing is required: When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. 16-6 9/27/2013 7:3G NV1 J:\Data\RI3N\1]2-047\Technical Specs\tG Electrical.docx � m 2013 RH2 Engineering, Inc. i � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Cleanup and Equipment Protection EOUIPMENT PROTECTION Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet � metal covers, canvas, heat lamps, etc., as needed to ensure equipment pxotection. CLEANING EOUIPMENT Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. PAINTING Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. FINAL CLEANUP Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction woYk. Leave the entire area neat, clean and acceptable to the Owner. Lamps and fluorescent tubes shall be cleaned and defective units replaced at the time of final acceptance. 1G.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 1— General Description of Work The work included in this section consists of furnishing and installing conduit, fittings, handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified herein and as indicated on the plans for a complete and functional underground electtical system. Special vaults, grounding, trench backfill requirements may be specified with the paxticular equipment or electrical system involved. Part 2 — Products General Materials and equipment shall conform to the respective specifications and standards; and to be the specifications herein. Electrical rating shall be as indicated on plans. Raceways and conduit shall be provided per Section 16.70. Wire and cable shall be provided per Section 16.60 Part 3 — Execution Construction 16-7 1 J:\Data\REN\]12-047\Technical Specs\16 Electrical.doac 9/27/2013 7:3G AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, parricular installarion, ar as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris laxger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Sepaxation between new electrical utilities and other utilities shall be 12 inches minimum, except gas line separarion shall be 12 inches both vertical and horizontal. Perform cxossing of concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill axound raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or less. Provide red marker tape over Yaceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optitnum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod, roots or debris fox backfill. 16.10.2 Underground Marking Tape (Detectable Type) Part 2 — Products Manufacturers Tape shall be Brady "Detectable Identoline — Buried Underground Tape, or equal. Materials Underground marking tape shall be for location and early warning protection of buried power and communicarion lines. Tape shall be detectable by a pipe/cable locator ox metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plasric. The plasric color shall be red for electrical lines and orange for telephone lines. Part 3 — Execution Installation Unless noted otherwise on plans, approved underground marking tape shall be installed in the trench twelve inches above and direcdy over the conduit or raceway. 16.10.3 Handholes and Pull Boxes Part 2 — Products Manufacturers Handholes and Pu]1 boxes shall be Utility Vault Co., or approved equal unless specified otherwise on the Plans. Materials Provide handholes of reinforced precast concrete, or injection molded composite plastic material. Handholes shall include a base, a body, extensions and a cover. Handholes with a 16-8 9/27/2013 7:36 AM J:\Data\R�N\]12-047\Technical Specs\]G Electrical.docx � 2013 RH2 Enginecring, Inc. City of Renton Fall 2013 Misry Cove Lift Station Division 16 - Electrical perimeter of 10 feet or more (e.g., 3 feet by 2 feet) shall have both pulling irons and cable racks. All hardware shall be stainless steel, or hot-dip galvanized after fabrication; cable racking and hardware, however, shall be non-metallic and corrosion resistant. If no handhole size is shown on the Plans, size units per NEC or provide 12 inches by 24 inches by 18 inches deep, whichever is larger. All handholes located in areas subject to vehicular traffic or where identified on Plans shall be ASSHTO, H-20 rated in accordance with ASTM C857. The lids to all pull boxes and vaults shall be permanently marked for its intended use, "signal" for all signal and instrumentation handholes and "Electrical" for all power handholes. Letter shall be a minimum of 3-inches high. Part 3 — Execution Installation Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagur�i sealing compound. Where conduits entex through sides of handholes, the penetration shall be made watertight. Use a core drill wherever it is necessary to drill through concrete. Perform patch work with the same materials as the surrounding area and finish to match. Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90 degree bend. Install handholes flush with fuushed grade in all paved areas, roadways and walk�vays. All handhole edges shall be flush with final surface. 1G.15 ELECTRICAL GROUNDING 16.15.1 Common Work for Electrical Grounding Part 1- General References Service and equipment grounding shall be per Article 250 of the Narional Electrical Code (NEC). Performance Requirements Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. Part 2 - Products Components The grounding systems shall consist of the ground rods, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to water piping and structural steel as shown on the Plans. System components shall be as allowed in the N.E.C. unless specified otherwise below. 16-9 ]:\Data\REN\1]2-047\Technical Specs\16 Electrical.docx 9/27/2013 7:3G AM m 2013 RH2 Engineering, inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded coppex encased steel rod shall have a conductivity of not less than 27% of pure copper. 2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connecrions except the exothernuc welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applicarions. 3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot-dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall be embossed with the wording "Ground Rod". Part 3 - Execution General Grounding Installation Ground electrical service neutral at service entrance equipment to supplementary grounding electrodes. Ground each separately derived system neutral to neatest effectively grounded building structural steel member or separate grounding electrode. Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. Make embedded or buried ground connecrions, taps and splices with exothernuc welds. Coat ground connections. Bond metallic water piping at its entrance into each building. Motor Grounding Installation Extend equipment ground bus via grounding conductor installed in motor feeder raceway. Connect to motor frame. When using nonmetallic flexible tubing install an equipment grounding conductor connected at both ends to noncurrent-carrying grounding bus. Vault and Handhole Grounding E�posed noncurrent-carrying metal parts of equipment, conductor supports or racks, conduits and other metal appurtenances, including any metal coveY and its supporting ring, shall be bonded together and connected to a common ground. The size of the grounding means shall be as prescribed in the National Electric Code. Where the grounding means is exposed, the grounding conductor shall be not smaller than #8 AWG copper. Ground Connections Above grade ground connecrions shall be exothermic weld, mechanical, or compression-type connectors; or brazing. Below grade ground connections shall be exothertnic weld. 16-10 9/27/2073 736 AM ]:\Data\REN\112-047\Technical Specs\]G Electrical.doc�c � � 2013 RH2 Engineering, Inc. !I � � � City of Renton Fall 2013 Misry Cove Lift Station Division 16 - Electrical Install all gtound connections is strict accordance with connector manufacturer's recommendations and methods. Testing � Following completion of the grounding electrode system, measure ground resistance at each ground rod using the three rod method. Submit results to engineer prior to final acceptance by the Owner. �, � � Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data of each ground rod location. See Division 16.95.4 1G.20 UTILITY SERVICE 16.21 Electrical Service Part 1— General Description of Work Work consists of installation of new 100 amp, 480-volt, 3 phase overhead service, pole- mounted transformers and service entrance equipment. Scheduling Work with the Utiliry Company The Contractor shall be fully and completely respons'ible for all scheduling and coordination � with the utility company. The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required prior to Certification of Occupancy. The Contractor shall make all necessary applications for service with the utility, and shall notify the Owner in writing of any obligations that the Owner must fulfill foY service to be started, installed, or modified. Contractor/Utility Interface Responsibilities The electrical utility providing service to these faciliries is Puget Sound Enexgy (I'SE). During design, contact was made with Customer Service Representative, Scott Brostrom, who can be contacted by telephoning 253-606-4552. The division of responsibilities stated below has been determined by coordinarion with the serving utility. The Contractor shall comply with all utility company standards and requi.tements. All utility charges for and related to the final permanent service to the facility will be paid by the Owner, directly to the utility company and shall not be included in the Contractors bid price. Contractor shall norify the Engineer/Owner of any changes to the responsibilities between the electrical utility and the Contractor as outlined in these specifications prior to submitting 16-11 ]:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:3G AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station a bid. Any change(s) in responsibilities not brought to the attention of the Engineer prior to bidding will not be cause for additional payment. The Contractor shall norify the Owner (in writin� of any obligarions or forms that the Owner is responsible to pxovide for service. The Contractor shall: 1. Provide excavarion and restoration for the installation of the proposed utility pole. 2. Install new raceway and conductors for overhead secondary service from the weather head to the proposed service entrance panel. Termuiate service conductors at the service entrance panel or switchboard. 3. Install the Service Entrance switchboard panel, Manual Transfer switch and Motor Control Centers as shown on the Plans. 4. Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown on the Plans. 5. The Contractor shall meet all the standard requirements for working in the right-of-way which includes a utility repxesentative on site dwing work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. The Utility Company will: 1. Extend proposed overhead primary power from the existing primary service connection point to the proposed utility pole. 2. Provide and install proposed primary power utility pole. Excavation and restoration for installation of proposed utility pole shall be provided by the Contractor. 3. Install new 15kV primary switch on the e�sting utility pole shown on the Plans. 4. Install new primary conductors from the primary service to the propose pole-mount transformer including all cable terminators. 5. Install new pole-mount transformer. 6. Terniinate conductors on the primary and secondary side of the transformer. 7. Install new secondary conductors from the the propose pole-mount transformer to the proposed weather head including all cable terminators. 8. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. Project Conditions Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Standards and Codes Work involving service installarion shall be done in accordance with the service utiliries standaxds and the National Electric Code. 16-12 9/27/2013 7:3G AM ]:\Data\REN\112-047\Technical Specs\16 Electrical.do� � 2013 RH2 Engincering, Inc. t � 1 City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Service equipment shall be listed and labeled by UL as "suitable fox use as service equipment". Part 2 - Products 16.21.2 Electrical Utility Meter Enclosure Manufacturers �/ Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the serving utility. Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged door. Meter shall include a metal vandal screen that can be purchased from serving utility. �� Materials � �� � � � �' � � ' �. � Contractor shall coordinate with Puget Sound Energy on the type of inetering required and shall provide all labor and material necessary to meet Puget Sound Energy requirements. 16.21.4 Circuit Breaker Service Disconnect Switch Design The switch shall be heavy duty type, shall be quick-make, quick break, and shall be horsepower rated. The switch shall have blades as required to open all ungrounded conductors. T'he disconnect shall have a minimum available fault current withstand rating of 18,000 amperes unless noted otherwise on the plans. Service equipment shall meet the requirements of the serving utiliry and shall be suitable foY use as service equipment. Service entrance disconnect shall be furnished with a UL service entrance label. Manufacturers Materials, equipment and accessories specified in this secrion for the service disconnect switch shall be products of: � Eaton (Cuder Hammer) • General Electric • Schneider Electric (Square D) • Siemens • Or approved equal Materials The switch shall be pad-lockable in both the OFF or ON position. The enclosure shall be NEMA 3R rated unless noted othenvise on the plans. The enclosure shall have interlocking cover to prevent opening door when switch is closed. The interlock shall include a defeating scheme. The enclosure shall be padlockable. 16-13 J:\Data\REN\112-047\Technical Specs\16 Electrical.doc�c 9/27/2013 73G AM � 2013 RH2 Gngineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16 16.21.6 Manual '7Cransfer Switch �� Part 1- General Design Switch shall be heavy duty safety switch, double throw type, non-fused manually opexated, NEMA 3R enclosure, 600 volt, 3 phase, 100 ampere rated. Part 2 — Products Manufacturers Materials, equipment and accessories specified in this section for the manual transfer switch shall be products of : • Eaton (Cuder Hammer) • General Electric • Schneider Electric (Square D) � Siemens • Or approved equal Part 3 - Execution Ground Electrode System The grounded conductor and ground bus shall be connected to the grounding electrode system, via the grounding electrode conductor as indicated on system one-line diagram. The system shall be as indicated in Arricle 250-66 of the National Electrical Code. See Division 16.15 for additional grounding requirements and specifications. Underground Secondary Service Install in accordance with Plans and Division 16.10. 1G.30 BASIC PANEL EQUIPMENT AND DEVICES 16.31 Operating and Indicating Devices Part 1- General Operating and indicating devices minimum rating shall be NEMA 13. Operator devices mounted in outdoor panels, corrosive areas or where exposed to moistute shall be NEMA 4X. 16-14 9/27/2013 7:36 AM J:\Data\REN\]12-047\Technical Specs\1G Electrical.doc�c � 2013 RH2 Engineering, Inc. � � � �� � �� � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Part 2 — Products 16.31.1 Digital Power Meter Manufacturers T'he digital power meter shall be Siemens Model 9330, Allen Bradley Powermonitor 3000, Eaton IQ DP-4000 or equal. Minimum Features A digital 3-phase power monitor with remote capabilities and associated sensors shall be provided as indicated on the plans. The digital power meter shall be capable of ineasuring at a minimum the following parameters: 1. Voltage (line-neutral) 2. Voltage (line-line) 3. Voltage unbalance 4. Current 5. Curxent unbalance 6. Neutral amps 7. Real power 8. Reverse and single phase detection 9. Reactive power 10. Apparent power 11. PoweY factor 12. Frequency 13. Auxiliary voltage 16.31.2 Run Time Meters Manufacturers � HECON GO series or equal. Manufactured Units Hour meter (elapsed time meters) shall be 2 inch x 1 inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or 1 alnmini7ed face. The meters shall have a 6-digit non-resettable register with the last digit indicating tenths of an hour. � 16-15 � J:\Datz\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 73G AM � 2013 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 16.31.3 Start Count Meters Manufacturers HECON GO series, Redington Mode13400-2010 or equal. Manufactured Units Start counters shall be 2 inch x 1 inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely Yesembles the panel indicating instruments if provided and shall have black trim with white or ah�mini�ed face. The meters shall have a 6-digit resettable register. 16.31.4 Indicating Lights Manufacturers Heavy-Duty, Oil-Tight Type: Eaton/Cuder-Hammer, Type 12350T; Square D Co., Type K; Allen BYadley, Type 800T; General Electric Co., Type CR 104P. Heavy-Duty, 1Y/atertight, and Corro.rion-Ke.ri.rtant Type: Eaton/Cuder-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units Indicating lights shall be NEMA type 4/4X/13, corYosion resistant, water-right, oil-right, full voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. 16.31.5 Selector Switch Manufacturers Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. Heavy-Duty, lYlatertight, and Corro.rion-Ke.ri.rtant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen BYadley, Type. 800H; General Electric Co., Type CR 104P. Manufactured Units Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch nvnimums to 1/4- inch maximum. 16.31.6 Pushbuttons Manufacturers Heavy-Duty, Oil-Tight Ty�e: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type I�; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. 16-16 9/27/2013 7:3G AM ]:\Data\R�N\I12-047\Technical Specs\16 Electrical.doc�c m 2013 RI-I2 Engineering, Inc. � � Ciry of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Heavy-Duty, IY>atertight, and Corro.rion-I�e.ri.rtant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. Manufactured Units � Pushbuttons shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10-ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. � Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated on the Plans. Special Func�cions � � Pushbutton for "emergency help" applications shall have maintained contacts and red mushroom head operators. 16.31.7 Ammeter and Voltmeter Manufacturers Voltmeter shall be a Squaxe D Series VI.T or equal Ammeter shall be a Square D Series AMP or equal. Switches shall be Square D Z-instrument cam switches or equal. Current transformers shall be Square D mode174 or equal. Manufactured Units Voltmeter and voltmeter switch, ammeter and a.mineter switch shall be provided where � shown on the Plans. Meters shall be analog type 4-inch nominal size, scaled for application. Switches shall be Square D Z instrunient cam switches, 25 amp rating. Volt meter shall read phases A,B, and C. Provide three CTs for each ammeter. � � � Special Functions Pushbutton for "emergency help" applications shall have maintained contacts and red mushroom head operators. 16.32 Panel Relays . Part 1— General General Relays shall be provided as necessary to perform switching functions required of control panels and other control citcuits as shown on the Plans and described in the technical specifications. Appropriate relay type and associated contacts shall be selected based on the application from the control wiring diagrams or the functional description. Where timing relays and control relays require additional contacts, provide auxiliary control relays properly sized for the application. All contacts and relays shall be NEMA rated and UL recognized. 16-17 � J:\Data\REN\I12-047\Technical Specs\1G Flectrical.docx 9/27/2013 7:36 AM � 2013 RH2 Engineenng, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station The electrical life expectancy for the Yelay shall be over 500,000 operations at 120V AC, 10 amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PD1�. The mechanical life expectancy for the relay shall be over 50,000,000 operations. Part 2 — Products 16.32.1 Control Relays Manufacturers Square D Class 8501, Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series; or equal Manufactured Units Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate coil voltage for the application. Relays shall be plug-in type with matching socket. All xelays shall have LED indicators to signal when the coil is energized. Relay coils shall be xated for continuous duty. 16.32.2 Analog or Digital Switching Relays Manufacturers Carlo Gavazzi Type RM1E; or equal Manufactured Units Signal circuit switching shall be accomplished with analog signal switching xelays and shall be provided to switch either 4 to 20 MA D.C. or 1 to 4V DC signals. Units shall have double- throw dry circuits in a break-before-make configurarion rated for 15VA minimum. All units shall have LED indicators to signal when the coil is energized. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. 16.32.3 Time Delay Relays Manufacturers Allen Bradley 700 Type HR IDEC GE1, RTE or GT3 Series; ox equal Manufactured Units Time delay relays shall be multi-function, multi-range with plug-in base, pin style termuiations timing and timed out LED indicatars, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable tinvng ranges, 5 amp contacts. Select coil voltage for the application. Units shall be sealed to prevent entry of contaminarion in the form of dust, dirt or moisture. Appropriate relay shall be selected based on application from the conttol wiring diagtams. Muiimum accuracy (plus or minus) shall be as follows: 16-18 9/27/2013 7:3G AM J:\Data\REN\ll2-047\Technical Specs\]G Electrical.doc�c � 2013 RH2 Fngineering, Inc. � � Ciry of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical 1. Repeat accuracy -'/a-percent. � 2. Tunulg change over fizll voltage range -'/z-percent change over full tempeYature range. 3. Scale tolexance — 5-percent. � 16.32.4 Timing Re1ay � � Manufacturers Allen Bxadley 700 Type HR IDEC GE1, RTE or GT3 Series; or equal Manufactured Units Tinvng relays shall be machine tool industrial relay with solid-state timer and external adjustment dial. Range shall be 0 to 120 seconds unless indicated otherwise on the Plans. � Relay shall include an LED indictor and instantaneous and time-delay contacts rated at 10 amps, meeting NEMA A600 designation. Timiiig relays shall be "on delay" or "off delay" as � indicated on the Plans. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. Appropriate relay shall be selected based on application from the control wiruig diagxams. Minimum accutacy (plus or minus) shall be as follows: � � 1. Repeat accuracy - '/2-percent. 2. Timing change over full voltage range -'/2-percent change over full temperature range. 3. Scale tolerance — 5-percent. 16.32.5 Phase Fail Relay (PFR) General Motor Control Centers (MCC) and Motor Control Panels shall be provided with phase fail relays wired as indicated on the Plans for shutdown of three-phase motors and/or remote �j indication of incorrect voltage conditions. � � � � Manufacturers Units shall be Square D 8501 or Allen Bradley 700-N or equal. Manufactured Units A UL listed 3-phase power fail relay shall interrupt the control power in the event of phase loss, phase reversal, undervoltage and phase unbalance. It shall have primary fuse protection. Contacts shall be rated for 15A resisrive at 120 VAC. The _� -��}-�as� powex fail relay shall automatically reset when proper power is re-applied. Phase Fail Relays shall be Square D Class 8430 type MPD or equal. Installation Provide an interposing relay to provide a N.O. contact for each motor control circuit to serve as a shutdown contact, one (1) spaYe N.O. contact, and one (1) spare N.C. contact. 16-19 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 736 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misry Cove Lift Station Control relays for use with phase fail relays shall be heavy duty, industrial type with field convertible contacts. Unit shall be able to operate up to eight (8) contacts per relay. Part 3 — Execution Installation Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other ala.rm points. Time delay relays for these functions may not be shown on the plans; however, provide as Yequired on all circuits. Provide addirional form C contacts over and above the number indicated on the Plans for all relays provided. 120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous interchange of relay voltages. Provide DIN mounted or panel mounted type depending on applicarion. 16.35 Control Panel Accessories 16.35.1 Terminal Blocks Part 2 — Products Manufactured Units Terminal blocks shall be one-piece, molded, plastic blocks with screw-type tertnulals and barriers rated for 300 volts. Ternvnals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protecrion cover removed. Part 3 — Execution Installation All wires between panel-mounted equipment and other equipment shall be terminated at ternvnal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre- insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their ternzuial block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. 16.35.2 Nameplates Part 2 — Products Manufactured Units Standard nameplates shall be made of 1/16-inch thick machine engraved laminated phenolic having black letters not less than 3/16-inch high on white backgYound. 1-inch high lettering shall be used for the large nameplates required for the control panels and motor control centers. 16-20 9/27/2013 7:36 AM ):\Data\RI;N\]]2-047\Technical Specs\]6 Llectrical.dooc � 2013 RH2 Engineering, Inc. � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical � Part 3 — Execution Installation Nameplates .shall be provided on all electrical devices including but not limited to motor control equipment, MCC cubicles, control stations, junction boxes, panels, motors, � instruments, switches, indicating lights, meters, and all electrical equipment enclosures. Each motor control center compartment and control panel shall have a nameplate designated the equipment and its identifying number and size or rating. Data shall be as shown on the Plans and reviewed via the submittal process. Nameplates shall have name, number and/or function as is applicable for clear identification. � Provide one large nameplate for each motor control center and/or control panel identifying � the equipment as indicated on the Plans. Nameplates on steel panels shall be secured with stainless steel drive screws. Where it is proposed that nameplates will be secured with pressure sensirive tape or bonding cement, the process and samples shall be submitted to the Engineer for acceptance. Nameplates shall be provided for identifying all operator interface (lights, switches, etc.) and other devices that are located outside or inside the panels. Nameplates shall be provided for identifying all relays and devices that are located inside the panels. Special Functions Provide warning nameplates on all panels and equipment, which contain multiple power sources. Lettering shall be white on red backgxound. 16.36.1 Surge Protection Device (SPD) Part 2 — Products `, General The SPD shall be compatible with the electrical system voltage, cuYYent, system configutation and intended applications. Manufacturers The Service Track series SPD shall be manufactured by Joslyn or a pre-approved equal. Approved manufacturers are as follows: 1. Joslyn Service Track series 2. Innovative Technology Protector series Manufactured Units � Protect the electrical service with a SPD device as shown on the Plans. The SPD shall be mounted in the pump station and connected with the shortest conductors possible. The � SPD shall meet the following: � 16-21 � J:\Data\REN\112-047\Technical Specs\1G Flectrical.docx 9/27/2013 7:3G AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 1. Provide surge current withstand up to 160 kA per phase. 2. Short circuit current rating of 200 kAIC. 3. A ten-year free replacement warranty. 4. Enhanced UL 1283 Transient Tracking Filtex. 5. Status indicator lights for each phase and one service LED. 1G.40 LOW VOLTAGE MOTOR CONTROL EQU�PMENT 16.41.1 Motor Control Center Part 1- General Description of Work The electrical contractor shall furnish and install the motor control center including all related equipment as shown on the Plans and specified herein. Related Sections Signage Di�rision 10.14.8 Basic Panel Equipment and Devices 16.30 Standard Motor Starter Division 16.41.2 References The equipment shall be constructed to meet or exceed the requirements within NEMA ICS3-322 and UL845 for motor control centers. Each MCC section shall bear the UL label. Coordination The supplier of the motor control center shall equip the assembly with all appurtenances and accessories (including but not limited to control relays, control contacts, control wiring and terminal strips) as required for interface with the mechanical equipment and motor to provide a totally integtated and operable system. Design Requirements This equipment shall consist of a line-up of standard design, free-standing sheet metal sections, assembled and pre-wired for motor control and power distribution as shown on the Plans. This equipment shall be designed as to pernut future additions of vertical sections and interchanging of units by users. Include provisions for supervisory control equipment as specified elsewhere. Each unit shall be completely prewired with all control wiring numbered and terminated on terminal strips. No terminal strips are required for the load wiring. Auxiliary components such as HOA selector switches, indicating lights and other indicating and/or recording devices shall be mounted on the compartment door or cover. All control power leads into and out of each unit shall pass through a ganged knife blade control power disconnect switch. The control power disconnect shall be identified as such. 16-22 9/27/2073 7:36 AM J:\Data\REN\112-047\Technical Specs\1G Electrical.dooc � m 2013 RH2 Engineering, Inc. � � � � i �. � � �J City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical The equipment enclosuxe shall be NEMA Type 1A with gasketing unless noted otherwise on the Plans. Gasketing shall be closed cell neoprene material. The MCC shall be NEMA Class II, Type B construction. The MCC shall be rated as shown on the Plans with a minimum available fault current withstand rating of 42,000 amperes without a neutral conductor in the MCC. Submittals Provide submittals for all components. Part 2 — Products Manufacturers During design, Siemens Motor Control Center equipment was used for sizing. MCC manufacturer shall be Siemens or equal. Finishes Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. Components COMMUNICATIONS All power monitoring equipment and motor operating equipment including overload units, SSRVS and VFD's shall communicate with the telemetry system via an Ethernet/IP networking system. All Ethernet/IP connected devices shall have an add-on profile available for integration into SCADA software. VERTICAL SECTIONS Each vertical secrion shall be approxirriately 90 inches high and 20 inches deep. Vertical � sections shall have internal base mounting angles at the bottom and external lifting angles at the top running continuously within each shipping block. � �. �, To minimi�e the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. INCOMING LINE COMPARTMENTS Incoming line/lug compartment shall be bottom entry unless noted othenvise on the Plans. The size and quanrity of incoming cables shall be as shown on the Plans. BUS The main horizontal bus shall be as indicated on the Plans. Horizontal bus bars shall be � located at the top of the MCC. All power bussing shall be braced to withstand a fault current of 42,000 RMS symmetrical amperes unless othenvise noted on the Plans. ��, � � � Bus supports shall be fabricated from high strength, glass-filled polyester resin. The horizontal bus shall be tin plated copper with a conducrivity rating of 100 percent AICS. "I'he horizontal bus bars shall be fully sized to carry 100 percent of the rated current the entixe length of the MCC. The entire horizontal bus assembly shall be located behind the 16-23 ]:\Data\REN\112-047\Technical Specs\16 Electrical.doac 9/27/2013 73G AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station top horizontal wireway. Horizontal bus bars located behind usable unit space are not acceptable. The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. The vertical bussing shall be rated 300 amperes respectively. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AICS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature.. UNIT DISCONNECT OPERATOR MECHANISM A door-mounted operator mechanism shall be provided for operating all feeder breakers provided with the MCC. The opeYator shall extend through an opening in the unit door and shall clearly indicate whether the disconnect is `on', `off ' or `tripped'. With the disconnect in the `ON' position, a mechanical interlock shall prevent opening of the unit door. This interlock shall be provided with a defeater so that authorized personnel may gain access to the compartment without interrupting service. The operator mechanism design shall allow padlocking the disconnect in the `OFF' position with up to four padlocks. WIREWAYS Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 inches high. To prevent damage to cable insulation, the wireway opening between secrions shall have rounded corners and the edges shall be rolled back. A full height, verrical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical wireway wall shall separate the units from the verrical wireway, and remain intact even when the units are removed. OPERATOR INTERFACE DEVICES AND CONTROL RELAYS This section covers all components required in a motor control center that require operator interface devices and control relays. Nameplates shall be provided for each control component. The nameplate shall be phenolic, black background with white lettering. See Division 16.30 Basic Fquipment and Devices UNITS After insertion, each plug-in unit shall be held in place by a latch that is located at the front of the unit. Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from the unit disconnecting means to the plug-in stables shall be routed into this molding such that the wiring is not being exposed at the rear of the unit. 16-24 9/27/2013 7:3G AM ]:\Data\RBN\712-047\Technical Specs\]6 Flectrical.doc�c � 2013 RH2 �ngineering, Inc. r� �. ' � � � L� � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Size 1 through Size 5 non-reversing starteYs shall be plug-in units. The unit door shall be fastened to the stationary structure (not the unit itsel�, so that the door can be closed when the unit has been removed. The door shall be hinged on the left- hand side so that it opens away from the vertical witeway. The operatar handle of all units shall be interlocked with the MCC frame, so that a unit insert cannot be withdrawn or inserted when the operator is in the ON position. Position of operating handle shall indicate ON, OFF, or tripped condition. Handle shall provide provisions for padlocking in the OFF position. Interlock provision shall prevent unauthorized opening or closing of the door with the disconnect in the ON position. Circuit breaker type starter units shall have a short circuit rating greater than the available fault current listed in the General Secrion, and shall be motor circuit protectors (MCP) with magnetic only trip. Feeder breakexs shall be molded case breakers with thermal magnetic trip and have a short circuit rating gteater than the available fault current listed in the GeneYal Section. An auxiliary contact shall be provided on the disconnect for purposes of isolating the external source of control voltage. One control circuit fuse shall be provided. Control circuit transformer (CC'I� shall be mounted within the unit. CCT shall be � individually protected, and provide the following excess capacity, in addirion to that required by the starter coil: Size 1— extra 40VA, Size 2— extra 40VA, Size 3— extra 125VA, Size 4— extra 180VA, Size 5— extra 200 VA. �. � �, � �. �' � POWER MONITORING See Division 16.31.1 SURGE PROTECTION DEVICE (SPD) See Division 16.36.1 TRANSFORMERS Lighting transformers to be installed in this equipment shall be Class H insulation type for 80 degree C rise. Provide transformer with ratings as shown on the Plans. Transformer shall be compatible with the environment in which it will be located and provided with properly-rated taps. LOAD CENTER PANELS Load Center panels shall be provided with a rating at the proper voltage and current for intended use with tin-plated coppeY bus bars. Panels shall have 100 percent neutral, with equipment ground bar unless noted otherwise. Panels shall be deadfront. The panelboard shall have the number of available single pole breaker spaces as shown on the Plans or a minimum of 18 spaces when a number is not indicated on the Plans. WheYe noted in the panel schedule on the Plans provide spare breakers, complete for future connection of wiring circuits. Where "Space Only" is indicated for breakers, provide all bussing and breaker mounting hardware. The following intexrupting capacity shall be considered minimum for the circuit breakers provided. Other ratings shall be as specified on the Plans. 16-25 J:\Data\REN\712-047\1'echnical Specs\1G Electrical.docx 9/27/2013 73G AM � 2013 RH2 En�neering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station Part 2 - Products Manufacturers Fuses shall be Bussman, Gould Shawmut, Littlefuse, Reliance, or equal. Materials Fuses in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. In-line or integrally- mounted fuse clips shall be provided on all control power or low-voltage transformers. 16.55.16 Molded Case Circuit Breakers Part 1- General Design Requirements Breakers shall have the interrupting xating and trip rating indicated on the Plans. All breakers shall be calibrated for operarion in an ambient temperature of 40° C. Part 2 - Products Manufactured Units Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indicarion independent of the ON or OFF positions. 16.55.17 Instantaneous Magnetic Trip Breakers Part 1- General Design Requirements The magnetic trips shall be adjustable and accessible from the front of all these breakers. Part 2 - Products Manufactured Units Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short ciYcuit protecrion. � 16.55.18 Disconnect Switches Part 1- General Design Requirements 16-28 9/27/2013 73G t1M J:\Data\REN\] 12-047\Tcchnical Specs\76 Electrical.docx � 2013 RH2 Engineering, Inc. � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Furnish and install disconnect switches confortning to NEMA KS 1, type HD, sized for the ' ampere and voltage as shown on the plans and as required by the National Electrical Code and nameplate requirements of the equipment served. � � � � Part 2 - Products Manufactured Units The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be provided as indicated on the Plans. Part 3 — Execution Installation Provide additional disconnects if required by Code. 1G.60 CONDUCTORS 16.61 Low Voltage Wire and Cable Part 1- General Design Requirements This section is for power and control conductors for 600 volts or less. � All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. Part 2 - Products � r Materials CONDUCTORS 1. Stranded copper wire shall be 600 volt Type THW, THWN, or THHW, Class B stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation shall not be allowed. Alunvnum conductors shall not be allowed. 2. Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG and larger. Aluminum conductors shall not be allowed. 3. Variable Frequency Drive (VFD) Cable shall be 600 volt type TC-ER, fle�ble, sizes #12 AWG to #4/0 AWG. SPLICES � 1. For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. � 2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. � 16-29 � J:\Data\REN\112-047\Technical Specs\1G Electrical.docsc 9/27/2013 736 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. 4. All Equipment: Epo�y splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. TERMINATIONS 1. Crimp type ternunals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. 2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set scxew does not bear direcdy on the conductor. 3. Wire Markexs shall be plastic sleeve type. Wire numbers shall be permanendy imprinted on the matkers. Components Provide the following conductors for the following applications. 1. Solid Copper, sizes #12 and #10 AlX/G: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. 2. Stranded Copper, size #14 AWG and larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. 3. Stranded Copper, sizes #12 AWG and larger: As shown on the plans for motors and other power circuits. 4. F�ture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. Location (Installment) Schedule Provide the following conductors for the following applications 1. Use stranded copper conductors for all power and control circuits unless noted otherwise on plans or below. Size as noted on the plans. 2. Contractor may use solid copper conductors for lighting and receptacle circuits using screw-type termuials. Size as noted on the plans. 3. Use VFD Cable for all motor and equipment powered by a Variable Frequency Drive. Size #14 AWG wire or smaller shall not be allowed on power circuits. Finishes Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white fox neutrals and green for grounding conductors. An isolated ground conductor shall be idenrified with an orange tracer in the green body. Ungrounded conductox colors shall be as follows: . 120/208 Volt, 3 Phase: Red, black and blue. 16-30 9/27/20]3 7:3G AM J:\Data\R�N\ll2-047\Technical Specs\]G Electrical.doo� � � 2013 RH2 Engineering Inc. � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical • 277/480 Volt, 3 Phase: Yellow, brown and orange. • 120/240 Volt, 1 Phase: Red and black. Part 3 — Execution Installation CONDUCTOR SPLICES 1. Splices: Install all conductors without splices unless necessary for installation, as determuied by the Engineer. Splices when permitted and texminarions shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: 2. Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be � watertight. Make splices in low voltage cables using epo�ry xesin splicing kits rated for application up to 600 volts. L� '�, �- CONDUCTOR IDENTIFICATION 1. Except fox interior lighting and receptacle circuits, identify each wire ox cable at each terminarion and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboaxd circuits using the panelboard identificarion and circuit nuxnber. Identify motor control circuits using the equipment identification number assigned to the control nnit by the motor control center manufacturer and the motor control unit terminal number. Idenrify other circuits as shown in the circuit schedule as favorably by the Engineer. 2. Conductors between terminals of different numbers shall have both texmuial numbers shown at each conductor end. The termuzal number closest to the end of the wire shall be the same as the terminal numbex. Testing � Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over '%a horsepower, test cables pex NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. � � ,� � 16.63 Signal Cable Part 2 - Products Materials TWISTED SHIELDED PAIRS �'TSP� Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch ox shorter lay, with 100 percent foil shielding and 16-31 J:\Data\REN\712-047\Technical Specs\1G Electrical.docx 9/27/2013 73G AM � 2013 RH2 Engineering, Inc. Fall 2013 Ciry of Renton Division 16 - Electrical Misty Cove Lift Station tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 90°C and for operation at 600 volts. MULTIPLE �TWISTED) SHIELDED PAIR (MSP) CABLES Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the number of pai.ts shown on tl�e Plans of #20 AWG, 7-strand coppeY conductots per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and rinned copper drain wires. The MSP cable itself shall have, in addition, an overall foil shield, tinned copper drain wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs, 60 mils fox 10 to 16 pairs, and 70 mils for 18 or more pairs. The insularion system shall be rated at 90° C and for operation at 600 volts. SPECIAL CABLES Use only coaxial cable recommended for specific applications such as radio antenna systems and computer networks as required by the manufacture or system supplier. Special cables such as tria�al (coax), twui-axial and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufactuter or suppler. Deviations must be favorably reviewed by the Engineer. Part 3 - Execution Installation CABLE INSTALLATION Cables shall be continuous from initiarion to termination without splices except whexe specifically indicated. Cable shielding shall be gtounded at one end of the cable only. Bonding shall be to a single gtound point only. Bonding from cable to cable in multiple run installations shall not be permitted. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. CONDUCTOR SPLICES Splices: Install all conductors without splices unless necessary for installation, as deternvned by the Engineer. Splices when pernutted and terininations shall be in accordance with the splice or ternvnation kit manufactureY's instructions. Splice or ternzinate wire and cable as follows: Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epo�ry resin splicing kits rated fox application up to 600 volts. No splicing is acceptable for coa�al cables. CONDUCTOR IDENTIFICATION 16-32 9/27/2013 73G AM J:\Data\RLN\] 12-047\Tcchnical Specs\IG Llcctrical.docx �O 2013 RI-I2 Engineering, Inc. � i � ��. � �� � � � � � �� Ciry of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Except for interior lighting and receptacle circuits, identify each wire oY cable at each terminarion and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically diffexent conductor shall be uniquely numbexed. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification nutnber assigned to the control unit by the motor control center manufacturer and the motor control unit termuial number. Identify other circuits as shown in the circuit schedule as deternvned by the Engineer. Conductoxs between terminals of different numbers shall have both terminal numbers shown at each conductor end. The tertninal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. 16.70 RACEWAYS, BOXES AND FITTINGS 16.71 Raceways Part 1— General Design Requirements Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. Part 2 — Products Components CONDUIT AND FITTINGS 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.0 . 2. PVC Coated Rigid Steel Conduit(PVGGRS): PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. 3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC-40) or 80(PVC-80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and W resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 16-33 ]:\Data\RFN\112-047\Technical Specs\1G Electrical.doc�c � 2013 RH2 Engineering, Inc. 9/27/2013 7:3G AM Fall 2013 Ciry of Renton Division 16 - Electrical Misty Cove Lift Station 4. Fle�ble Metal Conduit(Flex-LT�: Fle�ble conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a fle�ble watertight raceway. Fle�ble conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 5. Electrical Metallic Tubing (EMT�: EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight, insulated throat, compression type. CONDUIT & CABLE SUPPORTS 1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe sttaps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epo�ry coated clamps or PVC conduit wall hangers. 2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless othenvise specified, hanger rods shall be '/a-inch all-thread rod and shall meet AST1�2 A193. Hanger rods in corrosive areas and those exposed to weather or moistute shall be stainless steel. CONDUIT SFALANTS 1. Moisture Barrier Types: Sealant shall be a non-to�c, non-shruik, non=hardening, putty type hand applied material providing an effective barrier under submerged conditions. 2. Fire Retardant Types: Fire stop material shall be a reusable, non-to�c, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable fox the type and size of penetrarion. Part 3 - Installation Raceway Applications 1. Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below oY on the Plans. 2. ABOVE GRADE CONDUITS (non-coxrosive areas) shall be: A. GRS for power and control wiring. B. GRS for instrumentarion and telecommunications wiring. C. EMT for above-grade lighting circuits. 3. ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be: A. PVC-GRS for power and control wi_ring. B. PVGGRS for instrumentation and telecommunicarions wiYuig. 4. CONCEALED ABOVE GRADE CONDUITS shall be: A. GRS for all wire and cable types in wood stud frame walls. 16-34 9/27/2073 736 AM J:\Data\R�N\112-047\Technical Specs\lG Electrical.docr. m 2013 RI-I2 }?ngineering, Inc. � ll � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical B. PVC-40 for power and control wiring in concrete block or brick walls. C. PVC-40 for instrumentation and telecommunicarions wiring in CMU ox brick walls. 5. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be: A. Liquidtight flexible metallic conduit for indoor, non-corrosive areas and all motor leads from VFD's. � B. Connection to equipment outdoors or in corrosive areas shall be with non- metallic liquidtight flexible conduit (except for motor leads from VFD's shall be fle�ble metallic.) Installation 1. All conduits shall be concealed in the floor, walls, ceiling slab or beneath the floor slab. � Surface mounted conduit will not be accepted unless noted othenvise on the construction plans. � �� �� � � � � � � � 2. Size of Raceways: A. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance with NFPA 70. B. Unless specifically indicated otherwise, the minimum raceway size shall be: 1) Conduit: 3/a inch 2) Wireway: 4 inch x 4 inch � 3. All raceways shall contain a separate grounding conductor. 4. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 5. Conduit routing is shown diagrammaric on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. 6. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. 7. Conduit shall not be routed on exterior of structures except as specifically indicated on the plans. 8. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. , 9. Securely fasten raceways at intervals and locations required by N.E.C., or the type of raceway employed. 10. Provide all required openings in walls, floors and ceilings for conduit penetration. A. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. B. New Construcrion: Avoid cutting openings, where possible, by setting sleeves or frames in masonry and concrete, and by requesting openings in advance. 16-35 J:\Data\RFN\ll2-047\Technical Specs\1G Electrical.doc�c 9/27/2013 7:3G AM � 2013 RH2 Engineering, Inc. Fall 2013 Ciry of Renton Division 16 - Electrical Misty Cove Lift Station C. Existing Construction: Core drill openings in masonry and concrete. Avoid structural members and rebar. 11. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plasric conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. 12. Analog signal conduits shall be separated from power or control conduits. The separation shall be a muumum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. 13. Install explosion-proof seal-offs in hazardous areas shown on the Plans as required by the N.E.C. 14. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. 1G.72 BoxEs �vn ENCLosuxEs 16.72.2 Outlet and Junction Boxes Part 1— General Design Requirements In corxosive areas, all junction boxes shall be NEMA 4X. Oulet boxes and switch boxes shall be designed for mounting flush wiring devices. Oudet boxes shall not be less than 4" square and 1'/a" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. Part 2 — Products Materials Use cast boxes with threaded hubs fox all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, coruiectors, and number of wires present in the box. Boxes shall be readily accessible. Cast box bodies and cover shall be cast or malleable iron with a minimutn wall thickness of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass ox bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-G586C and UL 514. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized fuush conforniing to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. 16-36 9/27/2013 7:36 AM J:\Data\R�N\172-047\Technical Specs\]6 Electrical.doc� � 2013 RH2 Engineering, Inc. �� ' � �' LJ �� � �� � �� � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of 1/8". Finishes Where only cast aluminum is available for certain types of fixture boxes, an epo�cy fuush shall be provided. 16.72.3 Watertight Enclosures Part 2 — Products Manufacturers T'he watertight enclosure shall be equal to Hoffman. Materials Watertight enclosures for vault electrical oudets shall be .molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrarions shall be sealed watertight. Part 3 — Execution Installation An epoxy plug shall be installed in the conduit to prevent the migration of water into the conduit. The enclosure shall be NEMA rated and installed per all applicable codes. 16.72.4 Pu11 Boxes and Vaults Part 2 — Products Manufacturers Pull boxes and vaults shall be Utility Vault Co., or approved equal unless specified otherwise on the Plans. Materials The lids to all pull boxes and vaults shall be permanently marked for its intended use, "signal" for all signal and instrumentation handholes and "Electrical" for all power handholes. Letter shall be a minimum of 3-inches high. Part 3 — Execution Installation Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagur�i sealing compound. Where conduits enter through sides of � handholes, the penetrarion shall be made watertight. � �� � Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90 degree bend. 16-37 J:\Data\REN\112-047\Technical Specs\1G Electrical.docx 9/27/2073 7:3G AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misry Cove Lift Station 1G.75 WIRING DEVICES 16.75.1 Common Work for Wiring Devices Part 3 - Execution Installation WIRING DEVICES Position of Outlets: All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device oudets shall be set plumb and shall extend flush to the fuiished surface of the wall, ceiling or floox without projecting beyond the same. Unless otherwise noted, wall mounted outlet devices shall geneYally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boaxds. Switches shall be 48 inches above the finished floor unless otherwise noted. INSTALLATION OF W.ALL PLATES Interior Dry Locations: Install plates so that all four edges axe in continuous contact with the fuushed wall surfaces. Plaster filled will not be perniitted. Do not use oversize plates oY sectional plates. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain right weatherpxoof installarion. Cover type shall match box type. Testing Aftex installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity, reversed polarity, and/or open neutral condition. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 nvlliamperes of curxent, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. Submit results of all field testing to the Engineer for review. 16.75.2 Receptacles Part 1— General Design Requirements Receptacles shall be heavy dury, high abuse, grounding type conformuig to NEMA configurations, NEMA WD 1 and UL 514 Standards. 16-38 9/27/20]3 7:36 AM J:\Data\REN\]12-047\Technical Specs\1G Flectrical.docx � 2013 RI-I2 Engineering, Inc. � ' � � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Part 2 — Products Materials SINGLE AND DUPLEX RECEPTACLES: • Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. • Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5- � 20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. GFI RECEPTACLES: • Device shall be rated 20 amp, 2-pole, 3-wire, 120 volt, conformuig to NEMA WD1.10 �configuration. Device shall have a test and reset push buttons. GFI device shall be � Hubbell 5362 or equal. � � � �� , �' �� � � � SURFACE MULTIPLE OUTLET ASSEMBLIES: • Units shall have outlets on center-to-center spacing as shown on the Plans. Assembly shall conform to Article 353 of the N.E.C. 16.75.3 Line Voltage Switches Part 2 — Products Manufacturers Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or equal. Materials Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall be flush mounted, self grounding, quiet operating toggle devices. Handle color shall be brown in industrial axeas and white or ivory in office or laboratory areas. Units shall conform to Federal Specificarions W-S-896 D and E, UL 20, and NEMA WD1 standards. 16.75.4 HOA Lighting Switches Part 2 — Products Manufacturers Bryant No. 4925 or equal. Materials HOA Switch (Lightin�: Switches shall be rated 20 amps at 120 volts AC, three-position toggle, positive action with "centex-offl' maintained contact, double pole. 16-39 J:\Data\REN\112-047\Technical Specs\1G �lectrical.doac 9/27/2013 73G AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 16.75.5 Plates Part 1— General Design Requirements Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome fuush. Device plates in corxosive or outdoor areas shall be cortosion-resistant/marine-duty type with weather protective double doors. Device plates for explosion-proof equipment shall be factory provided with the equipment. Part 2 — Products Manufacturers As manufactured by Crouse-Hinds, Appleton, or equal. Components Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. 1G.85 LIGHTING 16.85.1 Common Work for Lighting Fixtures Part 1- General Design Requirements F�tures shall �be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL appxoved and so labeled. Provide suitable supports and mountings. Part 2 — Products Manufacturers As shown on Plans. Equals will be accepted. 16.85.2 Lamps Part 1- General Design Requirements Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the plans for the ordering information on .lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. 16-40 9/27/2013 7:3G AM ]:\Data\REN\112-047\Technical Specs\16 Electrical.doo: � 2013 RH2 �ngineering, Inc. , , ' � � , � City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Lamps shall be provided fot all lighting fixtures. Warranty Lamps that fail witivn 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. Part 2 — Products Manufacturers Approved manufacturexs are Westinghouse, Sylvania, and G.E. 16.85.3 Fixtures Part 1- General Design Requirements F�tures shall be of the types, wattages and voltages shown on the Plans, comply with UL , 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. � , ' � , �l ' � ' CJ 16.85.4 Ballast Part 1- General Design Requirements Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the UL label. Ballast shall be General Electric Ma�-Miser II, Advance Mark II ox equal. Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0° F at 90% of the nominal line voltage. All locations, other than totally enclosed rooms, shall be considered exterior. Warranry Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. 1G.95 TESTING 16.95.1 Common Work for Testing Part 1- General Submittals Test reports shall be submitted to the Engineer prior to ftnal acceptance in accordance with- Division 1.33 of these specifications. Scheduling and Coordination The Contractor shall inform the Engineer in advance of testing in accordance with the requirements listed in Division 1 of these specifications. 16-41 � J:\Data\REN\ll2-047\Technical Specs\1G Electrical.doac 9/27/2013 7:3G AM 0 2013 RI-I2 Eng�neering Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is pYoperly cleaned up; all patching and painting deemed necessary propetly completed; and all systems, equipment and controls are functioning as intended. Part 2 - Products Source Quality Control Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. Part 3 — Execution Site Testing • Test all circuits foY continuity, freedom fYom ground, and proper operation during progress of the work. • Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. • Electric Motors: Perfoxm voltage, curYent and resistance tests on all motors '/a horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500 volt megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not e�st. • Conduct special test as required for service and/or system ground. Arc Flash Study, Protection Device Coordination and Short Circuit Analysis Provide the services of a recognized independent testing laboratory or coordination analysis consultant for the proper system coordination of the protective devices furnished on this project. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. The protective device on the line side closest to the fault or abnormal condirions shall isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. Provide an Arc Flash Hazard Study for the electrical distriburion system shown on the Plans. The intent of the Arc Flash Hazard Study is to determiue hazards that e�st at each major piece of electrical equipment shown on the one line diagrams. This includes switchgear, switchboards, panelboards, motor control centers, generators, transfer switches, and transformers. 'I'he study will include creation of Arc Flash Hazard Warning Labels listing all items as required in NFPA 70E-2009. . These labels serve as a guide to assist technicians and 16-42 9/27/2013 7:3G AM J:\Data\REN\112-047\Technical Specs\]G Electrical.docx � 2013 RI-I2 Engineering, Inc. i ' City of Renton Fall 2013 Misry Cove Lift Station Division 16 - Electrical othets in the selection of proper Personal Protective Equipment when working around � exposed and energized conductors. The electrical contractor will install the labels. The arc flash hazard study shall consider all operating scenarios during normal conditions alternate opexarions, emergency power conditions, and any other operations, which could xesult in � ma�muxn arc flash hazard. The label shall list the maximum incidental energy calculated and the Scenario number and description on the label. ' � i � , , , , , ' ' , i� ' Submit the analy.ri.r that .rhall include arc fla.rh, impedance, and .rhort circuit calculation.r, li.rt of any a.crumption.r made and the analy.ri.r, the recommended .retting.r of the protective device.r, and the y.rtem time/curr�nt characteri.rtic curue.r. The submittal.rhall be completed and .rubmitted in conjunction �vith the circuit breaker .rubmittal to allo2v time for review and re-.rubmittal, if nece.r.rary, before the implementation of final.retting.r and adju.rtment.r by the te.rting laboratory. Field Quality Control • General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. • Operarional Tests: Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and a.re ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate sarisfactory interfacing with the data acquisition and alarm systems. 16-43 � J:\Data\REN\112-047\Technical Specs\1G Electrical.docx 9/27/2013 7:3G AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 16.95.4 Ground Electrode Resistance Test Report - Ground Electrode Resistance Test Re ` ort PRO ECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: 16-44 9/27/2013 73G AM J:\Data\REN\112-047\Technical Specs\1G Glectrical.docx � � 2013 RH2 Engincering, Inc. � � Division 17 Automatic Control 1 1 i �� ' 17�.0 GENERAL This division covers that woxk necessary for installing a remote telemetry unit (RTL� required for this project. Items not covered sliall be suitable for their particular application. The City of Renton owns and operates an existing radio based telemetry system that monitors and controls their sewage lift stations. 17.05 Remote Communications Devices Part 1- General Communications Antenna The Contractor shall reuse the existing Yagi anterma at the lift station site compatible with , the City of Renton's telemetry system. Contractor shall provide bulkhead mounted lightning pxotection for the antenna. The poly phaser shall be mounted to the top of the telemetry , panel. The Contractor (professional installer) shall install a mast and other apparatus required to assemble a complete, operable, and reliable ftxed data communication system. The City's ' System Integrator shall setup the radio for communications. The radio will be provided with the RTU. The antenna mast will be provided by the Contractor. , ' ' � ' � ' , ' Antenna Cable Cable and connectors shall be industry standard, shielded and shall be provided to connect all peripherals and equipment. Radio Radio will be provided in the RTU. Part 2 - Products Antenna Manufacturer The antenna shall be 450-470 MHz, 10 dB gain, Dataradio antenna kit, model no. 250-0241- 510 or equal. Antenna Cable Manufacturer The antenna cable shall be Dataradio LMR-400 cable or equal with significant length to reach the RTU. 17-1 ]:\Da[a\REN\] 12-047\Technical Specs\17 Automaac Control.doc�c 9/27/2013 7:3G AM m 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 17 — Automatic Control Misty Cove Lift Station 17.10 Installation of Equipment by Others Part 3 - Execution Installation of City of Renton Provided Telemetry Panel (RTU) Description This section specifies the installation of a wall mounted RTU inside the proposed electrical building at the proposed Sewer Lift Station. Coordination The City of Renton will be responsible for furnishing the RTU as shown on the Plans. The electrical contractor shall be responsible for installing the RTU and interconnecting the RTU to all related equipment as shown on the Plans. The Contractor shall be responsible for futnishing and installing the antenna on the e�sting mast as shown on the Plans. Copies of the telemetry panel shop drawings are provided as part of the Contract documents in Appendix A for use by the electrical contractor during the construcrion of the conduit and gtouncling system. Delivery The Contractor shall pick up the RTU from the City of Renton Shops. Contractor shall coordinate with City of Renton on pick up schedule. Contractor shall provide all equipment necessary for loading and unloading the RTU at the project site. City of Renton Shops 3555 NE Second Street Renton, WA 98056 (425) 430-7400 Installation The RTU and antenna mast shall be installed in accordance with the installation of the drawings and City System Integtator's instructions. Workers who are skilled and experienced in the installation of telemetry equipment shall perform installarion. The City's System Integrator will perform all work at the Master Telemetty Unit to establish a functioning telemetry system. Testing Testing and inspection of the RTU shall include all components. All components of the RTU shall be interconnected to the field devices and powered with rated incoming voltage. The Contractor shall verify that all interconnections and work completed by them is functioning properly. After complerion of the initial testing, the City of Renton will conduct subsequent testing to verify that all connections and work completed by the Contractor was performed correctly. 17-2 9/27/2013 7:3G AM ]:\Data\REN\112-047\Teehnical Specs\17 Automatic Control.doex � 2013 RH2 Fngineering, Inc. , � � 1 � � � � , LJ � ' � � lJ � 1 ' ' Division 18 Measurement and Payment 18.0 GENE�. It is the intention of these specifications that performance of work under bid items shall result in complete construction, in propex operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor s bid price. T'he City will NOT pay any materials on hand until the materials are delivered and installed on the project site. The only exception to this rule is for the MCC and the pumps. The city will pay up to 100-percent of the invoice cost for the MCC and the pumps delivered to a secured storage area approved by the owner. BID ITEM 1v0. 1- MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP Lump sum price covers complete cost of furnishing, installing and testing, complete and in- place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction, move all personnel and equipment off site after contract completion, cleanup site prior to final acceptance; strip parking lot lines disturbed during construction; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No moxe than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. BID ITEM NO. 2- TEMPORARY EROSION AND SEDIMENTATION. CONTROL Lump sum price shown shall cover the complete cost of providing all temporary erosion and sedimentation control relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: silt fence, temporary trenching, temporary mulching, plastic sheeting, hydroseeding of all disturbed ateas following construcrion, construction sedimentarion control ponds and/or tanks; control of water; silt- filtration bags (Dirtbags) for dewatering water, temporary perforated-pipe flow dispersion pipelines, restoration of damage caused by storm events and all other work necessary for a complete installation of all temporary sedimentation and erosion control facilities. Payment shall be lump sum, based on percentage of completion. BID ITEM NO. 3- TRAFFIC CONTROL Measurement for traffic control work will be based on the percentage of total work complete, by dollar value, at the time of ineasurement. The lump sum price shown shall cover the complete cost of providing all labor (e.g. flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified Traffic Control Supervisor (TCS), certified flaggers, off-duty police officer(s) when working 18-1 J:\Data\REN\112-047\Technical Specs\18 Measurement and Payment.docx 9/27/2013 8:07 AM � 2013 RH2 Engincering, Inc. Fall 2013 City of Renton Division 18 — Measurement & Payment Misry Cove Lift Station within 50 feet of any signalized intersection, furnishing, installing, maintaining, removing traffic control signs, VMS information boards, construction warning and detour signs, sequenrial axrow boards, traffic cones, barrels, barricades and the like, steel plating, pins, shims, temporary pavement markers and striping, removing, relocating, re-installuig e�sting roadway signs, preparing, revising, and implementing any traffic control/detour plans required by the Contract Documents and right-of-way use permit, and confornzing to the Manual on Uniforni Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as- building. This bid item shall also include complete costs for preparing Txaffic Control Plans as necessary for approval by the permitting agency. Payment for traffic control will be made at the measured percentage amount for the pay period times the lump sum amount Bid. BID ITEM NO. 4— TEMPORARY BYPASS PUMPING SYSTEM Lump sum price shown shall cover the complete cost of providing all design, labor, equipment, and materials required for a bypass pumping system for the e�sting Misry Cove Lift Station during construcrion of the improvements. The temporary discharge piping shall be connected to the e�sting 12" gravity sewer line. Payment will be made for a complete installarion that has been tested and made fully operational. It is the contractors responsibility to ensure the pumping system remains operational and meets the demands of the lift station until the proposed lift starion is tested and fully operarional. Payment shall be lump sum, based on percentage of completion. BID ITEM 1v0. 5- SITE WORK AND UTILITIES Lump sum price shown shall cover the complete cost of providing all site work and utiliries relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: pot holing in street; structure excavarion; ttenching; backfill and compaction; site grading; temporary construction fencing; temporary stormwater control including treatment and disposal; removal and disposal of unsuitable materials; select backfill, bedding; appurtenances and all other work necessary for a complete installarion of all facilities including the wet well, the valve vault, the sewer manholes, asphalt xestoxation, parking lot striping, electrical building foundation, landscaping restoration and other site utilities. Site utilities include, but are not limited to: collection sewer, pressure sewer, and underground utiliries that may not be covered in another bid item. Other work involved includes the protection oY relocation of e�sting utilities located within the area of construcrion that may include, but not limited to: telephone, street lighting, electrical, cable television, water and stormwateY. Payment shall be lump sum, based on percentage of completion. BID ITEM NO. 6— TRENCHLESS GRAVITY SEWER Lump sum price shown shall cover the complete cost of all construcrion of the trenchless graviry sewer improvements as shown on the plans and as specified. Work includes, but is not limited to: selection, design, and engineering of trenchless method, equipment, labor, materials, and all other work necessary fot complete installation of the trenchless graviry 18-2 9/27/2013 8:07 AM J:\Data\R�N\112-047\Tcchnical Specs\18 Mcasurement and Payment.docx � 20] 3 RH2 Engineering, Inc. � � City of Renton Fall 2013 Misty Cove Lift Station Division 18 — Measurement & Payment sewer. The lump sutn shall not include traffic control. If traffic control is required during the construction of the gravity sewer it shall be paid under Bid Item No. 3. Payment will be � made for a complete installation that has been tested and made fully operational. � � � � � � � � ' � 1 � I! � , � II L_� BID ITEM NO. 7— UNSCHEDULED EXCAVATION This bid item will be used at the discretion of the Owner. In the event the Ownex determ.ines that the subgrade is unsatisfactory _ due to reasons beyond the control of the Contractor, the Owner may opt to have the Contractor over excavate the unsuitable material. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. The price per cubic yard shall cover the complete cost of providing all materials, equipment and labor necessary for over-excavation of unsuitable native material found at the bottom of the excavarion as shown on the plans and/or detailed in the contract specificarions. This bid item is applicable for the wet well and valve vault pad and any other over-excavation deemed required by the Owner during construction. Work includes excavation of unsuitable material to a firm and unyielding subgrade, hauling, and disposal of unsuitable material. The Contractor must keep up to date and accutate records of removing all unsuitable material on-site and demonstrate it has exceeded the quantiry shown on the plans for srripping. Payment shall be per cubic yard of material as measured in place. To receive payment for this bid item, the Owner must approve and measure all over-excavation. Failure to obtain approval of the Owner and/or failure to permit the Owner to measure over-excavation will result in no payment of the over-excavarion. BID ITEM NO. 8— UNSCHEDULED STRUCTURAL BACKFILL T'he unit price per cubic yard shall be full compensation for furnishing and installing structural backfill for backfilling potential unscheduled excavation and wet well and valve vault, subgrade stabilization in lieu of crushed surfacing base course at the discxerion of the Owner, including all equipment and work for hauling, placing, compacting; handling, and stockpiling material. Payment shall be per cubic yard of unscheduled import backfill permanently installed in place based on truck weight tickets. BID ITEM NO. 9- TRENCH SAFETY AND SHORING Lump sum price shown shall cover the complete cost of trench safety and shoring including: all labor, materials, and equipment for the installation of the shoring work as detailed in the contract specifications; as required by applicable codes and standards, whether shown on the Plans or not. Payment shall be lump sum, based on percentage of completion. BID ITEM NO. 1O - DEWATERING The lump sum price shown shall cover the cost for furnishing all plans, material, labor and equipment necessary to install a dewatexing system to facilitate excavarions necessary to install lift station dry vault, wet well, and gravity sewer system. The dewatering system includes water treatment facilities, to reduce turbidity, dissipate energy at the point of discharge, and aerate water. The cost shall cover all pumps, piping, power, and any other items necessary to provide this system. 18-3 J:\Data\REN\ll2-047\Technical Specs\18 Measurement and Payment.docx 9/27/2013 8:07 AM � 2013 RI-T2 Engineering, Inc. Fall 2013 City of Renton Division 18 — Measurement & Payment Misty Cove Lift Station Payment shall be lump sum, based on percentage of complerion. BID ITEM NO. 11— ASPHALT PAVEMENT The unit price per ton shall be full compensation for furnishing, placing and compacting HMA per the plans and specifications. The price per ton includes base preparation prior to the placement of the HMA; grinding of the existing HMA as required; saw cutting; sealing of pavement joints; seal coating to match existing driveways; complete installarion of the HMA per the plans; adjusting e�sting utilities and sutface features to grade; and replacing disturbed monuments in cases. No additional payment will be made for work necessary to correct HMA not installed in accordance with the plans and specificarions or HMA required in areas outside of the payment limits to repair damage caused by construction. Payment shall be per ton of HMA in place. BID ITEM NO. 12 — EXISTING LIFT STATION CONVERSION Lutnp sum price shall cover the complete cost of decommissioning the e�sting lift stations and converting to a gravity sewer manhole. The cost shall include, but is not limited to; removal and disposal of the existing equipment; any modifications to the structure necessary for construction of improvements and piping connections; grout and channeling bottom of wet well for conversion to sewer man hole; cleanup and restoration of area disturbed during the project such as landscaping and curbing. Payment shall be lump sum, based on percentage of completion. BID ITEM NO. 13 — LIFT STATION STRUCTURAL Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the wet well, valve vault, and flowmeter manhole, complete as shown on the Plans and detailed in the contract specificarions including: pre- cast concrete, and supports, miscellaneous metal work, access hatches, waterproofing, patching, repairing, and testing. Cost for installing the wet well, valve vault and flow meter manhole is covered under Bid Item No. 5. Payment shall be lump sum based on percentage of completion. BID ITEM NO. 14 — ELECTRICAL BUILDING STRUCTURAL Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the electrical building structute completes as shown on the Plans and detailed in the contract specifications including: concrete foundarion, masonry, miscellaneous metal work, doors, ceilings, insulation, carpentry, roof, waterproofing, rain gutters, electrical building HVAC, patching, and repairuig. Payment shall be lump sum, based on percentage of completion. BID ITEM NO. 15 — MISTY COVE LIFT STATION PUMPS AND MoToxs Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the duplex submeYsible pump and electric motor system as shown on the Plans and detailed in the contract specifications. Price shall include cost of materials 18-4 9/27/2013 8:07 AM J:\Data\REN\712-047\Technical Specs\18 Measurement and Payment.docx � 2013 RH2 Fngineering, Inc. � i � � f L� � � i City of Renton Fall 2013 Misty Cove Lift Station Division 18 — Measurement & Payment and installation of rail system, cabling, testing, and startup. Payment shall be lump sum based on percentage of completion. BID ITEM NO. 16 — DEVIL'S ELBOW LIFT STATION PUMP AND MOTOR Lump sum price shown shall cover the complete cost of providing all labox, materials and equipment necessary for replacing one of the existing submersible pumps at Devil's Elbow Lift Starion and installing the proposed pump, rail adapter system, and electric motor system as detailed in the contract specifications. Price shall include cost of materials and installation of xail system, cabling, testing, and startup. Payment shall be lump sum, based on percentage of complerion. BID ITEM 1v0. 17- MECHANICAL Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the mechanical work shown on the Plans and detailed in the contract specifications, including all mechanical work and equipment not listed in the other bid items. Payment shall be lump sum, based on percentage complete. BID ITEM NO. 18 - ELECTRICAL � Lump sum price shown shall cover the complete cost of providing all labot, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specificarions including conduit, vault and wiring shown on site plan. Coordinarion, testing, � start-up of electrical, automatic control, mechanical equipment, and telemetry equipment detailed in Division 17 of the Special Provisions shall also be paid under this bid item. � Payment shall be lump sum, based on percentage complete. BID ITEM NO. 19 - FINISHES � Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the technical specifications. � , Payment shall be lump sum, based on percentage complete. BID ITEM NO. 20 — OPERATION AND MAINTENANCE MANUALS AND ON SITE OWNER TRAINING Lump sum price shown shall cover the complete cost of providing all labor and materials � necessary to provide 3 copies of the Operations and Maintenance Manuals as described in the specificarions and train the Owner's personnel on site with manufacturer cerrified representatives for the following items: Pumps and Motors, Power and Telemetry equipment, and Mag Meters as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Partial payment of up to 20 percent ($500) of the total bid item cost is allowed prior to uutial owner training. Fina1 80 percent ($2,000) of , 18-5 ' J:\Data\REN\112-047\Technical Specs\18 Measuremrnt and Payment.docx 9/27/2013 8:07 AM � 2013 RH2 Engineering, Inc. Fall 2013 City of Renton Division 18 — Measurement & Payment Misty Cove Lift Station payment shall not be paid until O&M Manuals are determined complete by the Owner and Engineer and the Owner are satisfied that all training has been accomplished to operate the improvements. Cost for this bid item shall be $2,500. BID ITEM NO. 21— CONSTRUCTION RECORDS Lump sum price shown ::shall cover the complete cost of providing all mark-up plans necessary for the Owner to create accurate construction records as detailed in the specifications. The work includes surveying all structutes and utilities to determuie their constructed locations and elevations, records of all mechanical and electrical equipment for maintenance purposes. Failure to comply with the as-built requirements and furnish acceptable construction records will result in non-payment of this bid item. Payment fox this woYk will not be made prior to the final payment. Cost for this bid item shall be $5,000. 18-6 9/27/2013 8:07 AM J:\Data\REN\112-047\Technical Specs\78 Ivleasurement and Payment.docx � 2013 RH2 Engineering, Inc. � � r � << i � 1 � ENGINEERING GEOLOGY REPORT � ! � ! ! �1 t � 1 1 � � 0 0 0 ENGINEERING GEOLOGY REPORT- ;., REPORT ON SITE GEOLOGY, HYDROGEOLOGY, ENGINEERING GEOLOGY, AND GEOT'ECHNICAL ENGINEERING ISS UES CITY OF RENTON MISTY COVE LIFT STATION REPLACEMENT Prepared by RH2 Engineering, Inc. for the City of Renton September 2013 �. This report is based on a July 17, z013, site investigation and '. subsequent analysis, interpretation, and evaluation of site :�, `geology, hydrogeology, engineering geology, and geotechnical �' issues specific to the design and constructability of a new sewer lift station. KH2 Project.� I�EN � �2.047.0�. �01 ;: Botheli (VVA) Bellingham (WA} East Wenatchee (WA} Richiand (WA) Tacoma (WA) Central Point {OR) Portland (OR) North Bend (OR) City ofRenton Misty Cove Lih Statron Replacement REPORT ON SITE GEOLOGY, HYDROGEOLOGY, ENGINEERING GEOLOGY, AND GEOTECHNICAL ENGINEERING ISSUES September 2013 Report based on July 17, 2013, Site Investigation and Analysis RI-I2 L'ngineering, Inc., (RH2) has prepared tlus report for esclusive use by the Ciry of Renton (Cit�T) to support the design of a. proposed lift station to replace an etisring lift station and a gra�rity sewer to connect the Misty Cove Condominium to the proposed lift station. The project site is at the Misty Cove Condominium at 5021 Ripley Lane N, iminediately northwest of the Seattle Seaha�vks Training Faciliry and on the shoreline of Lake Washington, in Renton, Washington. Within the limitations of the scope of work, schedule and budget, RI-I2 has completed a geologic and groundwater investigarion to gain information necessary for developing specific recommendarions for the new lift starion and gra�Tiry sewer. The geologic ser�rices have been conducted in accordance with the locally accepted practices of a licensed engineering geologist and per the elements of Chapter 18.220 of the Re�nsed Code of ���ashington (RC�t� and Chapter 308-15 of the �Vashington Administrative Code (\�AC) that are included in the scope of �vork. The conclusions and recommendations contained in this report are based upon surface and subsurface geologic exploration of the earth materials and groundwater conditions at the site, and pre�rious studies and maps of the region. Use of tlus report Uy others, or for another project, is at the user's sole risk. Based on the etplorations completed under the scope of work, RI-I2 predicts that the types of earth materials encountered during excavation and construcrion of the facility �vill consist of variably thick layers of sand and silt derived from allu�Tium and lakeshore sediment. The lateral and �Tertical continuiry and composition of these layers is often variable. Ground�vater at tlie titne of etploration in July 2013 was at a depth of approtimately 9 feet deep below the project site, and groundwater condirions will affect design and construcrion of the lift starion. Site inspecrion by RH2 during construction is recommended to determine the significance of variarions in the geology and hydrogeology. RH2 should be norified when excavation Uegins and for the inspection of the subgrades prior to the inirial placement of the foundations to confirm that the earth materials and groundwater conditions are consistent with those predicted in this report and meets the design requirements. If unsuitable earth materials and/or groundwater conditions are etposed, recommendations for correcring the problems may include addirional field invesrigation. If conditions change due to new construction at or adjacent to the project, 1ZH2 should inspect those changes prior to construction. �l�e look forward to assisting and supporting the Ciry to ensure successful construction of the facilit��. Sincerel5�, RH2 Engineering, Ine. �;'=�� %-� ��� ✓; _ �`4o�vvash�� '�r 1 (3 7 � � � � �� c`, ,aoz . �; \�c� S�� G��`oa,� 9/6/13 \ Steve Nelson, L:�.G, L.HG. � Stephan Eric Netson I icensed �ngineering Geologist and I-Iydrogeologist w � �y _ /' � -__ - � ,s'.. _ _, , , / �'.�ti�`, i �, , `� ��l , � . � � �� ���= Rick Ballard, P.E. I7irect�r 328'Ei � � e�.�t' (: t<� r �: U„\. �� .�\�•i � -,.�i �r� F;�1 4�' c,:�s rC ���` �rr ht e'_'�. / l �v ' ���� . � l� .. �V7�t! �. Ton}� Pardi, P.E. ��" �`f-+sTr��,� President ''i���tj:w r1L� � � � � � � LJ � � � � ' ����f �j This report is a final and complete response to all elements in the Scope of Work and Contract agreement between the City of Renton and RH2 Engineering. ' u TABLE OF CONTENTS ENGINEERING GEOLOGY REPORT .....................................................1 INTRODUCTION........................................................................................1 ProjectDescription ........................................................................................... i Location and Existing Conditions ...................................................................... l Exploration Methods and Strategy ....................................................................2 Purpose of the Engineering Geology Report ..................................................... 2 PreviousWork ..................................................................................................2 REGIONAL GEOLOGY ................................................................................ 3 SITEGEOLOGY .........................................................................................4 Subsurface Exploration and Investigation ........................................................4 GeologicIn-situ Tests ......................................................................................4 Geologic Laboratory Tests ................................................................................4 GeologicUnits ..................................................................................................4 Hydrogeology................................................................................................... 5 Hydrogeologic Evaluation .................................................................................5 PROJECT SUMMARY ..................................................................................6 Geologicand Groundwater Conditions ..............................................................6 Summaryof Soil Properties ..............................................................................6 Summary of Geologic Risks and Hazards ..........................................................6 Summaryof Construction .................................................................................7 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION ..........................7 Shoring ............................................................................................................. 7 GroundwaterControl ........................................................................................8 Excavation to the Subgrade and Excavation Stabilization .................................9 Inspection and Treatment of In-situ Earth at Excavation Subgrade .................9 Subgrade Preparation and Compaction ..........................................................10 Compaction of Structural Fill .......................................................................... ll Potential Settlement of the Structures ...........................................................11 Potential Settlement of Adjacent Structures and Utilities ............................... ii SeismicDesign ............................................................................................... 11 Seasonof Work ................................................................................. .........12 BidDocuments ...............................................................................................12 FIGURE FIGURE 1— GEOLOGIC EXPLORATION MAP APPENDICES APPENDIX A BORING LOGS APPENDIX B MATERIALS LABORATORY REPORT � � � , � � 1 � � � � � � L� , , � 1 j )/G/2013 I I:U1:47 An1 I:�Dnin�RITN\I 1^�1-{7VGcu\Rcp��rtACcu Rcport RI3N �tist}, Coccduc� � � � ENGINEERING GEOLOGY REPORT � This report is presented in a format consistent with the elements of the practice of geology outlined in Chapter 18220 of the Revised Code of Waslungton (RC� and Chapter 308-15 of the Washington Administrative Code (WAC). RH2 Engineering, Inc., (RH2) has addressed all tasks in the scope of work for the Misty Cove Lift Starion Replacement with the City of Renton ` (Ciry) and geologic risks relevant to the feasibility of the project about which RH2 has knowledge. � L� � � � L� � i � � INTRODUCTION Project Description The Misty Cove lift station is located at 5201 Ripley Lane North, north of the entrance to the Misty Co�7e Condominium Association (Condo Association) in Renton, Washington. The lift station serves the lakefront properties west of the railroad tracks and north of the Seattle Seahawks Training Facility. The lift starion is a duplet, stacked dry/�vet well rype of facility that uses dry pit vacuum pumps. The lift starion force main discharges to the Baxter lift station, which is owned and operated by the City. The Condo Association owns the Misty Cove lift station that collects waste and pumps it directly to King Count��. The City intends to combine the 1��Iist�� Cove lift station and Ba�ter lift station into one new lift station owned and operated by the City and constructed on the Condo Association propert�T. A directional drilled horizontal boring �vill be used to connect a ne�v gravit�T sewer from the Condo Associarion to the lift starion. The Ciry has authorized this geologic/hydrogeologic investigation to pro�ride contractors with sufficient information to develop directional drilling, construcrion dewatering, and excavation shoring plans that wi]1 support the installation of the new lift stauon, and associated pipelines (the project). Location and Existing Conditions The project site is located at the southeast corner of the Condo Association properry approxirnately 1,500 feet north of the intersection of NE 44`h Street and Interstate 405, and appro�imately 500 feet east of the Lake �X/ashington shoreline, in Renton, Washington, (Figure 1— Geologic Exploration Map). The surrounding properries are developed for commercial use and are occupied by office buildings, businesses, warehouses, roads, and former Burlington Northern Santa Fe (BNSF) railroad tracks. The project site is flat and pa�Ted. The ground surface ele��ation of the project site is approlimately 34 feet aUove mean sea level. Figure 1 shows the e�isting site structures and the soil boring/monitoring well locations. � This informarion should be used to guide any and all alterations to the site, including excavation for the new lift station, directional drilled boring, and dewatering during construction. 1 The wet well for the lift station will be founded on native soil at a depth of 34 feet below ground surface (bgs), the precast �rahTe vault for the lift station will be founded on nari�Te soil at a depth of 9 feet and the direcrionally drilled boring containing the graviry sewer � connection will be completed at depths ranging from 10 feet at the current Condo Association lift station to a depth of 20 feet bgs at the wet well of the proposed lift station. , Page 1 9/c/2uls � l:a�:a7 An� J:�Dnta\rzrN\� �z-o-l7\c,coAacpon\Gco acpart �tEN N�st�� cn��c.docc City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 '1 he electrical building will be founded on spread footing and concrete slab constructed on narive soil one to three feet below grade. The force main connecring the new lift starion to the nearb�� Ciry manhole will be constructed in a 4-foot deep trench, backfilled with pipe zone bedding and structural soil. Ekploration Methods and Strategy '1'11ree soil borings were used to eaplore the earth materials (stratigraphy, composition, te�ture, �noisture content, and density) and groundwater conditions (permeaUility, ]iqueficrion potential, and seepage rate) below the ground surface at the project site. The soil borings provided data on the density of the earth materials using the Standard Penetrarion Test (SPT�, wluch was used to e�Taluate soil density and the potential for setdement and liquefacdon. One soil boring was completed as a ground�vater monitoring well to evaluate ground�vater elevations and to test aquifer properties at the proposed new lift station site. Representati�Te soil samples �vere collected from the soil borings and submitted for laboratory analysis of soil properties. Purpose of the Engineering Geology Report Tlus report is a public document. It is specific to this project and has been prepared to support the planiung, pennitring, design, and bid documents for this project. This report is intended to support the completion of the project for the City and protect the public interest by safeguarding life, health, property, and the en�rironment, while promoting public welfare in a manner consistent with Chapter 18.220 RCW and Chapter 308.15 WAC, wluch regulate the licensed practice of Geology. Tlus report with its appendices, including soil boring/inonitoring �vell construction logs, and laboratory reports supports RH2's design of the project. Tlus report includes recommendations for enhancing the constructability of the project based on site-specific characterizations of the earth materials and groundwater that ��ill likely be encountered during escavation for the project. The purpose of this report is not to dictate any means and methods for construcaon of the project, but is intended to pro�ride inforination that �vill be useful to contractors for preparing bids. Pro�riding tlus report and appendices �vill support contractors' cost estimates for etcavarion, shoring, and managing ground�vater acti�rities that are specific to the conditions at the project site. Contractors must independently interpret the findings in tliis report to select construcrion methods, safety procedures, equipment, and contingencies for complering the project. I3ased on the available geologic, hydrogeologic, and geotechnical engineering data, this site is suitable for construcrion of the project and associated improvements; therefore, planning, perinitting, and design should proceed. Previous Work RI I2 re�riewed the follo�ving documents and websites: 13ooth, D.B, '1 roost, K.A., and �Uisher, A.P., 2007, Geolodic Map of 1�'»d Cor�nty, 1:100,000 scale. Driscoll, F.G., 1995, Grouirdlvater and I,Ylells, Second Edirion. Page 2 �/��/�uis ii:oi:�7 -�n� �:A��nrnUt[?n��it2-u��VG��Ut�p�,rtVGt<� a�p�,�� iti:� �G�n•C���.d��. � � City ofRenton Ebgineering Geology Report Misty Cove Lih Station Replacement September 2013 � Mullineau�, D.R. 1970, Geology of the Renton, Auburn, and Black Diamond � Quadrangles, King County, `Y�ashington. US Geological Sur�Tey Professional Paper 672, 97 pp. Palmer, S.P., 1997, Holocene Geolodic Hi.rtory and Sedzmesrtolo�� of tbe Dusvamisb and Pryallup � T�alley.r, l�a.rhindton, Washington Department of Natural Resources, Geology and Earth Resources Division. � � � �� L� � � � � � � �Y�ashington Department of Natural Resources Washington Interactive Geologic Map. Accessed May 10, 2013. https://fortress.wa.go�T/dnr/geology/ Woodward, D.G., Packard, F.A., Dion, N.P., and Sumioka, S.S., 1995, Occrrrrence aizd Orrality of Ground lYlater in Soirthzvestern Kifzg County, lY>a.rhington. Water Resources Investigarions Report 92-4098, 69 pages, 4 plates. REGIONAL GEOLOGY The Lake �Y�ashington basin, and Cedar/Duwamish/Green Ri�Ter �ralle}'s form low-l�ring areas between upland areas manded with glacial sediment. The �ralleys represent areas of deposition since the last glaciation. The project site �is along the southwest Lake Washington shoreline near the oudet of May Creek. "1'he present day shoreline in the project area was formed Uy the deposition of sediment from May Creek and from sediment eroded from the surrounding slopes above the shoreline (allu�rium). Tectonicall5�, the project site lies between an oblique convergent plate boundary and the rising and volcanically acri�Te Cascade Mountain Range. An acrive subduction zone lies deep below King Count��, and the continental crust is being compressed and pushed northward. The site is also located near east-west trending Seattle fault zones. This tectonic setting results in significant seismic acti�riry and, assuming a 50-year design life for the proposed lift station, there is a high probabilit�� that the lift station will etperience a deep subduction earthquake, an intermediate crustal earthquake (lil�e the 2001 Nisqually earthquake) and/or a shallow earthquake that breaks the ground surface (e.g., along the roughly east-west trending Seatde or Tacoma fault zones). Approsunate 50-year probabiliries and Magnitudes (1� for Puget Sound earth9uakes are as follows:' • Cascadia M9: • Seatde Fault M >_ 6.5 • Deep M >_ 6.5: 10 to 14 percent 5 percent (from slip rate, GR model; 1,000 year return time) 84 percent (from 1949, 1965, 2001) • Random shallow M>_ 6.5 15 percent for entire Puget Sound area, including Seatde Fault zone The ��ashington State Department of Natural Resources (`YIADNR) Interacri�7e Geologic � Map, based on the National Earthquake Hazards Keduction Program (NEI-IRP), identifies the project site as Seismic Site Class D to E. _J The WADNR characterized the project area with moderate to high liquefaction suscepribility. � Taken from http://earthquake.usgs.gov/hazards/ � Page 3 ')/G/2013 1 LOI:d7 AiAI J:ADatn\REN\112-11d7\GcoARcportVGm Rcport RGN Vlistl' Coeadocs City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 SITE GEOLOGY 1"he project site is a paved parking lot Uordered by residential landscaping and paved secondary roads. No undisturbed surficial soil or bedrock was observed at or near the project site. The geomorphology of the project site is dominated by the deposirion of alluvial deposits associated �vith erosion and stream channels, and associated wetlands. "1"he shallow sediment was deposited in a floodplain en�rironment without subsequent consolidarion or compaction. The WADNR geologic map, and the Geologic Map of Iiing County (Booth et al., 2007) identifies the surficial geologic unit as Alluvium. Subsurface Exploration and Investigation On July 17, 2013, RII2 super�rised the drilling, sampling, and tesring of three soil borings (SB-1, SB-2, and SB-3) to etplore and characterize the geology and hydrogeology of the site. One boring, SB-1, was completed as a ground�vater monitoring well. Soil borings SB-1, S13-2, and SB-3 were completed at depths of 45, 20, and 15 feet respectively, using a truck-mounted, hollow-stem auger drill rig (Diedrich D-50) pro�rided and operated by IIolocene Drilling, Inc., of Puyallup, `Vashington. Soil samples were collected at either 2.5 or 5-foot inter�Tals using SP"1" methods with an auto-hammer. Upon complerion of the geological in�Testigarion, SB-1 was completed as a 2-inch-diameter slotted PVC monitoring well with 10 feet of 0.020-inch machine-slotted well screen from 25 to 35 feet bgs. The monitoring well was used to measure the groundwater conditions and evaluate aquifer properties using a short-term pumping test. The monitoring well (M�X�-1) was de�Teloped using surging and pumping, which remo�Ted 35 gallons of water. Soil borings SB-2 and SB-3 were backfilled �vith hydrated bentonite chips and sealed at the surface �vith concrete. Figure 1 shows the location of the borings. Appendix A contains the soil boring/well completion logs. Geologic In-situ Tests In-situ SPTs were performed at regular internals in the soil boring, and the SPT N-value results (the number of blo�vs in the lo�ver 12 inches of tesring) are presented in the boring log in Appendix A. Geologic Laboratoty Tests Grain-size analysis was performed on four soil samples collected from SB-1 at depths of 30 to 45 feet. Atterberg linuts testing was performed on t�vo soil samples from SB-1 at depths of 15 and 20 feet and one sample from SB-2 at a depth of 12.5 feet. LaUoratory ser�rices were performed b5� H\�A GeoSciences, Inc. Appendi�c B contains laboratory testing results. Geologic Units Four soil/geotechnical units, listed from shallowest to deepest, were found witlun the site: 1) asphalt and sandy fill; 2) SILT and Silry CLAY; 3) SILT �vith Sand; 4) and Silry SAND. These units were disringuished based on compositional and te�tural differences and geotechnical properties. Page 4 ')/G/2u�s � Lu�:a7 An� �:ADnm\���:�\� 1?-ud7\Gco�acporr\ccr� Rcpr�rt �tr::In n��sq� Covcaoc. � � � � City ofRenton Engineeting Geology Repott Misty Cove Lift Station Replacement September 2013 Unit 1 consists of the asphalt forming the parking lot surface underlain by fill consisting of olive grey, compact, well-graded SAND �vith Gravel (S�, from ground surface to a depth of approaimately 1.5 feet bgs. 2. Unit 2 consists of approlimately 17 to 22 feet of olive gray to olive brown low to � moderate plasricit��, soft to medium stiff SILT and Silt�� CI.AY (1�TL-CL), with litde fine sand, some organic and woody debris at 8 to 15 feet, with some clayey or sandy layers. The unit is moist to wet below 13 feet bgs. The unit is interpreted as lake � � � � � L� � 1 i � � � � � sediment and alluvium. 3. Unit 3 consists of approximately 3 to 5 feet of olive gray, low to moderate plasticity SILT with Sand (ML). The unit is wet and interpreted as lake sed'unent and alluvium. 4. Unit 4 consists of at least 21 feet of olive gra��, fine, wet Silty SAND (Sl� from approsimately 25 to 46.5 feet bgs. The unit contains some medium sand, thin layers of low plasricity Sandy SILT, and generally is medium dense. A layer of loose to very loose Silty SAND was encountered at 32 to 37 feet bgs. Hydrogeology Soil from 1.5 feet to 13 feet bgs was moist. Soil below 13 feet was ground�vater saturated. Groundwater in the completed M��-1 was approtimately 9 feet bgs in July 2013. Ground��ater le�rels at the project site likely fluctuate seasonally by a few feet. Construcring the proposed lift station will require site etcavation to a depth of approtimately 35 feet bgs, approsimately 26 feet belo�v the summer (lo�v) groundwater le��el. Hydrogeologic Evaluation RH2 conducted a short-term constant-rate pumping and recovery test on I��Y1-1 to estimate aquifer properries. A 1.5-inch-diameter submersible pump was installed �vith the pump intake at approximately 30 feet bgs. The discharge from the pump was calculated by recording the time necessar5� for the discharge to fill a 5-gallon bucket. The well ��as pumped at constant rate of 2 gallons per minute (gpm) for 15 minutes. Pumped water was discharged into the nearb}' stormwater catch basin. At the start of testing, the static water le�Tel was 8.7 feet below the top of the casing, and after 15 minutes of pumping, the groundwater level declined by 20.5 feet to a depth of 29.2 feet below the top of the casing. The apparent short-term specific capacity of this well is less than 1 gpm per foot (gpm/ft). Using specific capaciry to estimate transmissi�rity (Transmissi�rity equals Specific Capacity mulriplied by 2,000) leads to a ma�imum value of 2,000 gallons per day per foot (gpd/ft) (Driscoll, 1995). Grain-size anal��sis was performed by HWA GeoSciences, Inc., on t�uo samples of the aquifer material collected during the soil boring (Appendix B). Grain size analysis, and more specifically uniformit�� coefficient and diameter of the 50 percent retained size comUined with densit�� obtained from SPT values can be used to esrimate aquifer properries (Driscoll, 1995). The three samples collected at depths of 30 to 40 feet were classified as moderately dense Silty SAND (SN�, with hydraulic conducti�rity �>alues of appro�imately 0.0001 to 0.001 centimeter per second (cm/sec). Page 5 9/(/3013 I I:111:-t7 A\I J:�Dntn\RHN\I 13-U37\Gco\Rcport\Cco Report RHI�` \lisry' Cocadoe� City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 PROJECT SUMMARY Geologic and Groundwater Conditions The project site from ground surface to appro�imately 1.5 feet consists of granular fill overlain Uy asphalt. Native soil and sediment below the fill is idenrified as shoreline deposits and allu�rium. Silt-dominated deposits generally e::ist to a depth of 25 feet, and are underlain by fine-grained Silry SAND (SIV� to a depth of at least 46.5 feet Ugs. Depth to groundwater measured at the time of drilling was 9 feet bgs; groundwater level may fluctuate U�� a fe�v feet seasonally. Short-term pumping test results for the silry sand unit at a depth inter�Tal bet�veen 25 and 35 feet indicated low to moderately perineable aquifer conditions with an esumated hydraulic conductivity value of 0.0001 to 0.001 cm/sec, which is characteristic of fine-grained silty sand. Summary of Soil Properties Based on the findings of d�e site investigation and laboratory analysis of representative soil samples, design and consuucrion should assume the following soil parameters: Soil Moisture Content (laboratory analysis� SILT/CLAY —18 to 32 percent Silty SAND — 12 to 22 percent Soil Density (based on SPT N-values� SILl /CLAY — soft to medium stiff; N= 3 to 17 Silty SAND — loose to medium dense; N= 4 to 20 at 25 to 35 feet bgs; N= 27 to 37 at 40 to 45 feet bgs Soil Unit Weight (based on published values� SIL 1/CLAI' —110 to 115 pounds per cubic foot (pc� Silty� SAND — 115 to 120 pcf Soil Friction Angle (based on uublished values� SIL'1 /CLA1' — 22 to 24 percent Silry Sr�ND — 28 to 32 percent Elastic Modulus (based on published values and SPT N-values� Silry SAND — 60,000 to 80,000 pounds per square foot (ps� Summary of Geologic Risks and Hazards • Risks from landslides and mass wasting are negligiUle. • Risks from flooding are low. The site is outside of the mapped floodways, 100-year floodplains, and channel inigration hazard areas (Iiing Counn� iMAP). • Risks from groundwater seepage during construction are high and must be mirigated to maintain the integrity and stability of the e�cavation (refer to the Recommendations for Design and Construction secrion of this report). Page 6 9/G/3013 I L01:47 AiVI J:ADnta\RI3N\I12-11�17\GcoARaport�Gco Repnrt RL'� �(isq� Corc.dues � � � � , � �� City ofRenton Engrneering Geology Repott Misry Cove Lift Station Replacemenr � September 2013 Earthquake and liquefacrion risk are moderate to high, as identified by WADNR (refer to the Recommendations for Design and Construction secrion of this report). Summary of Construction The wet well for the proposed lift station will be constructed in an etcavation cut through approximately 22 to 25 feet of low to moderate plasricity SILT, Silty CLAY, and SILT with Sand and 11 to 13 feet of fine-grained Silty SAND and completed and founded at a depth of approximately 35 feet upon Silty SAND (SI��, and appro�:imatel5� 26 feet below staric groundwater ele�Tation. The Silty SAND unit is considered suitable as a foundation for the wet ��ell for the lift starion (refer to the Recommendations for Design and Construction secrion of this report). The precast valve vault for the proposed lift station �vill be constructed in an eacavation cut � through and founded at a depth medium stiff SILT and Silry CLAY. soft zones at the subgrade elevarion. � � �� � of approximately 9 feet on low to moderate plasticity This unit is suitable for the precast vault if it contains no The escavation for the wet well and precast vault will require shoring and groundwater control to stabilize and maintain a dry �vorl:ing condition in the etcavarion. The gravit�� sewer ��ill be installed in a direcrionally-drilled horizontal boring completed in low to moderate plasticit�� soft to medium sriff SII T and Silty CLAY and SILT with Sand, and may encounter small organic debris. The boring �vill be completed at depths of 10 to 20 feet bgs and will lilcely encounter groundwater-saturated condirions below 9 to 13 feet bgs. The electrical building will be founded on SILT and Silty CLAY. RECOMMENDATIONS FOR DESIGN AND CONSTR UCTION Shoring � The t�Tpe and method of shoring to stabilize the excavarion should be the responsibility of the Contractor; should submit the shoring design to the City for re�riew. The project area is constrained by utilities and property lines, and the nearest buildings on shallow foundations � are approtimately 100 feet from the excavation area. Shoring methods should be designed to minimize any disruption of the adjacent retaining wall iinmediately north of the etcavation due to excessive �ribration and settlement from etcavarion and dewatering. Shoring should � miniinize potential for settlement due to dewatering, ��hich must lo�ver the groundwater level in the e�ca�ration from approtimately 9 feet at static level to a dewatered depth of 36 feet bgs. �X�ater-tight shoring ��ould reduce the amount of groundwater �vithdrawn and the time to � achieve dry conditions and would provide greater stabiliry for the exca�Tarion sidewall. A partially water-tight system (slide rail shoring, for e:�ample), may also be considered if it will ininimize the risk of ground setdement outside the escavation. � � • The contractor should install construction stabilization (for example, caisson, slide rail shoring, steel sheets, etc.) as necessary to protect workers inside e:�cavarions and to support eacavated vertical slopes. All excavations should comply �vith all Occuparional Safety and Health Administration (OSHA) and �Yjashington Industrial Safet�T and I Iealth Act (WISHA) safety requirements. � Page 7 )/(/2013 I 1:111:47 A�4 J:�Dar,�ARI�N\I12-0�7�CcuARcport\Gco Rcpurt RLN �listp Covc.docc City ofRenton Engineering Geology Report Misry Cove Lift Station Replacement September 2013 • If water-tight shoring is used for the wet well excavation, the shoring would need to e�tend to 5 feet belo�� the subgrade at a depth of appro�imately 41 feet. Water right shoring is not needed for the precast vault ezcavarion. � The shoring system should be designed in coordination with the groundwater control system to mitumize conflicts �vith installarion and operarion of Uoth systems. The shoring system should be designed in coordination with the horizontal direcrionally drilled boring that �vill install the gra�rity se�ver. Groundwater Control Groundwater control will be required to maintain dry conditions during excavation and to maintain the staUility of the eacavauon floor. Ground�vater control will Ue a significant construcrion issue that should be undertaken b}' a contractor or subcontractor ��ith rele�rant experience for construction with similar groundwater and soil condiuons and similar underground structures. The follo�ving suminarizes conditions that likely will occur and objecti�Tes that should be met to successfully complete the project. � The excavarion will encounter moist conditions to a depth of approximately 13 feet and groundwater-saturated conditions Uelow 13 feet. As the excavation proceeds, ground�vater pressures �vill increase and the soil belo�v 20 feet �uill esperience a rise in ground�vater pressure to approtimately 9 feet bgs. Construction likely will occur during the wet season, and groundwater-saturated conditions and groundwater pressures likely �vill occur at depths appro�imately 1 to 3 feet higher than at the time of the investigation (August 2013). Groundwater level at the proposed lift staaon should Ue measured at MtiYI-1 prior to construction. • The contractor should anticipate and plan for a ground�vater control s}�stem to maintain a controlled groundwater ele�ration that is at least 2 feet below the edges and the center of the exca�Tarion at all times. The contractor should have contingency plans in the event of loss of po�ver, inabilit�� to discharge water, and/or setdement of the exca�ration support. • "I'he contractor should anricipate and plan on decreasing static groundwater within the Silty SAND (Sl� unit by approxirriately 27 feet, from a static level of 9 feet bgs to a dewatered depth of 36 feet bgs. •'I'he contractor should anticipate combined pumping rates from a groundwater control s��stem completed in the Silty SAND unit ranging between 100 and 200 gpm. Groundwater from the dewatering system will Ue discharged to the City� storm«�ater system. Groundwater discharge should be managed through settlement and filtering so that it is free of sediment and does not exceed discharge limits for the City stormwater s��stem. • Based on the estimated hydraulic conductivity �Talues of the Sandy SILT unit (0.0001 to 0.001 cm/sec), the groundwater control methods likely would consist of vacuum �vellpoints installed at depths ranging from 30 feet to a maaimum depth of approtimately 5 feet below the bottom of the ezcavarion (41 feet) and a��ellpoint spacing of approtimately 5 to 10 feet around the e�cavation. Page 8 �/a�anis i i:ui:�� ,�n�i �:�nA�:��ai:��i i�-��a��c�•�,��z�n�„��c��� iz���„ ar-:n nr.�y� c„���,.d�� z � City ofRenton Engineeriug Geology Report Misry Cove Lift Station Replacement September 2013 � • Sumping without the use of wellpoints for groundwater control in and below the � excavarion is not recommended. Dewatering wells likely would not provide sufficient area of influence for efficient dewatering and are not recommended. • The contr;�ctor should rely upon a specialty groundwater control subcontractor to � design and submit a groundwater control plan showing all components, and to operate the groundwater control system. � LJ � � • The contractor should periodically monitor the quality of water from the groundwater control system for the presence of sediment, odors, and color in the water. � The contractor should install a supplemental monitoring �vell or wells, and may consider using MW-1 to support groundwater elevation monitoring to confirm the performance of the groundwater control s5�stem. The wells should Ue completed per Chapter 173-160 WAC using 2-inch-diameter PVC screens completed from appro�ima�tely 20 to 35 feet bgs. Excavation to the Subgrade and Excavation Stabilization • Excavated SILT, CLAY, and SILT �vith Sand should be esported and not be used for structural fill. � � Etcavated Silty SAND may be stockpiled on site and used for structural fill if it is free of organic material, contains less than 40 percent fines, and is maintained at plus or minus 2 pe:rcent of oprimum soil moisture content. � • Exca�Tation for the wet well foundarion should proceed until a'le�rel surface has been cut into the Silty SAND (SIV� unit at or below the design depth. � • Etcavarion for the precast val��e �Tault and the electrical Uuilding foundation should proceed unril level surfaces have been cut into the SILT and silry clay (MI,�iCL) unit at or below the design depth. � • If a zone of unsuitable earth materials, such as loose sand, organic soil, or a silty layer is found at the foundation depth, then the unsuitable earth should Ue over-exca�Tated and replaced with 6-inch-minus quarry spalls. � Inspection and Treatment of In-situ Earth at Excavation Subgrade • A Licensed Engineering Geologist (LEG) or Professional Engineer with geotechnical � etperience (1'EG) should inspect the elca�Tations and confirm that the nati�Te earth materials encountered during exca�Tauon are consistent with this report, meet the design requirements, and are favorable for proceeding with the project as planned. � � i • A L�G or PEG should inspect the in-situ native earth materials at the subgrade elevations before the placement of any imported material. • r�ll cobbles greater than 4 inches in diameter and all organic material should be removed from the subgrade. • A smooth (toothless) backhoe bucket may be necessary to strip off the final layer of earth materials in order to create a level pad at the subgrade. The zone of disturbed � Page 9 )/(/3013 I L01:+7 -AAI J:ADo�a\RFN\1I3-0�7\GcoARcport\Gco Rcpurt RBV Alisn� Cocc.docr City ofRenton Engineering Geology Report Misry Cove Lift Station Replacement September 2013 earth materials on the level pad should be less than 2 inches thick prior to any compaction. • After the native subgrade has been inspected and approved, it should be tested for zones of weakness by probing. This testing should be observed and appro�red by a L�G or P�G. • Zones of soft soil at the subgrade elevarion that are less than 1 foot thick should be o�rer-excavated and backfilled with crushed surfacing Uase course (CSBC) with less than 5 percent passing the No. 200 sie�Te per the �X/ashington State Department of Transportation (�X�SDOT� 2010 Specificauons 9-03.9(3). This crushed rock should be placed in lifts that are a maaimum of 6 inches thick when loose and then compacted to a firm and un5rielding condition. � Soft soil deeper than 1 foot should be fully eacavated and backfilled with a base layer of 6-inch-nunus quarry spalls overlain by a la��er of crushed rock or controlled density fill (CDF) at the direction of the LEG or P�G. Subgrade Preparation and Compaction • The in-situ subgrade, prepared as recommended in the pre�rious section, will lose strength if it is disturbed or becomes loose or wet. After inspection and approval of the in-situ subgrade by a LEG or PEG, the nati�-e subgrade should be kept dry and undisturbed unril it can be entirely covered by the surfacing layer. • A layer of CSBC should be placed in two lifts that are not more than 6 inches thick �vhen loosely placed. Each lift should Ue compacted to a firm and un�Tielding surface Placement and compacuon of the crushed rock should be observed by a I�EG or PEG. • Alternati�Tely, installing a"rat slab" at the base of the excavation to pro�ride a worl;ing surface may be considered in lieu of a layer of CSBC. This approach may reduce ground�vater control requirements b�� pro�riding a h5�draulic seal, as long as the rat slab is designed to counter the uplift hydraulic pressure at the base of the excavation. � The crushed rock surface can be the fiiushed suUgrade. The LI�G or PLG may direct the contractor to further test this subgrade using a hoepack. This testing must be obser�Ted and approved by a I�G or PLG. • The lift station wet well precast vault, and electrical Uuilding foot and slab should be placed direcdy on a firm and unyielding surface of crushed rock that is "free of all loose material," not saturated with water, and undisturUed by construction acri�rit��. "rree of all loose material" means that, in areas where concrete foundations will Ue poured, there shall not be an5� loose material, including earth, fill or construcrion debris resulting from building the forms and placing reUar. • If foundation subgrades are loosened b�� formwork placement or other construcrion acti�rities, they should be restored to a firm and un}delding condition with motorized equipment like a plate compactor or hand tampers itnmediately Uefore pouring concrete. In certain situarions, a Vactor truck or other suction equipment may effecrively remove loose earth materials and groundwater. Page 10 9/G/'-u�s l l:ul:�7 An� I:\uata\aeN\� �a-u�17\G�.��acpoce\ccn acpurt Re:N N;sn• Cu��o.ancs � ,� City ofRenton Engineering Geology Report Misry Cove Lift Station Replacement September 2013 Compaction of Structural Fill , Structural fill will be placed between the native soil and the wet well and precast vault. Structural fill may also be placed at the base of the excavation to replace unsuitable soil at the foundation subgrade ele�Tation. � � � • Structural fill should be within plus or minus 2 percent of its oprimum moisture content when placed. • Structural hll around the lift station wet well and other subgrade structures should be placed in lifts not to eaceed 12 inches in loose thickness and then compacted using methods that will not compromise the manhole and adjacent structures. Compacrion should achieve 95 percent of maximum dry densit�� as determined by the modified proctor test (ASTM D 1557) at depths within 2 feet vertically and horizontally of foundation elements and proposed surfaces. • Controlled densiry fill (CDF) may also be used in place of granular fill. Potential Settlement of the Structures � The weight of the wet well, precast �rault, and surrounding backfill will weigh appro�imately equal to or less than esisung narive soil; therefore, the bearing capaciry and setderrient of the foundation soil for the wet well and vault due to loading by the lift station structures are � manageable, although flotation forces must be offset. Etcavating the groundwater-saturated soil will affect groundwater pressure and nari�re soil response to changes in loading and unloading as construction proceeds during multiple phases of operation and removal of � excavation stabilization and groundwater controls. Immediate setdement of the soil below the wet �vell foundarion will likely occur as the soil is loaded by the weight of the wet well and backfill, and as the elcavation stabilization is removed. � � In addition, the adjacent ground surrounding the construction may be affected by acti�rities of excavarion stabilizarion and groundwater control. The methods used for construction and shoring installation/removal must mirv.tnize the risk of dewatering and �ribration-induced settlement. Potential Settlement of Adjacent Structures and Utilities � The adjacent ground surrounding the construction may be affected by acti�rities of e::cavation stabilization and groundwater control due to vibration, excavation, and/or changes in hydrostaric pressure and water elevations. The pro�imity and potential vulneraUilit�� of nearby � structures (e.g., the adjacent retauung wall) and utilities should Ue considered when selecting the methods for excavation stabilizauon and groundwater control. Prior to construcrion, nearby structures and utilities should be identified and assessed for potential vulnerabilit�T, and if warranted, sur�=eped for posirion. The allowable changes in position and/or orientation should be predetern�ined and stated within the construction bid documents. During and after construction, selected nearby structures and utilities potentially affected by construction should Ue monitored for changes in position and/or orientation. Seismic Design � • The lift stab.on should be designed to the 2012 Internarional Building Code (IBC) standards as adopted by the State of `��ashington. It is almost certain that the � Page 11 9/G/3013 1 LOI:�{7 AVI J:�Dnrn�RHN\I L-11�7�Gco�Rcpott�Gco Rcpun RGV Alisq� Co��cdocx City ofRenton Engineeting Geology Report Misty Cove Lift Starion Replacement September 2013 structures ��ill be subject to an earthquake greater than 6.0 with its epicenter within 100 miles of the site during its design life (50 ��ears). • The location of the site is at latitude 47.536779 N and longitude 122.196046 W. • The loose to moderately dense sand that will support the manhole should Ue considered as a Site Class D to L, soft soil in the classification system from the 2012 IBC, Table 1613.5.2 Site Class Definitions. • Liquefaction hazards associated with earthquakes is moderate to high. Season of Work • RII2 recotnmends construcring the project during summer months, at the time of lowest groundwater elevarions at the project site. Bid Documents • This Engineering Geology Report and appendices should Ue pro�rided to all contractors interested in submitring bids for the work, to ensure site specific estimates for e�ca�Tation, shoring, and construcrion de�vatering. Page 12 `)/6/au�3 t �:o�:-q A�� J:Aova\R�;:N�� �2-I�a7\cco�acportAc,n� ae�u,n RF..� M�sp� coccanes � � � � � _ � � � � � � � � � FIGURE � GEOLOGIC EXPLORATION MAP � � � � � � � � � � � � � � � j � � � � ,� _��� l►���% CONVERT EXISTING CONDO LIFf STATION. SEE NOTE 1. APPROXIMATE DIRECTIONAL DRILL STAGING AREA __ .._ I ____. , _._. . . �. , � "�"�� - � CONTRACTOR TO DECOMMISSION - - _. ,._._. . � - . �, EXISTING CITY-OWNED LIFf `, tl ` _ ... . + S ' _ � STATION • , � , h ; - .___ y ; ': . . . . ,, : n � . . ` � :. � .... , �... ,. ., . � ` � PROPOSED FENCE l __... � � , ;>�r �� �° AROUND RELOCATED i`_ �.,�, GARBAGE AREA. SEE EXTEND GRAVITY SEWER TO 4. �, � DWG N0. CO3 FOR PROPOSED LIFT STATION / � '� DETAILS SB-1/MW-1 �` s k' SB-2 � � �s,�' ' ;`, OPOSED 6'IDWEIWELL ' �. � t � ,��`: �� � �;; � �t - - - - - _.. .. ....._ -- ___ _...x.. _x x x —.x � .'_x — I� �i � � ;_- .� �,�-,..,_. �d ` -� ��� � ---_. .....__ _ �.....-.. _ �I". ` � � CONNECTTOEXISTINGKING � � � , � � I � � ,._ ���1 \� y I �, �� `: COUNTY SEWER MANHOLE _ � � � Z �� � � �'� �� �I � i i f � i � of�. , k� �'�t� �`\. § � E 1 � ; { E � .. ,y : . _ .... . . . ... .... i � ✓ �` �•. �' � : . � J 3JA � i ,i � � / MISTYCOVECONDOMINIUMS ; PROPOSEDELECTRICAL i�I : � � {��`` �j!( ( ,i �t � / � .SB-3 t - ' BUILDING � : � �'°� �`�,� ''`' �: 4 !i' � i ' , /. / �. �>�4"s=ja �.._.�, � . / . �2'� '� PROPOSED Bk6' I�� j j � i} �,j � / i ( j � ; � �VAULT �I� � � � I � � �� i ��� � ! � � - -.- � i --- =' � � � �� � � i ' / ' / � -� a �___ . + : �-+—_�— � - i r al} 'i i � Z � � �- : _ _ -U&E EXISTING B' W ' ��� ' � � - - SLEEVE UNDER RR � . . . �: , �L�' '°".,_�..s.,;.. � . st,� ��� : �'� c ° +:�ar ��•� : . , i.. . ..1;� � {� _1 - _ . � �4 .�{ ��� � , * � � 2}� �, �� _ _ �j � - J ;, � ' � �_ �r ._.— L ._ —.—._. �- � � .� .—.—.—.—._ -.— .._.- i .. — � _ � €t ,..���+�r�.,� �� —• � �'= , �� �' ( < � �i -. �. �s.�.;,, m�xt.-�,kr_ _.x_.,�>, �.�A _' �,;...,�:�, .._�- __ : I _�_ '• _ ��� '') , PROPOSED4'DIFM � __, !` I . x-,�-�.��. �,�_ �� .,,.��. � _ _ . � . : _ : � � ......_ � _ _ -- - .� _ � -- - --- .... _ � w_ _,:-- ; � �� - +.� ._ . _. _ ; __ _ _.; - _ - __ , � ;. _ - _ ' �� _ - . _.... . ; _._ , PROPOS AN� L �� � �- . � _: �i � i� : .- j . � �. _ .. - � -�- � � � . ;,� . — : � �...M1 ....__ � � MAN 0 E � � \ v � jl( �- i -. _ x �.._.._. W�—......— h...... ,� .... 5 .. � �_,�,._. w__ �...::.. . � .. ' I. ; � _ µ� ...... N . ...__ _ _ _. ' ...... _..1Y.. .__. ..— _W _ — .... W. .. . .. ....�� Y.. .. _ O'N'__ _.�- ..---��•%Y}i\r . I ( TEMPORARY GARBAGE . _ _ ......_. .. ... _....... _ _. _ . ....... . ...... ..... —_' —' _ — — . . . ' j �� i ( � � I�� t ` '' �� _ � RELOCATION AREA _ ; ; � i� � , _ 3 i � CARPORT � t-{ ._ / -' ', �. 1 � ��, - — ._ � : , .. . �-..__�� ...... — � ' `v� ; CARPORT _r. 1 � �i^ - � -- — — , � . T i _ t i 7 f � —. _� ...__ _ 1 `. � � .. � _ _ , _. — �. i .I —..... } . _ -� - ' ' PROPOSED LEGEND :,. N ___.._. .__... NOT FQR CONSTRUCTION � ° s i , „ ___ , , n I ! � ' SANITARYSEWER � ' - ' � �- WOOD FENCE ' � CHAINLINK FENCE FIGURE 1- GEOLOGIC EXPLORATION PLAN ' `' S"TFE"�E � —•— CONSTRUCTIONFENCE ` i - - - CONSTRUCTION LIMITS t' = 20' -- COIR LOGS OR HAY BALES t � "�% ASPHALT .�ai,: �f _ . _. : _.. ._ - _ .�F�F — . �- �:....�..�.�.., . ,.��---,�.�...,�.L._.-T---•— � ,_ .r. _ �� _ ___.c� cH ..__. ___.,,� : � �.� _ , • . ^`' ' ,. _ . ... . � � i � . w 4a;.;'. , ; PROPOSED 6' HDPE GRAVIN SEVJER LINE FROM EXISTING �'" , I'. "`%� _... __..._ . _ # �l , BUILDING DISCHARGE TO PROPOSED CITY-OWNED LIFf STATION. --- ' � ��`� CONSTRUCT VIA HOR�ZONTAL DIRECTIONAL DRILLWG. ---- I{ �` \�'' � _.. ._ . � , _____ '" � .. . .._ � s \ �_' EXISTING DUMPSTER AND FENCING TO BE RE PROPOSED LIFT STATION SfTE CITY-OWNED LIFT STATION PRIVATE DRIVEWAY �°' � o �; v� � ��� � H �: �t�, �e U �P �` � �' � Z 0 �; �; o �r; � N�p� LL 2' �'t�. ^ I- 2,',�r �� O .3 Jr� z u� z� Y " ' � �? C 1 U` � z g`g L z � ts �F � � � z� s�cfi �I Q � � � a �� � � � � � �; Q � � � a Sy O � �r� �' �' 4;y -(��+ yC��'1 �`':i' l�l t:`�� � ' W � � ♦ J��O O S g � � q � � Z � � O � � > � - � � s a � s � s � m � S o � € � g SCALE: SHOWN �_.' r. OAAYMG IS FULL 1lN.E WHEN 8411MF15UflE57 IMr.NO.: $MEE/M�.: CO2 04 ��W -. � : �.� ..,:�, ... r... .. , _, .z�: � EXISTING CITY LIFT STATION � PROPOSED LIFT STATION SITE � � � , 1 � i 1 �� �t �� � � s 1 APPENDIX A SOIL BORING LOGS 1 � � CJ� � � � � ,� � �, � ;� ��, � � ;� `� � � �,`� ` �,. � �� J 4 ' .,;.. �� . .... .. ..y........."���. �I� I I I !.9� � Steve Nelson, LEG Inspected by Description Well Completion Log REN Misty Cove SB-1/MW-1 Exploration Name July 17, 2013 Date 0— 22 feet: SILT and Silty CLAY (ML/CL). Olive gray to olive brown; low to moderate plasticiry; little fine sand; some organic/woody debris at 8 to 15 feet; some clayey zones; some sandy lenses and stringers; moist to wet below 13 feet; soft to medium stiff. (lakebed/alluvium) 22 — 25 feet: SILT with Sand (ML). Olive gray ; low to moderate� plasticity; little to some fine sand; some sandy lenses and stringers; wet ; medium stiff to very stiff. (lakebed/alluvium) 25 — 32 feet: Silty SAND (SM). Olive gray; fine, some medium, trace coarse; low plasticity fines; thinly layered; wet; medium dense. (alluvium/fluvial) 32 — 37 feet: Silty SAND (SM). Olive gray; fine, some medium; wet; loose to very loose (possible heaving conditions). alluvium/fluvial 37 — 46.5 feet: Silty SAND (SM). Olive gray; fine to very fine, some medium; non-plastic fines; wet; medium dense to dense. (alluvium/fluvial) REN 112 047 West of Proposed Wet Well Project Location Track Mounted Dietrich 50 HSA Rig, 4-inch I.D./6-inch O.D Holocene Drilling Drilling Equipment and Contractor � N utnoiogy L Wen ; a 5� SPT N-Value Q Completion � � 10 20 30 40 10 2� :<` 30 ::::: �...•�.�: _*� : ��:: 40 : �Total Drilled Depth = 45 feet. Total Sampled Depth = 46.5 feet 50 Groundwater observed in boring at 13 feet; in monitoring well at 9 feet. Boring completed as a monitoring well using 2-inch machine-slotted PVC with 0.020-inch slots and 10x20 Colorado Silica Sand filter pack, and hydrated bentonite chips. The well is secured with a flush-mount steel monument. � :60 :� 50 I ■ ■ ■ ■ ■ ■i ■ ■ ■i :■ ■ ■ ■ ■ ��: � �.�-Pj a r� h z, 4 t Steve Nelson, LEG Inspected by Well Completion Log REN Misty Cove SB-3 Exploration Name July 16, 2013 Date Description 0— 6 feet: Sandy and Silt Fill (SM/ML). Olive gray ; low plasticity; fine sand; some gravel; moist; Capped with 3-in Asphalt .(fill) 6-16.5 feet: SILT and Clayey Silt (ML). Olive gray to olive brown; low to moderate plasticity; little fine sand; some organic/woody debris at 8 to 11 feet; some clayey zones; some sandy lenses and stringers; moist to wet below 13 feet; soft. (lakebed/alluvium) Total drilled depth = 15 feet. Total sampled depth = 16.5 feet. Boring backfilled with hydrated bentonite. REN 112 047 Southeast corner of building Project Location Track Mounted Dietrich 50 HSA Rig, 4-inch I.D./6-inch O.D Holocene Drilling Drilling Equipment and Contractor � N ��cnoio L wen � a 5� SPT N-Value � Q Completion � � � 10 20 30 40 50 •----• 1 6/3/4 � 10 2 2/1/1 � 3 2/2/1 � 4 2/1/2 ■ . 2� 30 40 � � ; ; i J. I 50 ;70 :� .� 50 � � X 40 W 0 Z } 30 H U F— Q 20 � � 10 0 0 20 40 60 80 100 LIQUID LIMIT (LL) CL CH CL-ML ML MH SYMBOL SAMPLE DEPTH (ft) CLASSIFICATION % MC LL PL PI % Fines � RMC-1 15.0 - 16.5 (CL) Dark olive gray, lean CLAY with organic material 18 30 20 10 ■ RMC-1 20.0 - 21.5 (CL) Dark olive gray, lean CLAY 21 27 17 10 � RMC-2 12.5 - 14.0 (CL) Dark gray, lean CLAY 32 31 18 13 ', Laboratory Testing for RH2 Engineering LIQUID LIMIT, PLASTIC LIMIT AND PLASTICITY INDEX OF SOILS �A�EDS���S ��. Renton Misty Love METHOD ASTM D4318 PROJECT NO.: ZO� 2-O� 3 T9OO FIGURE: 3 HWAATTB 2012-013T900.GPJ 7/25/13 r-- - . . r _ . ---- - - . _ - . - _ � , . . - . _ t-- _ � -- • — : - �--- - — . � _, �— , .`� , . �.' _ — — --� . -- � 7 —, —.� _. � ��. l u � �� .i ,� f!. a� ;I ,j � STANDARD PLANS �l � .� A q �PLAN VIE� �l " IT VALVE BOX LID WITH EARS IN DIRECTION OF SEWER � 2" SQUARE MAIN AND WORD "SEWER" OPERATING NUT CAST INTO IT AIL 'IECE CAST IRON VALVE K, RICH-SEATTLE TYPE �" STEEL OLYMPIC FOUNDARY �� 4-1 /4" DIA. 1/8" MIN. THICKNESS LENGTH AS REQUIRED �•/ 1 /8" MIN. THICKNESS � 2-1/4" INSIDE MEASUREMENT 2-1 /4" DEPTH VALVE OPERATING NUT EXTENSION VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS VALVE MARKER POST SHALL IDENTIFY VALVES AS SEWER �S Y � � � PUBLIC WORKS �,0� DEPARTMENT �'NT� 24" 62" VALVE MARKER POST SEWER VALVE OPERATING NUT EXTENSION AND VALVE MARKER POST �' f �i i t�, � WHITE POST I ,� 3TD. PLAN - 404.1 SEPTEMBER 2011 � � ,� � �' SECTION A-A �. � � , BEDDING MATERIAL FOR SANITARY SEWER PIPE � (SEE NOTE 5) -� FOUNDATION LEVEL � � `�; � � N 1. 2. -� 3. � 4. 5. ,� ,� 6. 7. � :�. � � `S Y � * s_� � PUBLIC WORKS �, ``�� � DEPARTMENT �'NT � � � W(SEE NOTE 7) � LIMITS OF PIPE ZONE 1'-0" O.D. OF PIPE 6" -� BEDDING FOR SANITARY SEWER PIPE OTES: PROVIDE UNIFORM SUPPORT UNDER BARREL. HAND TAMP UNDER HAUNCHES. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. PIPE INSTALLATION SHALL BE PER SECTION 7-08 OF THE STANDARD SPECIFICATIONS. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS" AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS OR PEA GRAVEL. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. TRENCH WIDTH SHALL BE PER SECTION 2-09.4 OF THE STANDARD SPECIFICATIONS. PIPE BEDDING �� P� — �5 FOR SANITARY SEWERS OCTOBER 2012 ALL 90'TURNS SHALL BE ACCOMPUSHED- BY MEANS Of A WYE AND 45' BEND. 1W0 45' BENDS SHALL NOT BE ACCEPTABLE. 4�� BEND AS REQUIRED (NO MORE 1HAN 45' BEND). EVERY 2ND 4�� CLEANOUT WYE WITH CHANGE IN DIRECTION OR GRADE 45' BEND AND PLUG. WILL REQUIRE A SURFACE I I CLEANOUT WYE. w w z• z• J J � �• HOUSE o I HOUSE oI � � #a . a. SURFACE CtFANOUT I 6"x 6"x6" WYE � ' (SEE STD PLAN — 407) , • PROPERTY LJNE � 3' MIN. tO_ I w z• J F• � HOUSE o � a. HOUSE �-i 31-0" MIN. I I I- 4" SEWER PIPE I 4" SURFACE ;* (7`(pICAL) ' CLEANOUT . . WYE 4" TEST TEE WITH �PLUG FACE UP 4" CLEANOUT �n'pICAL) WYE WIiH PLUG _ I- io � c, 6"x 4" REDUCER c� ? (TYPICAL) ? MAIN SEWER LINE z X a a � � � c� o Z I � in � m c� z 0 � m IF THE BUILDING SEWER SERVES ANY FlXIURE HAVING FLOOD LEVEL RIMS LOCATED B0.0W THE ELEVAiION OF THE NEXT UPSTREAM MANHOLE COVER OF THE PUBLIC SEWER SYSTEM, A BACKFLOW PREVENTION DEVICE SUCH AS CLEAN CHECK EXIENDABLE BACKWAlER VALVE OR APPROVED EQUAL SHALL BE INSTALLED. � 4" FLEXIBLE COUPLJNG (FERNCO OR EQUAL) � � SURFACE CLEANOUT 4'�x 4��x4" WYE 4" PIPING PLAN BUILDING DRAIN FOR LOW ELEVATION HOUSE MAIN TO PROPERTY LINE 5'-0" 5'-0" PROPERTY LINE FROM THE HOUSE BUILDING DRAIN � SIDE SEWER BUILDING SEWER 2'-6" 3�-0"MIN. I TO 3�-0�� � � �� r I ��� ��! �m*1 � m� '�C mZzm O� 01 � D? ? nX� cn r"pv � o� ; c� " z mX � m�'-� �m N�z v�cD'� m�vr� ��� �x ��A.m r-i* p �� G� m m � v A �� z o �� D�� �m m�m� � C m 0� � D�D � ?�� �O N�VIy O � �� ��O m �o D� D �� � � �� z � m o� z� vmc�v � c�i,., °' m I°i m� rn a Z o � �x Z� o v oo, o�m rn x - n v� D��� � � NC � � �Z� A m m�v O!� m � c � c � D � m z v v TY � � � PUBLIC WORKS �,0� DEPARTMENT �'NT� �� � m z� N � X O O_ m � �m m D � � � z c� 4�� SEWER PIPE, SEE NOTES 2 AND 3. MINIMUM LINE SIZE FOR OhIER iHAN SINGLE FAMILY IS 6" PROPERN UNE NOTES: 1. Prior to installation of a sanitary sewer connection, a side—sewer permit must be purchased from the Clty of Renton Publfc Works Department. 2. Types of pipe and fittings that can be used for sanitary sewers shall be approved by the Department of Public Works. Rubber or neoprene gaskets as specifted by the manufacturer, shall be used on joints. 3. A minimum grade of 2� (1/4" per foot) must be maintained with 4� pipe. In the event a 2� grode cannot be maintained, the owner must sign a City of Renton grade release form and then can install 6" pipe at a grade of 1�. 4. For inspection of side sewer, call 24 hours in advance. The inspection phone number is on the side sewer permit. Site must be ready for inspection and representative on site when inspector arrives at appointed time. Side sewer and stub shall be tested per City specifications. Make the connection at the house. Do not backfill the ditch until approval is given by the inspector. Final approwl will be granted after the existing septic tank has been pumped out and filled with sand. 5. Install side sewer with 2� minimum cover. 18�� cover is allowed at the house if outlet is shallow. 6. If side sewer stub is not available. The owner shall be responsible for its installation per standard drawing 406.7. All work wlthin street right—of—way shall be done by a Iicensed and bonded contractor. 7. All work shall be accomplished in accordance with the Washington Industrial Safety and Health Act. (WISHA) 8. All trench restoration for side sewers in the public right—of—way shall conform to the most current trench restoration requirements as in the Renton Standard Drawings. 9. All bullding sewer and side sewers shall have bedding in accordance with standard drawing 405. 10. There shall be a minimum 10 foot horizontal separation between sanitary side sewers and water services and a minimum 5 foot horfzontal separatlon between sanitary side sewers and gjJ. other utilities. CALL FOR LOCATIONS BEFORE YOU DIG �. 48HR LOCATORS 1-800-424-5555 � TYPICAL BUILDING SEWER 3TD. PLAN - 406.2 � FROM PROPERTY LINE TO BUILDING CONNECTION SEPTEMBER 2012 � 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 w 0 0 80 160 236 316 396 476 556 632 680 680 a 50 140 220 300 380 456 536 616 696 712 708 708 a � 100 280 360 440 520 600 676 748 744 736 732 728 F 150 424 500 580 660 740 780 772 764 756 748 744 � 200 564 644 720 800 808 796 788 780 772 764 760 a 250 704 784 856 836 820 808 800 792 784 776 772 0 300 844 880 860 844 832 820 808 800 792 788 780 � 350 908 884 868 852 840 828 820 808 804 796 788 00 400 908 888 872 856 844 836 824 816 808 804 796 450 908 888 876 860 852 840 832 824 816 808 804 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 w 0 0 80 160 236 316 396 476 556 632 680 680 a a 50 220 300 380 456 536 616 696 768 760 752 744 � 100 440 520 600 676 756 836 840 828 812 804 792 � 150 660 740 820 896 932 908 888 868 856 840 832 w Q 200 880 960 1028 992 964 940 920 900 888 872 860 0 250 1100 1084 1044 1012 988 964 944 928 912 900 888 z 300 1132 1092 1056 1028 1004 984 964 948 932 920 908 - 350 1132 1096 1068 1040 1016 996 980 964 948 936 924 � 400 1132 1100 1076 1052 1028 1008 992 976 964 952 940 450 1132 1104 1080 1056 1036 1020 1004 988 976 964 952 T1ME SECONDS � � � 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 d 50 316 396 476 556 632 712 832 816 804 804 792 � 100 632 712 792 872 952 984 952 928 908 888 876 � w 150 952 1028 1108 1132 1088 1052 1020 992 972 952 936 � 200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984 a 0 250 1360 1300 1248 1204 1164 1132 1104 1080 1056 1036 1020 Z 300 1360 1308 1264 1224 1192 1160 1132 1108 1088 1068 1052 N 350 1360 1316 1276 1240 1208 1180 1156 1132 1112 1096 1076 400 1360 1320 1284 1252 1224 1200 1176 1152 1132 1116 1100 450 1360 1324 1292 1264 1236 1212 1192 1168 1152 1132 1116 T1ME SECONDS � � � i� � � 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 a 50 496 576 652 732 812 892 972 948 924 900 884 � 100 988 1068 1148 1228 1248 1192 1144 1104 1072 1044 1020 � W 150 1484 1564 1484 1408 1344 1292 1248 1208 1172 1144 1116 � 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192 Q 0 250 1700 1624 1560 1504 1452 1408 1368 1332 1304 1272 1248 Z 300 1700 1636 1580 1532 1484 1444 1408 1376 1344 1316 1292 ,� 350 1700 1644 1596 1552 1512 1472 1440 1408 1380 1352 1328 400 1700 16 52 1608 1568 1532 1496 1464 1436 1408 1384 1360 450 1700 1656 1616 1580 1548 1516 1484 1460 1432 1408 1388 11ME SECONDS PROCEDURE: SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. ALL SEWER PIPE SHALL MEET A MINIMUM AIR ALLOW 2 MINUTES FOR STABILIZATION, ADDING PRESSURE TEST OF 4.0 P.S.I.G. FOR 5 MINUTES AIR AS REQUIRED TO STABILIZE THE PRESSURE WITH NO LOSS OF PRESSURE. IF THERE IS A LOSS AT 4.0 P.S.I.G. OF PRESSURE, THEN THE T1ME OF THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.I.G. SHALL NOT BE LESS THAN THE 11ME SHOWN ON THE ABOVE TABLES. Y ��� °.� AIR TEST TABLE STD. PLAN — 410 ,o� PUBLIC WORKS ` -°�� + DEPARTMENT � LOW PRESSURE ) �'�N,�o� FOR SANITARY SEWERS MARCH 2O08 Utility Specifications Sanitary Sewer Notes and Specifications THESE NOTES SHALL APPEAR ON PROJECTS FOR THE WASTEWATER UTILITY. 1. All work and work material shall be in conformance with the standards and specifications of the City of Renton Planning/Building/Public Works Department and the latest edition of the WSDOT/APWA Standards and Specifications, as approved and modified by the City of Renton in the Renton Standard Plans & Specifications. A set of approved plans shall be kept on site at all times during construction. 2. The hours of work in the street right of way shall be per City specifications on weekdays unless otherwise approved in writing by the Planning/Building/Public Works Department. An approved traffic control plan must be obtained prior to beginning any work within public right of way. 3. All locations of existing utilities shown are approXimate and it shall be the contractor's responsibility to verify the true and correct location so as to avoid damage or disturbance. 4. A pre-construction conference and a 24 hour notice shall be required prior to starting new construction. It shall be the contractor's responsibility to secure all necessary permits prior to starting construction. (Inspection will be accomplished by a representative of the City of Renton.) It shall be the contractor's responsibility to notify the Public Works inspector 24 hours in advance of backfilling all construction. 5. Contractor is solely responsible for the means, methods and sequences of construction and for the safety of workers and others on the construction site. 6. It shall be the responsibility of the contractor to obtain street use and any other related permits prior to any construction. 7. Plans approved by the City of Renton, Public Works Department shall take precedence over all other plans. . 8. A copy of these approved plans must be on the job site whenever construction is in progress. 9. The contractor shall provide the City of Renton with an as-built drawing of the sanitary sewer system, which has been stamped and signed by a licensed professional engineer or licensed professional surveyor. 10. Backfill shall be placed equally on both sides of the pipe in layers with a loose average depth of 6 inches, maximum depth of 8 inches, thoroughly tamping each layer to 95 percent of maximum density. These compacted layers must extend for one pipe diameter on each side of the pipe or to the side of the trench. Materials to complete the fill over pipe shall be the same as described. il. Open cut road crossings for utility trenches on existing traveled roadway shall be backfilled with crushed rock and mechanically compacted unless otherwise approved by � � Utility Specifications 12. Datum for Vertical Control shall be North American Vertical Datum 1988 Meters, and for �, Horizontal Control shall be North American Datum 1983/1991 Meters unless otherwise approved by the City of Renton Public Works Department. Reference benchmark and �, elevations are noted on the plans. `� 13. All disturbed areas shall be seeded and mulched or otherwise stabilized to the satisfaction of the Department for the prevention of on-site erosion after the completion � of construction. 14. All pipe and appurtenances shall be laid on a properly prepared foundation in accordance with the standards and specifications of the City of Renton Planning/Building/Public Works Department and the latest edition of the WSDOT/APWA Standards and Specifications, as approved and modified by the City of Renton in the � Renton Standard Plans & Specifications. This shall include necessary leveling of the trench bottom or the top of the foundation material, as well as placeriment and compaction of required bedding material, to uniform grade so that the entire length of ' the pipe will be supported on a uniformly dense, unyielding base. Pipe bedding shall be � pea gravel 6 inches above and below the pipe. � 15. Sanitary sewer pipe shall be polyvinyl chloride (PVC) rubber gasketed ASTM D 3034, SDR 35, or ductile iron class 50, unless otherwise approved by the Wastewater Utility. 16. In unimproved areas, manhole to e�end minimum 6 inches and maximum 12 inches �' above finished grade or must have minimum 2' diameter concrete ring poured at grade. In paved area, cover must slope in all directions to match paving. ,� � � � � � � r ;� � ' � � ,� ,� 1 �1 ! � 1 1 ! �� � �� - . Append ix C Du lex RTU As-Built Plans p � FOR � s a n. ms n ce c BOTHELL, WA., U.S.A. 98�21-74QJ6 •(425) 481-1225 • FAX (425) 481-2115 www.systems—interface.com PROJECT N0. S12L01 S12L01-011 fd1 wHE M�fi �1.- 7 I A 42 61 — 61 . -.-,�- . TION TABLE THIS SHEET) I 4 �-�12 i I I � i � I I I I I I q 42 I I I L-------- --- Y 61 THRU 99 WIRE CIRCUIT RELAT[VE TO ASSEMB�Y SUB—ASSEMBLY (fd9 THRU 99 — EXCEPT AS NOTED B LOW) SYSTEM POWER (606VAC) L1, L2, L3 CONTROL POWER (AC): AC = CONTROL POWER HI NT = CONTROL POWER LO (GROUNDED CONDUCTOR OR"NEUTRAL) CONTROL POWER (DC): DC = POSITIVE (+) RT = RETURN OR COMMON MOTOR TERMINAL LEADS: Tt, T2, T3 SEGMENT NUMBER WIRE SEGMENT RELATIVE TO WIRE CIRCUIT NUMBER (6 THRU 9) ASSEMBLY IDENTIFICATION �JQ DESCRIPTION 32 POWER DISTRIBUT[ON 41 CON'fROL POWER AND RACKS 42 HARD WIRED CONTROL/COMM 43 DISCRETE INPUTS 44 DISCRETE OUTPUTS 45 ANALOG INPUTS 46 ANALOG OUTPUTS 47 SPECIAI MODULES ASSEMBLY IDENTIFICATION NUMBERS DIRECTLY REFERENCE DRAWING TYPE NUMBERS FOR COMPLETE DRAWING TYPE NUMBER LISTING SEE DRAWING NUMBER KEY. REFERENCE DWG: m1201 1'Bi�NAL BLOCK NIIA� ---------------------------------� DE3CPoP710N EXAMiPLE lEf�9NAL BLOC�C LAYOUT A4201 i � � I l I I I �1 — �t 2 � I I I ----------- -----'J 612 THE COMPLETE TERMINAL BLOCK NUMBER IS THE SAME NUMBER AS THE W[RE NUMBER WHICH TERMINATES ON THAT TERMINAL BLOCK. TERMINAL BL NUMBER DESCRIPTION, DRAWWG LOCATION REFERENCE AND ASSEMBLY IDENTIFICATIONS ARE IDENTICAL TO THE WIRE NUMBERS. REFERENCE WIRE NUMBER IDENTIFICATION ABOVE TERMINAL BLOCK ASSEMBLY NUMBER THIS NUMBER IDENTIFIES THE ASSEMBLY NUMBER FOR AN ASSEMBIY OR GROUP OF INDIVIDUAL TERMINAL BLOCKS. THE NUMBER IS ATTACHED TQ THE TERMINAL BLOCK IMMEDIATELY PRECEEDING THE TERMINAL BLOCK ASSEMBLY. THIS TFRMINAI BLOCK SERVES AS AN ASSEMBLY LABEL ONLY — NO WiRES ARE TERMINATED ON THIS BLOCK THIS NUMBER IDENTIFIES AN INDIVIDUAL TERMINAL BLOCK WITHIN AN ASSEMBLY OR GROUP OF TERMINAL BLOCKS .-��`_� S�stems Interface Inc. `' �_.__._�..i� 80THELL, WA., U.S.A. 98021-7406 •(425) 481-1225 • FAX (425) 481-2115 ww w. s ys tem s— in terface. com DRAWNG LOCA110N � DRAWING PANEL IDENTIfICATION REFERENCES DRAWING PANEL ID FOR ORIGIN OF WIRE NUMBER DRAWING TYPE NUMBER REFERENCES DRAWING TYPE NUMBER FOR ORIGIN OF WIRE NUMBER UMBER FOR ORIGIN OF WIRE NUMBER THE COMBINED WIRE CIRCUIT NUMBER AND SEGMENT NUMBER FIELDS ARE UTIUZED fOR PLC I/0 POINT NUMBERS. PLC I/0 POINT NUMBERS BEGIN WITH A LETTER CHARACTER AND FOLLOW THE PLC MANUFACTURER'S CONVENTION FOR PLC I/0 POINT IDENTIFICATION. PANEL ID, ASSEMBLY AND SUB—ASSEMBLY NUMBERS MAY BE OMITTED FROM WlRE NUMBER WHEN PLC POINT ID DEFINES A UNIQUE WIRE NUMBER. WIRE � EXAMPLE A4101 AC1 A4101—AC1 AC1 NT1 A4101—NTt NT1 ��� A41A1-011 e�z A41ai—��2 921 A4191-021 022 A41S1-022 054 A4161-054 A42H1 ,... A42A1-041 fd43 g51 652 112 113 121 122 123 A42�1-121 A4201-122 A4291-123 CITY OF RENTON RENTON WASHINGTON SYSTEM WIRING AND TERMINAL BLOCK LAST fe2-0t� REViSION Sr►.�8� m DRAWING NUMBER: S12L�11- �12�2 CAUTION ENCLOSED INDUSTRIAL CONTROL PANEL RELATING TO HAZARDOUS LOCATIONS WITH INTRINSICALLY SAFE CIRCUIT EXTENSIONS REQUIRED TO BE INSTALLED IN A NON—HAZARDOUS LOCATION. INSTALL PROPER CONDUIT RUNS AND SEALING FITTINGS BETWEEN HAZARDOUS AND NON—HAZARDOUS LOCATIONS IN ACCORDANCE WITH NATIONAL ELECTRIC CODES ENCLOSURE � � 1 E200�Q U� � B�ICLO� lOU81FiAl OOMAOL PAIB F�A7Nfi 70 FIAZAf�OIB LAG1710fB INII�I MFt19CAl1T BAFE CACIIf EXiB�ONB WARNING: SUBSTITUTION OF COMPONENTS MAY IMPAIR INTRINSIC SAFETY TO NON-INTRINSICALLY SAFE CIRCUITS e o Q�� 0 e 2ISR 0 e e e 5.0" MIN • �: � � _ 1 ::. I► NIlN9CINLT 8Ni CRql18 INSTALL ADJACENT TO FIELD WIRING TERMINALS -MNlflf�- �8111UIIOt10F CAIFClB�IIB AIAY IPAR MI�i9C S1IFETT AJSTALL ADJACENT TO INTR[NSICALLY SAFE COMPARTMENT OR AREA OF PANEL � �AUTION: SEPARATE AND SECURE AJTRINSICALLY SAFE FIELD WIRING FROM ALL OTHER WIRES BY AT LEAST 2 INCHES 8.0" MIN MTRINSICALLY 0 A 0 6� e ALL INTRINSICALLY SAFE AND NON-INTRINSICALLY SAFE SAFE FIELD WIRING CONDUCTORS TO BE CIRCUIT SECURED SO THAT ANY CONDUCTOR THAT MIGHT FIELD WiRING COME LOOSE FROM A TERMINAL CANNOT COME INTO CONTACT WITH ANOTHER TERMINAL e � � p � e ______NON-HAZARODUS AREA ---------- -------- �iAZARi5dU5 ARE�------------------------------ FOR CONNECTION ONLY TO PURELY RESISTIVE � NON-ENERGY STORING DEV[CE INTERNAL WIRING OF NON-INTRINSICALLY SAFE CIRCUI'fS TO BE POSITIVELY AND PHYSICALLY SEPARATEO FROM THAT OF INTRINSICALLY SAFE CIRCUITS BY ROUTING CLAMPING, PARTITIONING OR EQUIVALENT MEANS. REFERENCE UL 698A FOR DETAILED INTERNAL PANEL CIRCUIT SPACING REQUIREMENTS. NON-INTRINSICALLY SAFE CIRCUIT FIELD WIRING �______________________________ ____NON-HAZARODUS AREA XAZ/lR�� ARE/�----------------------- ALL CONDUIT AND CABLE MUST BE SEALED IN ACCORDANCE WITH THE NATIONAL ELECTRIC CODE NFPA 76 ARTICLE 504 WHERE THE CONDUIT OR CABLE EXITS THE HAZARDOUS LOCATION MAXIMUM CABLE LENGTH IN ACCORDANCE WITH INTRINSICALLY SAFE APPARATUS REQUIREMENTS FOR MAXIMUM RESISTANCE, CAPACITANCE AND INDUCTANCE NOTES: t. THIS DRAWING DEPICTS TYPICAL DESIGN ONLY. REFERENCE PROJECT SCHEMATIC DRAWINGS FOR APPLICATION SPECIFIC COMPONENTS, WIRING, FIELO DEVICES AND DEV[CE TERMINATIONS. 2. REFERENCE NEC ARTICLE 504 FOR FIELD WIRING OF INTRINSICALLY SAFE CIRCUITS. 3. ENCLOSURE TO BE CONNECTED TO A GOOD GROUND. 4. CAUTION - MAINTAIN SEPARATION BETWEEN INTRINSICALLY SAFE W[RING AND OTHER WIRING. �.'� r......: S�stems Inter f ace Inc. 80iHELL, WA., U.S.A. 98021-7406 t(425) 481-1225 • FAX (425) 481-2115 www. s ys tem s- in terfoce. com FIELD DEVICES SUITABLE FOR USE 5. WHEN MULTIPLE BARRIER MODULES ARE USED WlTH INTRINSICALLY SAFE APPARATUS. TF{E INTRINSICALLY SAFE CIRCUITS MUST EXIT VERIFY APPARATUS REQUIREMENTS 7}{ROUGH SEPARATE CONDUITS AND BE FOR SU[TABLE FIELD DEVICE. SEPARATED FROM EACH OTHER. oa� CITY OF RENTON o^� DRAWN BY: MAS 02-61-73 LAST 02-07- ENGINEER: MAS m2—m�—�3 RENTON WASHINGTON REVISION srn�ai CHEacED: TELEMETRY SYSTEM UPGRADES 0 '�aPRo'�°: SYSTEM DRAWING NUMBER: naaRoveo: INTRINSICALLY SAFE CIRCUIT rwTrni nrcTr_ni S12L�1- �12�3 ( ( QI �---------------�"dd� 5 5.1 TELEMETRY CONTROL PANEL 36� 34 � PUMP 1 PUMP 2 47� 104� 48� 105� 63 ..o :,,, 46 � 64 ,,,4 ,,,,, 1�3 43 44 45 � � �� � 62 49 � � �AFi�K� uiera ea� a� -- �-- --1 I �� I I I 8 I ft�+��� I I �- I I — I I �---------� HOFFM AN ENCLOSURE csoasza�e as" x 2a'• x i m' NEMA 4 ENCLOSURE ��6 � HOFFMAN BACKPANEL CP4824 as.z' x z2.z'. .- :�:�:� t S�sterns Inter f ace Inc. �,,., .. } BOTHELL, WA., U.S.A. 98021-7406 •(425) 481-1225 � FAX (425) 481-2115 w ww. system s— in terfa ce. com NOTES: [� NUMBERS INDICATE BILL OF MATERIAL KEY ID NUMBERS. REF DWG E2401. CITY OF RENTON o'°T ' RENTON WASHINGTON REVI ION �snie TELEMETRY SYSTEM UPGRADE fd 'I INDOOR DUPLEX RTU PANEL DRAWING NUMBE R: I ENCLOSURE & BACKPANEL S12L�1- E23�1 I�Y D MAM�ACTI��i PARi MIA��i D�CF�iION OTY ABIr6LY DENCE D COM�EN18 1 HOFFMAN ENCLOSURES INC. CSD482410 ENCLOSURE, CCINCEPT, WALL-MOUNT, NEMA 4, 48" X 24" X 10" 1 1.1 HOFFMAN ENCLOSURES INC. CP4824 BACKPANEL, 46.2" X 22.2" � 2 ALLEN-BRADLEY COMPANY 1492-J4 TERMINAL BLOCK, FEED-THROUGH, 660V, 35A, GRAY, #tm AWG MAX WIRE 14� 1THA 2.1 ALLEN-BRADLEY COMPANY 1492-EBJ3 END BARRIER , GRAY, FOR J3,J4,J6.J16 TERM[NALS 2 2.2 ALLEN-BRADLEY COMPANY 1492-EAJ35 END ANCHOR 12 3 ALLEN-BRADLEY COMPANY 4983-DC12RJ-20 FILTER AND SURGE PROTECTOR, DIN MOUNT, 20A, 1241V, UL 1449 / 1283 1 1TVSS 4 UTILITECH �69486 FlUORESCENT FIXTURE, 18", DIRECT WIRE, W/BULB 1 5 HOFFMAN ENCLOSURES INC. ALFSWD DOOR ACTiVATED LIGHT SWITCH 1 1SW 6 CEVITON-MFG-00; INC - 7599-DIN— - GFCI,-DUPL-EX,-15A;-DIN-MOUNT --L - 1RECP 7 PFANNENBERG 1 71 7 1 60001p THERMOSTAT, FLZ 520. NC, HEATER, AC OR DC, 32-14�F 1 1TA5 8 PFANNENBERG 170QJ6(dPJ5007 HEATER, FLH R,4DIANT, 6pW, 110-25fLVAC, DIN MOUNT 1 1HTR 9 PULS QS10.241 DIMENSION PON'ER SUPPLY, 24 - 28VDC, 1(dAMP 1 1P5 10_ PULS U61�.241 DC-UPS, 24VDC, i�AMP IN BUfFER MODE, 3.9 TO 27AH BATTERY RANGE 1 18CM 11 POWER-SONIC PS-12400 BATTERY, 12VDC, 40AH, SEALED LEAD ACID, AGM 1 78AT 12 IDEC CORPORATlON RH26-ULC-AC120V RELAY, 120VAC. DPOT, 8-BLADE. UL RECOGNIZED. LIGHT, CHECK 7 PF CR AC POWER FAIL 12.1 IOEC CORPORATION SH2B-05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 7 13 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, S-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 DPF CR DC POWER FAIL 13.1 IDEC CORPORATION SH26-NS RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 14 AILEN-BRADLEY COMPANY 1489-A1C2R1P1 MINI CIRCUIT BREAKER 1 POLE, 20A, UL489 1 1C8 15 ALLEN-BRADLEY COMPANY 1489-A10610 MINI CIRCUIT BREAKER 1 POLE, 1A, UL489 1 2C8 16 ALLEN-BRADLEY COMPANY 1489-A1CO2(d MINI CIRCUIT BREAKER 1 POLE, 2A, UL489 1 3C8 17 ALLEN-BRADLEY COMPANY 1489-A1C050 MINI CIRCUIT BREAKER 1 POLE, SA, UL489 1 4C8 18 ALLEN-BRADLEY COMPANY 1489-A1C�20 MINI CIRCUIT BREAKER 1 POLE, 2A, UL489 1 5C8 19 ALLEN-BRADLEY COMPANY 1489-A1C�2fd MINI CIRCUIT BREAKER 1 POLE. 2A, UL489 1 6C8 20 ALLEN-BRADLEY COMPANY 1489-A1C(D10 MINI CIRCUIT BREAKER 1 POLE, 1A, UL489 1 7C8 21 ALLEN-BRADLEY COMPANY 1489-A1CO2� MINI CIRCUIT BREAKER 1 POLE, 2A, UL489 1 8C8 22 ALLEN-BRADLEY COMPANY 1489-A1C01� MIIVI CIRCUIT BREAKER 1 POLE, tA, UL489 1 9C8 23 AILEN-BRAOIEY COMPANY 1489-AtCp10 MINI CIRCUIT BREAKER 1 POLE, tA, UL489 1 10CB 24 ALLEN-BRADLEY COMPANY 1489-A1CO2g MINI CIRCUIT Bf2EAKER t POLE. 2A, UL489 1 1106 25 ALLEN-BRADLEY COMPANY 1489-A1Cg2m MINI CIRCUIT Bf2EAKER 1 POLE, 2A, UL489 1 12C6 26 ALLEN-BRADLEY COMPANY 1489-A1C95� MINI CIRCUIT BREAKER 1 POLE, 5A, UL489 7 13C8 27 ALLEN-BRADLEY COMPANY 1489-A1C826 MINI CIRCUIT BREAKER 1 POLE, 2A, UL489 1 14C6 28 ALLEN-BRADLEY COMPANY 1489-A1C01p1 MINI CIRCUIT BREAKER 1 POLE, 1A, UL489 1 15CB 29 ALIEN-BRADLEY COMPANY 7489-A1Cm20 MINI CIRCUIT BREAKER 1 POLE, 2A, UL489 1 16C8 30 PULS CD5.241-L1 DC-DC CONVERTER, 24V, 3.8A 1 2PS 31 SIEMENS ENERGY & AUTOMATION, INC. ECG610 GROUNDING BAR, 10 TERMINALS, #4-14AWG CU 1 32 AIIEN-BRADLEY COMPANY 1769-L18ER-8818 COAIPACTLOGIX 537� 11 CON1ROIlER, 512 KB MQAOftY, ETHFRNET, ENBm� DIGITAL I/0, 161N/160UT, 24VDC PS 1 1PLC 32.1 ALLEN-BRADLEY COMPANY 1734-[88 INPUT MODULE, S CHANNEL, 24V DC 1 32.2 ALLEN-BRADLEY COMPANY 1734-I88 INPUT MOOULE, 8 CHANNEL, 24V DC 1 32.3 ALLEN-BRADLEY COMPANY 1734-IBS INPUT MODULE, 8 CHANNEL, 24V DC 1 32.4 ALLEN-BRADLEY COMPANY 1734-I88 INPUT MODULE, 8 CHANNEL, 24V DC 1 32.5 ALIEN-BRADLEY COMPANY 1734-IE4C INPUT MODULE, ANALOG, 4 CHANNEL CURRENT 1 32.6 ALLEN-BRADLEY COMPANY 1734-TB MODULE BASE 5 33 N-TRON 105TX ETHERNET SW[TCH, 5 PORT, UNMANAGED 1 tES 34 ALLEN-BRADLEY COMPANY 2711PC-T6M20D PANELV�W PLUS COAIPACT HN[, 6' MONOCFiROME, TOUCH SCREQ4. EIHERNET 1P, RS232. USB, 18-30VDC POWER 1 1HMI 35 CALAMP 146-5048-503 V�ER-SC-406 IP ROUTER/MODEM RADIO, UHF 45A-512 AIHZ, SINGLE PORT, 25/125/6.25 KHZ BANOWIDIH 1 35.1 DATARADIO COR LTD. 250-0697-103 CABLE, 18", RF PIGTAIL, RG400 TNC-MALE TO N-MALE 1 36 POLYPHASER IS-859LN-Ct LIGHTNING ARRESTOR, 56-7�6 MHZ, N-FEMALE, DC BLOCK, BULKHEAO MOUNT 1 37 CABLES PLUS, lLC PC5-GY-65 CAT5E BOOTED PATCH CABLE, RJ45-RJ45, 5 FT, GRAY (PKG/10) 1 38 CABLES PLUS, LLC PCS-GY-05 CATSE BOOTED PATCH CABLE, RJ45-RJ45, 5 FT, GRAY (PKG/10) 1 39 CABLES PLUS, LLC PCS-GY-fd5 CAT5E BOOTED PATCH CABLE, RJ45-RJ45. 5 FT, GRAY (PKG/10) 1 4m TURCK IMt-22EX-R INTRINSICALLY SAFE RELAY, 2CH, UL, 2�-250VAC, 20-120VDC 1 1SR1 41 TURCK IM1-22EX-R INTRINSICALLY SAfE RELAY, 2CH, UL, 20-256VAC, 20-120VDC 1 1SR2 42 ALLEN-BRADLEY COMPANY 1492-J4-8 TERMINAL BLOCK, FEED-THROUGH , 600V, 35A, BLUE, #10 AWG MAX WIRE 6 2TBA 43 ALLEN-BRADLEY COMPANY 80PJH-QRH2R PILOT UGHT, FULL VOLTAGE, LED. RED, MULTI-VOLT 12-130V AC/DC, TYPE 4X 1 1LTPT HIGH LEVEL 44 ALLEN-BRAOLEY COMPANY 800H-ORH2R PILOT LIGHT, FULL VOLTAGE, LED, RED, MULTI-VOLT 12-13P1V AC/DC, TYPE 4X 1 2LTPT LOW LEVEL 45 ALLEN-BRAOLEY COMPANY SP10H-QRH2R PILOT LIGHT, FULL VOLTAGE, LED, RED, MULTI-VOLT 12-130V AC/DC, TYPE 4X 1 3LTPT EMERGENCY PUMP 46 ALLEN-BRADLEY COMPANY 800H-HR2A SELECTOR SWITC:H, 2-POS, TYPE 4X, 1N0-1NC, MAINTAINED 1 1SS PUMP SELECT 47 ALLEN-BRADLEY COMPANY 800H-QRH2G PILOT LIGHT, FULL VOLTAGE, LED, GREEN, MULTI-VOLT 12-130V AC/DC, TYPE 4X 1 4LTPT PUMP 1 RUNNING 48 ALLEN-BRADLEY COMPANY 800H-QRH2G PILOT LIGHT, FULL VOLTAGE, LED. GREEN, MULTI-VOLT 12-130V AC/DC, TYPE 4X 1 SLTPT PUMP 2 RUNNING 49 ALLEN-BRADLEY COMPANY 890H-AR2A PUSHBUTTON, BOOTLESS, FLUSH, BLACK, 4X, 1N0-1NC 1 1P8 LAMP TEST 49.1 ALLEN-BRADLEY COMPANY 800T-XD1 CONTACT BLOCK, 1N0 3 SYM REVISION RECORD BY DATE SYM REVISION RECORO 8Y DATE DATE DATE a oRtcwn� cse �2-�a-�z " CITY OF RENTON DRAWN BY: C58 12-70-12 IAST 12-10-12 ��--'''� ENGINEER: CSB iz-�e-iz RENTON WASHINGTON REVISION srueo� `-"�- ,,,�;'=-....,. Systems Inte ace Inc. cx�EpcED: TELEMETRY SYSTEM UPGRADES 0 � /..�. APPROVED: ' �s INDOOR DUPLEX RTU PANEL DRAWING NUMBER: BOTHELL, WA., U.S.A. 98621-7406 + 425 481-1225 • FAX 425 481-2115 APPROVED: �� www.systems ( int) rface.com �� BILL OF MATERIAL S12L�1- E24�1 SHEET 1 I�Y D MAt��ACTI�Si PAHf I��i D�TION Q1Y A81�Y DENCE D Cq�B�(T8 49.2 ALLEN-BRADLEY COMPANY 8N6T-XA2 CONTACT BLOCK, 2 N.O. Z 50 IDEC CORPORATION RH26-ULC-OC24V RELAY, 24VDC, DPDT, 8-BLADE. UL RECOGNIZEO, LIGHT, CHECK 1 CR HH HIGH LEVEL FLOAT 50.1 IDEC CORPORATION SH2B-05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 51 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK i CR LL LOW LEVEL FLOAT 51.1 IDEC CORPORATION SH28-65 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 1 52 IDEC CORPORATION RH26-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, Ul RECOGNIZED, LIGHT, CHECK 1 CR ES EMERGENCY STOP FLOAT 52.1 IDEC CORPORATION SH28-05 RELAY SOCKET, DIN RAIL MOUNT, S-BLADE, FOR RH26 RELAYS 1 53 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, �PDT, 8-BLADE. UL RECOGNIZED, UGHT, CHECK 3 CR 3 LEAD PUMP REQUIRED --53.1 IDEC-CORPORATION - SH28-�5-- - REL-AY SOEKET,-DIN-RAIL-MOUNT,-B-BL-ADE: FOR-RH26-REL-AYS— - 1- - — 54 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 CR 4 LAG PUMP REQUIRED 54.1 IDEC CORPORATION SH28-�5 RELAY SOCKET, OIN RAIL MOUNT, 8-BLADE, FOR RH26 RELAYS 1 55 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 CR SEL BACKUP LEAD PUMP 55.1 IDEC CORPORATION SH26-f�5 RELAY SOCKET, DIN RAA. MOUNT, 8-BLADE, FOR RH2B RELAYS 1 56 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPOT, 8-BLADE. UL RECOGNIZED, LIGHT, CHECK 1 CR Mt PUMP 1 CALL 56.1 IDEC CORPORATION SH28-05 RELAY SOCKET, DIIV RAIL MOUNT, 8-BLADE. FOR RH2B RELAYS 1 57 IDEC CORPORATION RH26-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, IIGHT, CHECK 1 CR M2 PUMP 2 CALL 57.1 IDEC CORPORATION SH26-fL5 RELAY SOCKET, DIN RAIL MOUNT. 8-BLADE, FOR RH26 RELAYS t 58 IDEC CORPORATION RH26-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 CR 5 PUMP 1 RUNNING 58.1 IDEC CORPORATION SH2B-05 RELAY SOCKET, DIIJ RAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 59 IDEC CORPORATION RH26-ULC-DC24V RELAY. 24VDC, OPDT, 8-BLADE. UL RECOGNIZED, LIGHT, CHECK 1 CR 6 PUMP 2 RUNNING 59.1 IDEC CORPORATION SH2B-65 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH26 RELAYS 1 6� IDEC CORPORATION GT3A-6AD24 MULTIFUNCTION TIMER, DPDT, 11 PIN, 24VDC, �A" TYPE WIRING 1 1TR 60.1 IDEC CORPORATION SR3P-05 REIAY AND TIMER SOCKET 11-PIN, COMPACT 1 61 IDEC CORPORATION GE1A-C10MAD24 TIMER, ON-DEL�,Y, DPDT, 24VDC/AC, H.1S-10M, 8-PIN, UL LISTED 1 2TR 61.1 IDEC CORPORATION SR2P-SS BASE FOR 8-PII� RELAY/TIMER 1 62 ALLEN-BRAOLEY COMPANY 8RJ0H-AR2A PUSHBUTTON, BOOTLESS, FLUSH, BLACK, 4X, 1N0-1NC 1 2P6 ALARM RESET 63 ALLEN-BRADLEY COMPANY 80IDH-JR2A SELECTOR SWITCH, 3 POSITION, MAINTAINED, 4X, 1N0-1NC CONTACTS 1 2SS PUMP t HOA 64 ALLEN-BRADLEY COMPANY 800H-JR2A SELECTOR SWITCH, 3 POSITION, MAINTAINED, 4X, 1N0-1NC CONTACTS 1 3SS PUMP 2 HOA 65 ALLEN-BRADIEY COMPANY 1492-H5 FUSE BLOCK, OC W/ BLOWN FUSE INDICATOR,ISA 1 65.1 LITTELFUSE 313.25G1 FUSE, 1/4 AMP, 25AVAC, TIME DELAY, TYPE 3AG (ORDER IIJ MULTS OF 5) 1 1FU 66 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLON?J FUSE INDICATOR,ISA 1 66.1 LITTELFUSE 313.256 FUSE, 1/4 AMP, 25fdVAC, TIME DELAY, TYPE 3AG (ORDER UJ MULT'S OF 5) 1 2FU 67 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC: W/ BLOWN FUSE INDICATOR,ISA 1 67.1 I.ITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER W MULT'S OF 5) 1 3FU 68 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA i 68.1 LITTELFUSE 313.25� FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 4FU 69 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A 1 69.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 SFU 76 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ B�OWN FUSE INDICATOR,I5A 1 70.1 LITTELFUSE 313.25fd FUSE, 1/4 AMP, 25gVAC, TIME DELAY, TYPE 3AG (ORDER AJ MULT'S OF 5) 1 6FU 71 ALLEN-BRAOLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INOICATOR,ISA 1 71.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 259VAC, TIME DELAY, TYPE 3AG (ORDER IN MULiS OF 5) 1 7FU 72 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA t 72.1 LITTELFUSE 313.25N FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (OROER IN MULT'S OF 5) 1 SFU 73 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A t 73.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 9FU 74 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 74.1 LITTELFUSE 313.256 FUSE. 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 10FU 75 ALLEN-BRADLEY C4MPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 75.1 LITTELFUSE 313.256 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 11FU 76 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A 1 76.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT"S OF 5) 1 12FU 77 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A 1 77.1 LITTELFUSE 313.250 FUSE, t/4 AMP, 25mVAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 13FU 78 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, OC W/ BLOWN FUSE INDICATOR,iSA 1 78.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 14FU 79 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, OC W/ BLOWN FUSE INDICATOR,ISA t 79.1 LITTELFUSE 313.25fd FUSE, 1/4 AMP, 259VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 15FU 80 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA t 80.1 LITTELFUSE 313.256 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 16FU 81 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 81.1 LITTELFUSE 313.250 FUSE, t/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER QJ MULT'S OF 5) 1 17FU SYM REV[SION RECORD BY DATE SYM REVISION RECORD BY DATE DATE DATE CITY OF RENTON 0 ORIGIIJAL CSB 12-10-12 -� � DRAWN BY: CSB 12-10-12 LAST 12-10-12 � � S�stems Inte ace Inc. qEC�cp: �� �Z-�0-�2 TELE ETRY SYSTEMSUPGRADES REVISION 5 0eo� �4 '� APPRO�D� INDOOR DUPLEX RTU PANEL DRAWING NUMBER: . ___ ' BOTHELI.., WA., U.S.A. 98m21-7406 • 425) 481-1225 « FAX 425 481-2115 APPROVED: www.systems ( inYerfoce.com ( ) BILL OF MATERIAL S12LD11- E24�2 SHEET 2 KEY D MAM�ACR�6± PAFir Wl��i DEBCFP�ION OTY At3MBLY DEVICE D CCI�BfiB 82 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC: W/ BLOWN FUSE INOICATOR,ISA 1 82.1 UTTELFUSE 313.250 FUSE, 1/4 AMP, 25gVAC, TIME DELAY, TYPE 3AG (ORDER IN MULiS OF 5) 1 18FU 83 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC: W/ BLOWN FUSE INDICATOR,ISA 1 83.1 LITTELFUSE 313.25� FUSE. 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 19FU 84 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A 1 84.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 25�VAC, TIME DELAY, 7YPE 3AG (ORDER IN MULT'S OF 5) 1 29FU 85 ALLEN-BRAD�EY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 85.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 259VAC, TIME DELAY, TYPE 3AG (ORDER IN MULiS OF 5) 1 21FU - 86- - -ALIEN-BRADtEY-COMPANY- - 1492-HS— - - FUSE-BLOGK,-DG-W/-BLOWN-FUSE-INDICA70R,15A 1- - - - - - 86.7 LITTELFUSE 313.250 FUSE, 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULiS OF 5) 1 22FU 87 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 87.1 LITTELFUSE 313.25fd FUSE, 1/4 AMP, 251�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 23FU 88 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 88.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 24FU 89 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 89.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 7 25FU 9� ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BIOWN FUSE INDICATOR,ISA 1 99.1 LITTELFUSE 313.25� FUSE, 1/4 AMP, 259VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 26FU 91 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A 1 91.1 LITTELFUSE 313.255 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 27FU 92 ALLEN-BRADIEY COMPANY 1492-H5 FUSE BLOCK, OC W/ BLOWN FUSE INDICATOR,ISA 1 92.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 28FU 93 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 93.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 25fdVAC, TIME DELAY, TYPE 3AG (ORDER [N MULiS aF 5) 1 29FU 94 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DG W/ BLOWN FUSE INDICATOR,I5A t 94.1 LiTTELFUSE 313.25P1 FUSE, 1/4 AMP, 25mVAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 36FU 95 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 95.1 LITTELFUSE - 313.250 FUSE, 1/4 AMP, 25mVAC, TIME OELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 31FU 96 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 96.1 LITTELFUSE 313.250 FUSE. 1/4 AMP, 25HVAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 32FU 97 A�LEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 97.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 33FU 98 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 7 98.1 LITTELFUSE 313.250 FUSE. 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 34FU 99 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BIOWN FUSE INDICATOR,ISA 1 99.1 LITTELFUSE 313.25� FUSE, 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 35FU 10H ALLEN-BRAOLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,I5A 1 1H0.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 36FU 161 ALLEN-BRADLEY COMPANY 1492=H5 FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 101.1 LITTELFUSE 313.250 FUSE, t/4 AMP, 25fdVAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 37FU 102 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 102.1 LITTELFUSE 313.250 FUSE, 1/4 AMP, 250VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 38FU 1m3 ALLEN-BRADLEY COMPANY 800H-ORH2R PIlOT LIGHT, FULL VOLTAGE, LED, RED, MULTI-VOLT 12-13HV AC/DC, TYPE 4X 1 6LTPT MASTER ALRAM 104 ALLEN-BRADLEY COMPANY 800H-aRH2R PILOT LIGHT, FULL VOLTAGE. LED, RED, MULTI-VOLT 12-130V AC/DC, TYPE 4X 1 7LTPT PUMP 1 FAIL 195 ALLEN-BRADLEY COMPANY 800H-ORH2R PILOT LIGHT, FU(1 VOLTAGE, LED, RED, MULTI-VOLT 12-130V AC/DC, TYPE 4X 1 8LTPT PUMP 2 FAIL 106 IDEC CORPORATION RH26-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 CR 1 106.1 IDEC CORPORATION SH26-tl5 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 1 107 IDEC CORPORATION RH26-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 CR 2 107.1 IDEC CORPORATION SH2B-(d5 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS t 108 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 CR P1C 108.1 IDEC CORPORATION SH28-HS RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 1 169 IDEC CORPORATION RH2B-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK i CR P2C 109.1 IDEC CORPORATION SH28-05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 1 116 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT, CHECK 1 7CR 110.1 IDEC CORPORATION SH28-05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 1 111 IDEC CORPORATION RH28-ULC-DC24V RELAY, 24VDC, DPDT, 8-BLADE. UL RECOGNIZED, LIGHT, CHECK 1 SCR 111.1 IDEC CORPORATION SH28-PI5 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH28 RELAYS 1 112 ACROMAG 652T-060GJ 4-20MA LOOP POWERED ISOLATOR, 2 CHANNEL, 2 WIRE TRANSMITTER 1 113 ALLEN-BRADLEY COMPANY 1492-HS FUSE BLOCK, DC W/ BLOWN FUSE INDICATOR,ISA 1 113.1 LITTELFUSE 313.256 FUSE, 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MULT'S OF 5) 1 39FU 114 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, DC W/ BLOWN FUSE INOICATOR,I5A 1 114.1 IITTELFUSE 313.250 FUSE, 1/4 AMP, 25�VAC, TIME DELAY, TYPE 3AG (ORDER IN MU�T'S OF 5) 1 46FU SYM REVISION RECORD BY DATE SYM REVISION RECORD BY DATE DATE DATE CITY OF RENTON 0 ORIGQJAL CSB 12-70-12 ��• DRAWN BY: CSB 12-10-12 LAST 12-10-12 � S�stems Inte ace Inc ENGAIEER: CSB iz-�m-i2 RENTON WASHINGTON REVlSION sn�ea . cHEa<Eo: TELEMETRY SYSTEM UPGRADES e naaRovEo: INDOOR DUPLEX RTU PANEL DRAN/ING NUMBER: ` � BOTHF�l, wn., U.S.A. 98W21-74{d6 •(a25) a8i-1225 t FAX (425) 481-2115 ^PPRo`�o: BILL OF MATERIAL -- S12L�1- E24�3 www.systems-interface.com SHEET 3 � i I 1C8 20A E4 120VAC 60HZ 7PH r----1 � I i i I - I GND� � Z m a w -NT1 E41�1-DC1 E4101-OC2 9C8 �A E4101-DC3 0 o- 1008 1A E4101-DC4 0 o- 11CB 2A E4101-DC5 0 o-- 12C8 2A E4101-OC6 0 o-- 13C8 � E4101-DC7 0 o- 14C8 2A E41A1-DC8 0 o-- 15C8 �A E41�1-DC9 E4101-RTt 8ATC8 2A BATT+ + 12V BATTERY 40A/HR I H E4101—RT2 t - t - t - INPUT BATTERY OUTPUT 1UPS REPLACE READY BUFFER BATT. PlH1BIT 1 2 3 4 5 6 7 8 e 0 0 0 E4391-I:0/�9 BATTERY STATUS E4101-DC7 PLC WPUT [REF DWG E43R11] E4307-I:9/N8 UPS STATUS E414J1-DC7 PLC INPUT [REF �WG E4301] 2PS +F �+o a a+� _� �-o o _ ,—, E4101-361 E4101-RT3 ETHERNET SWITCH [REF DWG E4102] PANELVIEW PLUS [REF DWG E4162] ETHERNET RADIO [REF DWG E4102] PLC INPUT/OUPUT POWER [REF DWG E4102] BACKUP FLOATS [REF DWG E4201] DPF CR DC POWER FAIL 16C8 2� E4101-DC1f� ) SPARE o-- -_�:= �;�� _. ,,,, � S�stems Inter f ace Inc. y:......: l _ 80iHELl, WA., U.S.A. 98021-7406 •(425) 481-1225 . FAX (425) 481-2115 � www. s ystem s— in terface. com BRING ALL MDIV¢)UAL SHIELDS BRING ALL EWIPMENT CHASSIS TO BE GRWNDED TO TO EWIPAIENT GROUND (�). n+srnuu�rnnaN cRour+o ( � ). DO NOT DAISY CHAW. INSTRUMENT GND EWIPMENT GND a a AWC � ISOLATE FROM BOND TO ENCLOSURE ENCLOSURE � PLAMT SAFETY GROUND Wlhl STAR WASHERS AND (TRUE EARTH GRWND) REMOVE ENWGH PAWT FOR GOOD CONTACT � USE JUMPER WHEN ISOLAiED INSTRUMENT GRWN� NOT AVAILABLE. TYPICAL GROUNDING SCHEMATiC COMPACT LOGIX PLC CPU POWER [REF DWG E41p2] CITY OF RENTON ""' RENTON WASHINGTON LAST i2-ie REVISION s»�E TELEMETRY SYSTEM UPGRADES 0 INDOOR DUPLEX RTU PANEL DRAWING NUMBER: CONTROL POWER S12L�11- E41 �1 E41�1-DC1 E41p1- RT1 I---- --- - i I PANELVIEW PLUS COMPACT 606 � U1 N U � � � I � m m w w CAT5E ETHERNET CABLE E41 IL1-301 E4101—RT3 E4161—DC7 E4101—RT2 ETHERNET SW[TCH f� � wc+ wc— CG FP+ FP— .. . . � � — — r�4'�L'-r7SrLcr _ - ���_������� • • • • 1 _ _ � �� f-f ��: , � � � ' ����I I � ,... �... �-.. ,.. �u LI�L�L�I�L �r• r,• c• �:• � ;ITII`}"II`T"IITII—f I(� I;� I:� I;o � _ �..7 � 1I� II� C� li� i� ■ ■ ■I■ ■ ■ ■ ■ ■ I ��� ;^ � 1I� II� li� If� II ! a� a� a� va� a �' I�I�o� S I:� I;� I;� If� CZ7 � u �.� � I:� I,� I;� 1!� ' � ■_ ��■ � ■ ;� ■ .II u��.� � 1I� I;� I;� I;� ii .�: ��: �. �: � ul;� I;� II� I;� I;� ; ■ ■, ■��■ � ■, � ■ � =�.. , � II� I�� I:� 1I� �` �'� I;� I�� I;� I;� I: 'I s, s. -i, s, q'� ,� LJ �-,. �-,..-...•.■ �il ' ■� m ■ ■ ■ ■ ■�I CAT5E ETHERNET CABLE LIGHTING ARRESTOR RG400 ADAPTER CALBE —� E4101—DC6 � E4101—RT2 VIPER SC IP MODEM/ROUTER RADIO � � CATSE ETHERNET CABI_E d N O � I m ID � � w w � �=�y S�stems Interface Inc. � = _. __ BOTHELL, WA., U.S.A. 98fd21-74p16 •(425) 481-1225 . FAX (425) 481-2115 www. system s— in terfoc e. com CITY OF RENTON """ RENTON WASHINGTON REVI ION �sr►ie� TELEMETRY SYSTEM UPGRADE 0 INDOOR DUPLEX RTU PANEL DRAwING NUMBER: RACK LAYOUT AND S� 2L�J1— E41 �Z r.irru�nov �n�irr�iionTrnni z4wc [REF D WG E4161] � E4101-DCS E4101-RT2 E4201-OC8 11 12 ISR1 E4201-1 QJ0 HIGH LEVEL PUMP � o----- 1 7 START FLOAT � � CR HH I E4201-1�1 E42(dt-102 �-------_- 4 10 E4201-103 LOW LEVEL PUMP � �o----- 2 8 STOP FLOAT � E4201-104 5 9 E42m1-105 CR LL L_________ HIGH LEVEL UGHT aHH E4201-106 � R� HIGH LEVEI. � � INDICATOR TO 1PB PUSH TO TEST CR LL � � CR ES � b' CR1 E41G11-DC8 TR1 � � 11 g E42H1-112 p? !LL E4291-113 a? E4201-115 E4201-114 E4101-RT2 CR3A BACKUP FLOAT PUMP CALL LATCHING CIRCUIT 0-5 MIN SET IN F1ELD �AD PUMP REQUIRED � TR1 2 E4401-130 CR38 0-5 MIN SET IN FIELD BACKUP FLOAT PUMP CALL 2 RUN TIME DELAY 7 2 TR2 E4261-116 CR4 LAG PUMP REQUIRED �` 3 �[REF DWG E4202� Pi P2 ' CR SEL LOW LEVEL E42G11-?17 BACKUP LEAD PUMP UGHT SELECTION E4201-107 � � LOW LEVEL 2SS R LIGHT 0 F �� HAND AUTO CR4 E42g�_��y CR�yEL CR LL E420�_�22 CR ES OOX � � �� TO 1P8 PUSH TO TEST � [REF DWG E4202J I m N � i CR3A E4201-120 CR SE�L � I I m m I � a � w w I CR P1C I I " 11 12 � I ISR2 � E42m1-123 CR M1 PUMP 1 CALL X00 E4201-14tl E42fd1-108 I EMERGENCY PUMP I� � � CR ES [REF D G E4301] _� STOP FLOAT I E420�-10g E4201-110 CRMi� L _ _ _ _ _ _ _ _ _ 4 i� 3SS E4201-141 e 2 8 ¢ OFF -� HAND AUTO CR4 E42g�_�25 CR SE� CR LL E42g�_�Zg CR ES 0 5 9 e � OOX I j N CR3A E4201-126 CR SEL N E42�1-142 EMERGENCY � I I --� PUMP LIGHT E4201-111 � � j cmv � R EMERGENCY PUMP � .t CRM2 �� REQUIRED 11GHT I W CR P2C W E4201-143 I �-----� I TO 1P8 PUSH TO TEST � [REF DWG E4202] j -. CR M2 � E41m1-DCS E4201-129 PUMP 2 CALL � X00 .1. [REF DWG E4301] NOTES: E4101-RT2 E4701-DC8 � ONE SHOT RELAY. ENERGIZING OF 1TR SHALL CALL E4�g1-RT2 THE LEAD PUMP FOR PRESET ONE SHOT TIME. •:�yf �L stems Inte ace Inc DA� CITY OF RENTON °A� DRAWN BY: CSB 12-12-12 LAST 12-12-1 ENGINEER: CSB iz-iz-iz RENTaN WASHINGTON REvtSION sn�ea r-- -., , • CHECtcED: TELEMETRY SYSTEM UPGRADE fd �•� "PPRov�°: INDOOR DUPLEX RTU PANEL DRAWING NUMeER: BOTHELL, WA., U.S.A. 98021-7406 • 425 481-1225 + FAX 425 481-2115 APPROVED: ''� ,-___�_ _- �� ( ) i ) HARD WIRED CONTROL: �7( A �7( www.systems-i�te�face.com - 5� ZLfU� - E`r2K1� E41�1-DC7 ALARM RESET INTRUSION DISABLE KEYSWITCH METER VAULT FLOOD ALARM I BUILDING / PANEL ENCLOSURE INTRUSION VALVE VAULT IINTRUSION PHASE FAIL AC CONTROL POWER OC CONTROL POWER ALLEN-BRADLEY COMPACTLOGIX 5370 �1 1769-L18ER-BB16 2PB DC DIGITAL INPUTS ALARM RESET � E4301-I�/00 I/ FIELD CONNECTIONS �----------------� � INTRUSION OISABLE � I I ��4A E43tl1-106 I KEYSWITCH � E4361-I0/61 I�� ---� -------o o------- �--------� I I I I ��4A E43f�1-20g � METER VAULT FLOOD SWITCH � E43�1-I0/P12 I�2 ---T------ o-------�------- I I 3FU I �11�USION IIVTRUSION j 1/4A E4301-306 I SWITCH SWITCH I E43fd1-I0/tl3 I/3 $F-�3--- �-�o------��-- �-------- I I I I 1% A E4361-400 � I SN�ITCHN � E43m1-I0/04 I�4 $1-9--- ��------ 7------ �-------- I I 5� I I 1/4A E43N1-500 j PHASE FAIL j E43fL1-I0/fd5 I�5 ---r------ -0i�-o-------�------- I I 1 I I I � PF CR I E43�1-IH/66 I�g I I I I I I j �a � i E43�1-IPl� I/7 �----------------� U V E411 UPS OK BATTERY STATUS PUMP 1 IN HAND PUMP 1 IN AUTO PUMP 2 IN HAND PUMP 2 IIJ AUTO AC CONTROL POWER DC CONTROL POWER �. ��__, S�stems Inter f ace Inc. ,..... ` ,` BOTHEIL, WA., U.S.A. 98021-7406 +(425) 481-1225 « FAX (425) 481-2115 __.__ - www. system s—in terface.com CITY OF RENTON RENTON WASHINGTON TELEMETRY SYSTEM UPGRADE INDOOR DUPLEX RTU PANEL DIGITAL INPUTS BASE UNIT LAST t2-t2 REVISION sv►�8 0 DRAWING NUMBER: S12L�11- E43�1 I , I E4101-DC7 MCC CONTROL � POWER FAIL PUMP 1 RUNNING � PUMP 2 RUNNING TRANSFER PUMP RUNNING PUMP 1 FAIL PUMP 2 FAIL � 9 � � 1 TRANSFER PUMP � FAIL 1 SPARE � E4101-�C7 FIELD CONNECTIONS �------------------ � EXISTING MCC � r-- --� � j MCC CONTROL j � E43�2-1�0 � � POWER FAIL � � E4392-I:1/0 --0----1--t----�o{ fo-----y--L----�— I � � I � � � � I � � I � I I � I � � I I � � I � I I � I � � I E4302-161 I ; PUMP 1 RUNNING ; I E43�2-I:t/1 i i i i i i i i i i i i � i i i � i i i i i i i i i � I CR6 I � E4302-1R12 � I PUMP 2 RUNN[NG I � E43R12-I:1/2 I I I � � I I � � I I � � I I � � I � I I � I � � I �-� TRANSFER PUMP � I E43�2-103 � � RUNNING � � E4302-I:1/3 �----1- t----� �----y--L----�— I � � I I � � I I � � I � I I � I � � I I � � I I � � I I � � I E43H2-104 I � PUMPRBFAIL � I E4362-I:1/4 -9----�--r-f-�--oi I-o--$--i--�----�- I � � I I � � I I � � I I � � I � I I � I � � I I � � I � I CRS I � E4�_165 -T--i -{��-0i i4AI$--i--�- E43�2-�I:1/5 � , , � I � � I I � � I I � � I I � � I I � � I � j TRANSFER PUMP j� E4302-106 � � FAII � � E4302-I:1/6 �----1--t-----� �----1--L----�— � I I � I � � I I � � I I � � I I � � I I � � I � I I � � I I � E4302-167 I � SPARE � I E4302-I:1.7 -e-----�--r-----o{ lo------�--�----�- � �____________� I I I I I L-----------------J ALLEN BRADLEY 1734-I68 24VDC DIGITAL INPUT:i S P TS � 1 i IN2 � 2 3 IN4 -e 4 I�N 5 5 6 7 E4701-DC7 ,� SPARE �' � 1 SPARE � 1 PUMP 1 OVERTEMP � PUMP 2 OVERTEMP TRANSFER PUMP OVERTEMP PUMP 1 SEAL FAIL PUMP 2 SEA� FAIL TRANSFER PUMP SEAL FAIL 18FU 1/4A � 0 E4101-DC7 [REF DWG E4303] SLOT 1 ..:��t�.__ ,, S�stems In ter f ace Inc. l BOTHELL, WA., U.S.A. 98021-7406 •(425) 481-1225 • FAX (425) 481-2115 � ^ www.systems-interface.com FIELG CONNECTIONS �-----------------� � EY,ISTING MCC j � r------------� � E4392-200 I I SPARE I I E4362-3:I/6 —e----�--�-----� �-----=--�---{'3-- I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I E4302-201 j j SPARE j j E4362-3:I/1 -�3----t--r----o{ �-o------rt--r---$- i i i i i i i i i i i i i i i i i i i i i i i i i i i i E4392-202 � � PUMP 1COV�RTEMP � � E4302-L•2/2 —e---- � --�-{�---0i �o--{►}-�--� ---$— I I I I I I I I I I I I I I I I I I I I I I I I E4302-203 I I PUMP 2COVERTEMP I I E43p2-L•2/3 —�----�--�-�---0i �o--{+}-�--�---$— I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I �ANSFER PUMP I I E43�2-2H4 � � OVERTEMP � � E4302-I:2./4 -�----t--r-fl---ol i-o--�--t--r---�-i-- I I I I I I I I I I I I I I I I I I I I I I I I I I (CR4) I I E4362-2(d5 � � PUMF 1 SEAL FAIL � � E43m2-I:2/5 -e---- � --�-o----0i i�'-$-�--�----�- I I I I I I I I I I I I I I I I I I I I I I I I E4392-206 I I PUhIP 2CSEAL FAIL I I E4302-I:2/6 —e----�--�--[•]--O{ �o--$-=--�---�— I I I I I I I I I I I I � I I I I I I I I I I I I I I I I I I �ANSFER PUMP I I E4302-267 � � �EAL FAIL � � E4362-I:2/7 -e----t--r-----al lo-----�--r---�- � L------------J I I I I I �------------------J ALLEN BRAOLEY 1734-I88 24VDC DIGITAL INPUTS 8 PTS 6 �� � IN 2 � 2 3 � 4 IN�S 5 � TERMINAL LOCATED IN MCC CITY OF RENTON RENTON WASHINGTON TELEMETRY SYSTEM UPGRADE INDOOR DUPLEX RTU PANEL DIGITAL INPUTS 6 � 7 SLOT 2 DATE LAST t2-t2- REVISION s»�B< DRAWING NUMBER: 0 S12L�1- E43�2 E4101-DC7 2, CHECK VALVE 1 OPEN � 2� CHECK VALVE 2 OPEN � 2: SPARE � 2E FLOW TOTALIZER � 2i FLOW DIRECTION � 28 SMOKE ALARM �� ATS POWER ��4A OF'FLINE 30FU RAIN GAUGE � �4A E41 �1-DC7 FIELD CONNECTIONS r-----------------� j EXISTING MCC � r-------------� E43g3-3RJH I � CHECK VALVE 1 OPEN � I E4303-I:3/� —e-----=--r----� �----,--�-----�-- I � � I � � � � i � � i i i I � � I I � � I I I I � � I E4303-301 � � CHECK VALVE 2 OPEN � � E4303-I:3/1 �---- � --L-----oi �----�--� ----E'>- � �------------� I I I I I I I I I I I I I E4363-362 � SPARE � E4303-I:3/2 —e---- � --------oi �o--------� ----� I I I I I I I I I I I I I I I I E4303-363 I FLOW TOTALIZER I E4303-I:3/3 �----�--------0i i�-------�----a- I I I I I I I I I I I I I I I I E4303-304 j FLOW DIRECTION j E4303-I:3/4 —{�3----rt--------0i �-o-'-------r----8— I I I I I I I I I 1 I I I I I I E4393-305 � SMOKE ALARM � E43tl3-I:3/5 —e---- � -------� i�-------� ----� I I I I I I I I � EXISTING ATS � �------� I � ATS POWER� I E4303-306 I � OFFLINE � I E43f�3-I:3/6 �----�-----�---0� FO---7-----�----�— j L------J I I I I I I I I I I I j RAIN � E4363-307 � GAUGE � E4303-I:3/7 -�----rt--------oi i4-------r----s-- I I I I I I I I �------------------J ALLEN BRADLEY 1734-I88 24VDC DIGITAL INPUTS 8 PTS � 1 2 3 4 4 5 IN6 -0 6 IN7 � 7 E4191-DC 31FU GENERATOR � 4A WARNING GENERATOR FAILURE GENERATOR RUNNING GENERATOR LOW FUEL HIGH WET WEIL LEVEL FLOAT LOW WET WELL LEVEL FLOAT EMERGENCY STOP FLOAT DOUBLE CONTAINMENT FAIL 1 1 c E4101-DC7 SLOT 3 ;i''Y ' :�,�� , S�stems Inte ace Inc. f __ ._ BOTHELL, WA., U.S.A. 98m21-7406 •(425) 481-1225 . PAX (425) 481-2115 www. system s-interfoce.com FIELD CONNECTIONS r-----------------� j EXISTING GENERATOR j � r------------� I E4303-40f� I � GENERATOR WARNING � I E4303-I:4./6 -�---- �--� ----�{ �---- �--�-----$-- I � � I � � � � i � � � I � � I � I I � � I I � � I I � E4363-4�1 j I GENERATOR FAILURE I j E4303-I:4/1 �---- �--� -----a b----- �--� ----e-- � I I � I � � I � � � � I � � I � I � � � I I � I � � I E4303-402 � j GENERATOR RUNNING j � E43m3-I:4/2 -�-3---- � --r-----o-I I-o-----�--� --- �- I � � I I � � I � I I � I � � I I � � I I � � I I � � I � I I � E4363-4H3 I �GENERATOR �OW FUEL � I E4303-I:4/3 --0----�--� -----o-� �---- �--� ----�— I � � I � L------------J � � I I I I I I I I I E43P13-464 j CR HH j E4303-I:4./4 I I I I I I I I I I I I I I I I E4303-405 ; CR LL ; E4303-I:4./5 I I I I I I I I I I I I E4303-406 � CR ES I E4303-I:4/6 —� I � I I I � I I I I I I I I � DOUBLE � � CONTAINMENT � E4303-467 � a IL � E4363-I:4/7 „ I I I I I I I I L-----------------J CITY OF RENTON RENTON WASHINGTON INDOOR DUPLEX RTUPANEL DIGITAL INPUTS ALLEN BRADLEY 1734-IB8 24VDC DIGITAL [NPUTS 8 PTS 0 1 1 2 I03 3 4 4 5 I�N6 6 IN 7 � 7 SLOT 4 OATE LAST t2-i2-t REVISION 5naeo� 0 DRAWING NUMBER: S12L�1- E43�3 Customer CITY OF RENTON STATEMENT SUMMARY AS OF Aug 20, 2014 Thank you for your payment(s) Balance Forward Current Charges CURRENT TOTAL AS OF Aug 20, 2�14 � PUGET S�UIVD EIVERGY Page 1 of 1 Account No. 400000753659 Account Balance $34,991.39 CR $34,991.39 CR $34,991.38 $0.01 CR Statement Due Date Sep 10, 2014 AMOUNT DUE THIS STATEMENT $0.00 You have a credit balance on your account. This will be applied toward future charges. Descriation of Other Charqe Electric Line Extension Reference # 90488464 Construction Costs Charge for lifetime equipment maintenance. Service Address: 5025 RIPLEY LN N Job Order # 101088362 Project Name: MISTY COVE LIFT STATION PSE Contact: DAVE HONEYSETT PMT RCVD $34,991.39 CK #329930 Construction Costs Job Order # 108087131 Amount $34,743.32 33,223.00 �°��� � `� D ��Uf=, 2 7 C14 c�rY o� R N ;;T!LITY SY ,7 $496.12 ro►v �MS Electric Modified Service 90488464 Charge to disconnect and reconnect a service wire at a transformer, handhole, or junction box. $248.06 Job Order # 593151658 $248.06 Total of Other Charges $34,991.38 For information, emergencies, to report an outage or for changes to your account, please call 1-888-225-5773. Wl�en paying in person, plsase present both portions. When mailing remittance, please mail to Pugel Sound Energy, 80T-01H, P.O. Box 91269, BeYevue, WA 98009•9269 � � � � � � � � � � � � � � � — � � � � � � � � �. � � � � �. � � � �. � � � � � � .� .� � � � — � ... � � .� � � � � � �..� � .� � Please detach hare j and relurn this portion with your payment � � Current Bill Due Date � PUGET SOUND ENERGY Account: 400000753659 Sep 10 , 2014 me [�wrur m n, c..w nw�v+ Total Amount Due NONE Please make checks payable to Puget Sound Energy .���r�. 046289 1 A T 0.406 CO50 .�� I�I��II��I��I��I�I'i����I���II��������III������I��I�II�I���I����l CIIY OF RENTON Puget Sound Energy 3555 NE 2ND ST BOT-01 H RENTON WA 98056�192 P.O. Box 91269 �„ Bellevue, WA 98009 9269 0 rn � 0 12250000044369 0001 01 00400000753659 000003499138 000000000000 YOUR BILL INCLUDES CNARGES FOR ELECTflICITY, DELIVERY SERVICES, GEHENpL AUMINISTRATI011 AND OVEflHEAD, METERIHG, TAXES, CONSERVATION EXPEIISES AND OTHER ITEMS. Ways to Pay Your Bill Puget Sound Energy offers several payment options: • Online Payment and Paperless Billing • Automatic Payment from your bank account • Immediate Payment Online or by Phone (transaction fee applies) • By mail to: �Puget Sound Energy, Payment Processing FSO"(=U1 H, P.O. Box 91'269,' Bellevue, WA 98009-9269 • Budget Payment Plan helps even out bills " • In persoh at an authorized pay station, see PSE.com, or call 1-$88=225-5773 for payment locations _..._..._ _........._.__ ..............._........................._..._._... _.._....... _....__......................_: . Ways to Reach Us ' • PSE Customer Service 1-888-225-5773 • TTY For hard of hearing/speech disorders 1-800-962-949Ff • TRS Tel'ecommunications Relay Service 1-866-831-5iG1 • PSE Customer Construction Services 1-888-321-7779 �� Business hours: 7 a.m.-5 p.m. Monday-Friday " • PSE Energy,Advisors 1-800-562-1482 Business hours: 8 a.m.-5 p.m. Monday-Friday Bill Statement Codes • ESTM — Estimated or Prorated • CORR — Corrected/Adjusted • ACTL — Actual Emergency or Pow�r Ou4age Dial 1-888-225-5773 To report a natural gas or electric emergency or a power outage, 24 hours a day, call 1-888-225-5773 _._ ................_......__......................_.._............_.........._........_........_.........._... _........._..................._............_._........... Para informar sobre la emergencia del fallo de gas o electricicdad 24 horas al dia, Ilame 1-888-225-5773 �P%�IX -r�-1 �ly�/71c�%,K,�./J WCI'� ' %�Y�IT � � �c 24 �� `�� i�] � � �, 1-888-225-5773 yT0661 COOF)LI�VITb 06 8B7pV1Vl, CBA38HHON C f1rJV1rJO,�,HbIM f730M V1�V1 3AeKTp03H2j'J�V12V1, N�Vt O flep2pb1B2 B noqaye aneKTpoaHeprv�v�, ssoH�nTe no renec�oHy 1-888-225-5773 KpyrnocyTovHo We can translate for other languages. Call 1-888-225-5773. __ _..._ ................._.........._.........__._._...........................__........__......._.__....... - ........_.. _.._....__..._ _ __ _ __ ... Customer Service Guaran4ees Appointments: You will receive a$50 credit on your PSE bill if we do not keep a set appointment to install new or reconnect existing service or inspect natural gas equipment. Exceptions apply during major storms or significant events beyond our control. Electric service restoration: If your electric service is out for 120 consecutive hours or longer, you may be eligible to receive a$50 credit on your PSE bill after you report the outage or request the credit within seven days of the outage. Certain conditions beyond our control will cause the guarantee to be suspended. If you have questions or concerns or a dispute regarding your energy bill or service, ; please call us during business hours Monday-Friday, 7:30 a.m. to 6:30 p.m. at ' 1-888-225-5773. Any necessary corrections will be made promptly. If further follow- ; up is required, ask a PSE Customer Services supervisor to assist you. Every effort ' will be made to resolve disagreements and misunderstandings. If you are dissatisfied ; with the resolution, you may contact the Consumer Affairs section of the Washington ' Uti�ities and Transportation Commission at 1-800-562-615U or complete an online '. coYnplaint form at www.utawa.gov. Copies of information on rules, rates, power supply i fuel mix, regulations, customer rights and responsibilities, as well as an annual report, ; are available by calling 1-888-225-5773 and at PSE.com. _.._ .._........_... _... - - -._..._...... Explanation of Terms Used Basic Charge ihe basic charge covers a portion of the costs for billing, meter reading and other related fixed costs. These fixed costs do not vary with the amount of electricity or natural gas used or the number of days covered by the bill. Delivery Charge This charge is for the construction, operation and maintenance of natural gas pipes, gate stations, pressure regulators and other equipment necessary for the delivery of natural gas to you, based on the amount of natural gas used. Your bill is due and payable upon delivery. A late payment fee of 1 percent per month will be assessed on balances which remain unpaid for more than 10 business days after the due date on the bill. A 30-day delay of the Iate fee ': will be granted to low-income customers who notify PSE that they have applied to a low- ; income organization for financial aid. Customers : participating in the Budget Payment Plan will be exempt from any late payment fee as long as the ! agreed-upon payment terms are kept current. - -......_ ........... ............_...--.................................._._ ___........._-- ... -- - _...- -.... Electric/Natural Gas Cons. BTU Factor Program Charge British thermal unit is a measure of heat content. Every customer helps pay for the costs of The BTU factor is an adjustment factor based on weatherization and conservation programs. the actual heat content of the natural gas. Energy Exchange Credit l"his credit applies to residential and qualified sr�iall farm electricity customers only. It is a pass-through of the Federal Columbia River E;ehefits supplied by BPA. These benefits are (r'orn low-cost power generated by federal hydraelectric dams. kWh A kilowatt hour is a measure of 1,000 watts of elect�icity consumed in 1 hour. A 100-watt liyht bulb consumes 1 kWh of electricity over 1U hours. CCF CCF stands for hundreds of cubic feet, a measure of the volume of natural gas used. Therm A therm is a unit of heat that equals 100,000 BTU. A therm is the volume of gas (CC� that when multiplied by the BTU factor equals 100,000 BTU. A natural gas stovetop burner on for 10 hours would use approximately one therm of natural gas. One therm of natural gas is equivalent to 29.3 kWh of electricity. 1001 04/13 o.. i. .. �. I - �� �\ �`/ � � S �u��'i i` �l.�'.�� � : CITY OF RENTON FAIR PRARICES POLICY AFFIDAVIT Of COMPLIANCE ��t�Y}�6 � � hereby confirms and declares that: (Name of �ontrector/subcon actor consultant) It is the policy of the above-named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; nationai origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. The above-named contractor/subcontrac[or/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III When applicable, the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. ���l�n � �z l��.n t Print Agent/Representative's Name rnr �IlL1��/� --�— Print Agent/Representative's Title �� :�.-,.� ��{.��,�� Agent/Representative's Signature �-��-/�t Date Signed Instructions: 7his document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this dowment(s� with the contract. 1r`��5��- ��v� �rT S��T�vr� � � c� v� �--.�� jv� �� C�� 1'� NOTICE TO OWNER 236009 DATE: 04/O 1 /2014 IMPORTANT: READ BOTH 51DES OF THIS NOTICE CARE- FULLY. PROTECT YOURSELF FROM PAYING TWICE. 7196 9004 5232 3600 9028 W42289 YOU ARE HEREBY NOTIFIED THAT... TO OWNER or Reputed Owner (on private work) 02 or PUBLIC AGENCY (on public work): 425-430-7279 CITY OF RENTON ATTN: JOHN HOBSON 1055 S GRADY WY RENTON WA 98057 UNITED RENTALS (NORTH AMERICA), INC. 6862 3200 HARBOR LANE N MINNEAPOLIS MN 55447 Brief description of professional services, materials, or equipment provided or to be provided: RENTAL EQUIPMENT TO CONSTRUCTION LENDER or Repuied Const� �ci�or Le��rier, if a� iy. AT THE REQUEST OF: NONE/BOND #338670P/BOND CO: (Name of person placing the order) DEVELOPERS SURETY & [NDEMNITY CO C/O KIBBLE & PRENTICE 601 LINION AVE #1000 SEATTLE WA 98101 360-863-1955 GARY HARPER CONSTRUCTION INC 14831 223RD ST SE SNOHOMISH WA 98296-3989 TO ORIGINAL CONTRACTOR or 03 Reputed Contractor, if any: for the building, structure or other work of improvement 360-863-1955 located at, or on property described as follows: GARY HARPER CONSTRUCTION INC 14831 223RD ST SE SNOHOMISH WA 98296-3989 RECEIVED APR 4 2014 CITY OF RENT�N UTILITY SYSTEMS C #WWP-27-3678 5024 RIPLEY LN N RENTON WA "MISTY COVE LIFT STATfON REPLACEMENT" SENDER: Caprenos, lnc. 4345 Murphy Canyon Rd, Suite 200 San Diego, CA 92123 tel: (800) 854-2100 On behalf of: UNITED RENTALS (NORTH AMERICA), INC. THIS IS NOT A LIEN: This notice is sent to you to tell you who is providing professional services, materials, or equipment for the improvement of your property and to advise you of the rights of these persons and your responsibilities. Also take notice that laborers on your project may claim a lien without sending you a notice. OWNER/OCCUPIER OF EXISTING RESIDENTIAL PROPERTY Under Washington law, those who furnish labor, professional services, materials, or equipment for the repair, remodel, or alteration of your owner-occupied principal residence ana who are not paia, have a right to enforce their claim for payment against your property. This claim is known as a construction lien. The law limiis the amount that a lien claimant can claim against your property. Claims may only be made against that portion of the contract price you have not yet paid to your prime contractor as of the time this notice was given to you or three days after this notice was mailed to you. Review page 2 of this notice for more information and ways to avoid lien claims. COMMERCIAL AND/OR NEW RESIDENTIAL PROPERTY We have or will be providing professional services, materials or equipment for the improvement of your commercial or new residential project. In the event you or your contractor fail to pay us, we may file a lien against your property. A lien may be claimed for all professional services, materials, or equipment furnished after a date that is sixry days before this notice was given to you or mailed to you, unless the improvement to your property is the construction of a new single-family residence, then ten days before this notice was given to you or mailed to you. IMPORTANT INFORMATION ON REVERSE SIDE �. Important Information for Your Protection � i nis notice is ser�t to inform you that we have or will provide professional services, materials or equipment for the repair, remodel or alteration of your property. We expect to be paid by the person who ordered our services, but if we are not paid, we have the right to enforce our claim by filing a construction lien against your property. • LEARN more about the lien laws and the meaning of this notice by discussing them with your contractor, suppliers, Department of Labor and Industries, the firm sending you this notice, your lender, or your attorney. • COMMON METHODS TO AVOID CONSTRUCTION LIENS: There are several methods available to protect your property from construction liens. The following are two of the more commonly used methods. • DUAL PAYCHECKS (Joint Checks): When paying your contractor for services or materials, you may make checks payable jointly to the contractor and the firms furnishing you this notice. • LIEN RELEASES: You may require your contractor to provide lien releases signed by all the suppliers and subcontractors from whom you have received this notice. If they cannot obtain lien releases because you have not paid them, you may use the dual payee check method to protect yourself. • YOU SHOULD TAKE APPROPRIATE STEPS TO PROTECT YOUR PROPERTY FROM LIENS. • YOUR PRIME CONTRACTOR AND YOUR CONSTRUCTION LENDER ARE REQUIRED BY LAW TO GIVE YOU WRITTEN INFORIVIATION ABOUT LIEN CLAIMS. IF YOU HAVE NOT RECEIVED 1T, ASK 'TH�:M FUF� 11'. United � Rentals 3200 Harbor Ln North Minneapolis, MN 55447 Tel: (763) 509-2400 Fax: (866) 585-6676 www.unitedrentals.com Enclosed is a preliminary notice we have sent to our customer, to the original contractor and to the owner of the property. THIS NOTICE IS NOT A LIEN and is not recorded against your property. This notice is not a reflection of the integrity of any contractor or subcontractor nor is it an indicator of their creditworthiness, financial standing or ability to pay us. The undersigned supplier has agreed to furnish equipment and/or materials for a work of improvement on your property. It is our policy to serve a preliminary . notice so that you, the contractor or owner, are made aware of the equipment and/or materials supplied. This notice also provides the undersigned a legal remedy of a mechanic's lien in the event of non-payment. This remedy is available even if you have paid your contractor or subcontractor. You may protect yourself against this consequence through the release process which allows you to monitor amounts due and payments made. By the time you receive this notice, there is a possibility that some or all of your balance has been paid. Should you have any questions or concerns, please contact us directly at 1-877-509-2400. NOTICE TO OWNER BM-10-WA IMPORTANT: READ BOTH SIDES OF THIS NOTICE CAREFULLY. PROTECT YOURSELF FROM PAYING TWICE. Operator. oEear Call Date: p2iz��i4 Ref.# srrdeRa�[ Ro2�zo�s Page i �f! TO: OX Owner ❑ Lender ❑ Contract ❑ Lessee Qate of Mailing: n3jrisiia Service Date: baia�i�4 ' Certification #: �oi3io90000zisoz6s�i on�so4� Owner'S AddfeSS: Member # ni�oa�sa<s= ..lob # o�.r�soas-i _ ,. CITY OF RENTON/* IOSS S GRADY tV.9Y FfOfTI: N/COI_/, D.P. !NC ' .. . . . .. RENTOA( WA 98057 ; � .. AT THE RE�UEST OF: GARYI�ARPER'CONSTRUCT/ON • ' TO: ❑ O���r.er ❑ Lender � Contract ❑ Lessee Certification #: 701310900001150?6b'74 OI�65048 _ _ _ Address: GARYHARPER CONSTRUCTIONlNC 1483 / 223 ST SE . . _.. . _. SNONOd4ISH, WA 98296 TO: ❑ Owner ❑ Lender ❑ Contract ❑ Lessee Certification #: • • Address: , . (NAME OF PERSON PLACINr, THE ORDER) Brief description of professional services, materials, or equipment provitled or to be provided: .5�;�1�� n��t The property is locatetl at: Atltlress: snzinrPiEYtN�v. County: KINq, RENTON . , State of Washington LOt ; BIOCk Add ti11STYCOVGL/FTSTATI ON . . . Tax Lot: * � � Section,* , Township *� Rang * of the W.M. as Described. LENDER/SECURITY INTEREST RECORDING INFORMATION: THIS IS NOT A LIEN: This notice is sent to you to tell you who is providing professional services, materials, or equipment for the improvement of your property and to ativise you of the rights of these persons and your responsibilities. Also take note that laborers on your project may claim a lien without sending you a notice. OWNER/OCCUPIER OF EXISTING RESIDENTIAL PROPERTY Under Washington iaw, those who work on or provide materials for the repair, remodel or alteraiion of your owr�er-occupied principal residence and w�o are nat paid, have a right to enforce their claim for payment against your property. This claim is known as a construction lien. The law limits the amount that a lien claimant can claim against your property. Claims may only be matle against that portion of the contract you have not yet paid to your prime contractor as of the time you received this notice. Review the back of this notice for more information and ways to avoid lien claims. COMMERCIAL AND/OR NEW RESIDENTIAL PROPERTY We have or will be provitling labor, materials, professional services or equipment for the improvement of your commercial or new residential project. In the event you or your contractor fail to pay us, we may file a lien against your property. A lien may be claimetl for all materials, equipment, antl professional services furnishetl after a tlate that is sixty days before this notice was mailed to you, unless the improvement to your property is the construction of a new single-family residence, then ten days before this notice was mailed to you. The following explanatory paragraph is not required by RCW 60.04.031, antl is inclutled by BMDA: This notice is part of transacting business in the construction industry, and is to inform you that if the person or firm who supplied labor, materials, equipment or services, for some reason or another does not receive payment, they would then have the right to file a lien on your property for labor, materiais, equipment or services they provided and which remain unpaid. This notice is not a direct reflection upon the integrity or cretlit standing of yourself, your lender, or your contractor. No further notice to you of this or any subsequent delivery may be necessary. Further, not all pe;rsons or entities entitled to a construction lien are required to give this notice. There are some exceptions. This notice provitles GENERAL INFORMATION ONLY. It should not be viewetl as a substitute for legal ativice. Sentler: Building Material Dealers Association (BMDA), Agent AtldfeSS: 1006 SE Grand Ave. Suite 301 Portland, Oregon 97214 Telephone: (503) 208-3763 - 888-960-6329 - FAX (971) 255-0790 IMPORTANT INFORMATION ON REVERSE SIDE (�1992byBMDA IMPORTANT INFORMATION FOR YOUR PROTECTION BMDA-0002(3-00) �f;�x,���G��'����i ��`��I���N����������� ������� ���� ����� � ������� ihis notice is sent io inForm you tfiat Gve have or will provide materials, professional se�.�ices, or eyuipment for fhe repair, remodel, or alteration of your property. We e;;pect fo be paid by the person who ordered our services, but if Gve are not paid, we have ihe right to enTorce aur cl�im by fiiling a construcfion lien againsf your property. ��:AE �� nore �bou� the lien laws and the rne�ning of fhis notice by discussinc� with your contractar, sup�liers, ciepaiiment of labor and industries, tf�e firm sending you ihis notice, your Iender, or your atiorne}+. ��J�e���;�6� P��� i�-Z�i�S Y'� �.VC3l� �;�i9� aTr�4.l�'�6�f� �.6�i ��: There are s�veral methocls avai(aole to protecf your property from construction liens. The following are two of the more commonly used methods. €:���i�. G���f��-€��f�� (Join� Chec{<s): 1.Nhen paying your con4ractor for services or maierials, you may make checks payable jointly to the contractor and the firms furnishinc� you this notice. 9�f��'� �3��.F�.���: You may require your contractor� to �3rovide lien releases signed by �Il il-�e suppliers a7d subcontractors from v�Jhom you have received fhis noiice. If they cannot ob�t�in lien releases because you have not paid them, you may use the dual payee check methoci #o protect yourself. YOU Sh(�ULQ 1�1KE Wi--fATEVER Sl EPS YOU BELIFVE NECESS�F�YTO PF301 ECT YUUR PFiC�i'ER-fY FROM LIENS. YOUR P�iIUIE CUN I RP;CT�R AND YOUR CONS7FitJCTION LEND�R ARE REG?UlSED EiY L�;W TO GI\/E YOU V`JRITTEN IPdFORt,�ATION AGUU I LIEIV CLI�IMS. IF YUU FIA\/E NOT RECEIV�D IT, F�SK THCfVi FC)R IT. lC!??OHTAfJT 1pIfOFMA'(10(J DIJ REVERSE ufOE . � � Cadman, Inc. Credit Department 300 E John Carpenter #1500 IRVING, TX 75062 US 7100 6309 2640 6696 8461 U S POSTAGE �� �T►�v aov✓Fs � ��� � �. �� �'�' -�°�= � 003.78 0:� ��'r 1 \L����'J14 FEB 2 � 2014 CITY OF RENTON FEB 2 4 ZD14 RENTON, cin oF RE�E��E� UTILITY SYSTEMS 1055 S GRADY \RAT'�C� RENTON, WA 98055 FRKs�fi��C� �� r � ct S� G� ;� /c� .�6`' � .�o �ti�. 1� l�s�+, �' �1 G��,--13-/-7G _ j,���i��i}��it��llliill�li��l�ll��'{1lI�Ii��I�i���j�l�iilii�i��t� :..�:�:w �`"._��� ._`�.•� - _ PR��INfINARY ivOTICc c�F iiN� tN i i O i:LAllv� A�A�NS�f BOND (Vifash. Rev. Code Section 39.08.065) ""*GENERAL / OTHER CONTRACTOR""` """LENDER / SURETY'""� SAME AS CUSTOMER *"•'CUSTOMER*"" GARY HARPER CONST INC 14831 223RD 5T SE SNOHOMISH, WA 98296 P.O. #: •""PUBLIC ENTITY OR REPUTED*"" RENTON, CITY OF 1055 S GRADY WAY RENTON, WA 98055 • You are hereby notified that Cadman, Inc. Credit Department has furnished or will furnish labor, service, equipment or material of the following general descnption: Cement, Ready-Mix, Aggregate, Block & Related for the building structure or other work of improvement known as 7846471-02113/14-MISTY COVE LIFT STATION REPLACEMENT - LK WA BLV - P0:23391 project, located at 5021 RIPLEY LANE N, RENTON, WA, County of KING. • The name of the person or firm who contracted for the purchase of such labor, services, or material is GARY HARPER CONST INC, 14831 223RD ST SE, SNOHOMISH, WA 98296. •An estimate of the total price of the labor, services, equipment or material is • REQUEST FOR COPY OF PAYMENT BOND AND NAME OF SURETY COMPANY To Contracting Party: RENTON, CITY OF or Sfate Comptro0er � The urder��qned ciaimant hereby declarPs th�t he has supp�ied or will supply labor or materials as described above, that the _ paymeut ha5 noi yef'c,aen macic theraforc, ar�4 ths� he i�areti rey�e�.� tY��: tho .,on`�racfi�.� bi.iiy fi:.��isr� a ��rtineJ c,upy of the payment bond, if any, to the claimant, at the address listed above. NOTICE TO PUBLIC ENTITY OR AGENCY Also please take notice that contractor and his 6ond will be held for the payment of said materials, suppiies, or provisiuns. No suit or action shall be maintained in any court against the contractor or his bond to recover for such materiai, supplies, or provisions or any part thereof unless the provisions of Wash. Rev. Code Section 39.08.065 have been complied with. Prepared for Cadman, Inc. Credit Department, 300 E John Carpenter #1500, IRVING, TX 75062. `�/ v Date Prepared: 02/19/2014 Dequila Blackmon Telephone� (425) 867-1234 National Lien Manager Program Cop�right Frenk W. Moae. All Rights Reserved. (916J 941-9951. Forms Copynght Pettit Man'rfald Fomis. All Right Reserved. (800) 420-6767 ; t ,� {�` 'M_. �f / '� .�� • + :r i� . ..; ,}, `•+� � �}•� "� " � f Cm'oF,q�7 Oly y i ,:s ',�'i>_,A ,'�1 � Cadman, Inc. sui�eioo 7554 185thAvenue NE PO Box 97D36 Redmond, WA 98073-9738 425.567.1234 Fax 425.861.4046 vn»v.cadman.com Dear Property Owner, We are sending you the attached notice as part of the routine of conducting our business. We are required by law to send these notices via certified mail. We apologize for any inconvenience. This is not a lien. Occasionally, customers feel that such a notice is a reflection on the credit of the contractor. We want you to understand clearly that we have no such intention, but that we are merely complying with the laws of the state. We send these notices automatically on all jobs where we furnish material upon the order of someone other than the owner of the property. In this way, we comply with the law in all cases, and you, as owner, are fully informed about who has lien rights on your property. We are pleased to have the opportunity to serve you, even though this particular order came to us indirectly. If you have any problems in connection with your job please contact the Credit Manager listed on the attached notice. We want to be sure that you are not only satisfied, but also completely enthusiastic about our products. . Thank vou for vour business. � �Cing Cour�#y Facilities Management Division Real I�.state Services Section lting County Administration Building 500 Fourth Avenue ADM-ES-0830 Seattle, WA 98104 Permits 206-205-0655 FAa 206.-296-0196 SP�CIAL USE PERMI'�' Usc of County Owncd Property PERMiT NUMBER: SUf'S13-UU90 llA1'E: ]0/28/ZO1 � ERMITEE: ity of Renton - David Christcnsen 1055 S. Grady Wy. enton, WA 98057 DAY PHONE: (42S)430-7212 OTF-TER PHONE: (206)276-4912 FAX: (425)430-7241 URPOSE: To replcae au existuig 4in. main with a 6ia�. main. LLC:AL llLSCRIl'T10N: Primary l/4 Sec 7"wp Rge Account No Kroll Page SW 29 24 OS 2924059UUS 455W Legal Description: Eastside Rail Corridor That portion of the above referenced parcel, adjacent to PIN 556155-0000 AKA 5021 Ripley Ln. EYPIRATION: Tlus �ermit shall not be valid for more tllan 10 Years & expu•es on the day of 2023. Administrative l�ee (New or Renewal) $500.00 I.,and Use Fee - Parks $997.82 Bond/I�isurauce Amouut $1,OOU,000.00 PERMITTEE MUST NOTIFY ROBERT NUNNENKAMP DNRP - PARKS AT: 206-477-4581 AT J.EAST 72 HOURS PRIOR TO PERFORMING ANY WORK AND IIvIIvIEDIATELY UPON COMPLETION issued By: Aaron t-lalley Phone: 206-205-0655 By tliis permit i�ing County authorizes the use of the above described proUel-ty: ustoclial Approval: Date: s ea] Estate Services ApprovaL• Date: The Permittee agrees to compl,y with the terms and conditions contained lierein. SEE RrVERSE SIDE FOR TERMS AND COND . i�;natuce of Pennittee: Date: j% ` ZQ�3 NOTE: Permit not valid without a11 necessary sig�iatures and ex�u�ation date. King Couniv Code 14.30 AAF-RES-0003 Printed On: 10/28/2013 Pac�e 1 of 5 1. PERMIT REVOCATI�N - This Permit is revocable at any time by King County. The right to revokc is expressly reserved to Kin� County. 2. II`'DEMNITY AND HOLD HARMLESS - The 1'ermittee agrees to indemnify and hold hanuiess i<ing County as provided herein to the maximum extent possible tmder law. Accordingly, the Peruuttee agrees for itself, its successors and assigns to def'end, indemnify, a�1d hold harmless i�ing County, its appointed and elected off cials, and employees from and against liability for all claims, demands, suits, a�ldjudgments including costs of defense thereof for injury to persons, death, or property damage which is caused by, arises out of, or is incidental to Permittee's exercise of rights and privileges granted by this Pennit. The Perniittee's obligation under this section shall include a) Indemrufication for such claims whether or �2ot they arise from the sole negligence of either tl�e County or the Pernuttee; the concurreut negligence of Uoth parties, or the negligeuce of one or n►ore third parlies. ti) The ciuty to promptly accept tender of defense and provide defense to the County at the Peru�►ittee's own e�pense. c) lndemnitication of claims made by the Pennittee's own employees or agezits, d) Waiver of the Pei7nittee's 'vnmunity under the industriai insurailce provisions of Title Sl RCW, ���hich waiver has been mutually negotiatec! by the parties. � ln the event it is necessary for tl�e County to incur attorney's fees, legal expenses, or other costs to enforce the provisions of this section, all such fees, eapenses, and costs shall be recoverable fi•om the Permittee. I�� the event it is determined that RCW 4.24.1 ] 5 applies to this agreement, the Permittee agrees to defend, hold harmtess, dnd indemiufy Kin� County to the ma�cimum extent permitted thereunder, and specifieally for its negligence concurr�nt with that of Kuig County to the hill extent of Peivuttee's ne�ligence. • Permittee agrees to defend, indemnify, and hold hamiless tlle County for claims by Pei•mittee's employ�es aild agrees to �vaiver of its immunity uniler Title 51 RCW, wliicll waiver has beeu m�Rually negotiated by tlie parties. 3, ANTI-llISCRIMINATION - In all hiring or employment made possible or resulting from ttus Pennit, there shall be no discrimination against any employee or applicant fior emplo}�nent because of race, color, ancestry, reli�ion, national origiil, age, sex, sexual orientation, marital status, or the presence of any sensory, mental or physical llandicap in an otherwise qualified handicapped person unless based upon a bona tide occupational qualitication, and this requirement shall apply to but not be liinited to the following employment, advertising, lay-off or ternunation, rates of pay or other foin�s of compens�tion, and selection for training inclucling apprenticeship. No persun sh�11 be denied, or subjected to discrimination in receipt of the benefit of any services oc activities made possible by or resulting from this Pennit on the grounds of race, color, ancestry, religion, national origin, age (e:ccept minimuni age and retiremevt provisions), sex, sexuat orientation, marit�l status, p�rental stariis, the presence of any sensory, mental or physical hanclicap, or the use of a trained b�ide-clog by a blu�d or deaf �erson. Any violation of this provision shall be considered a violation of a material provision of this Permit and shall be grotmds for cancetlation, tei�nina.tion or suspension in whole or in part of the Pennit by the Cotmty, and may result in ineligibility for ft�rther County pennits. 4. N4N-E�CLUSNE RIGHT - Tlus Peiviit shall not be deeyned or construed Yo be an e:cclusive right. lt does not prol�ibit the County from granting any other permits to other public or private entities, nor shall it prevent thc County fi�o��� using any public place for any and all public use or affect its jurisdiction over any part of tliem. 5. ASSESSMI�NTS - Permittee shall be required to pay any �eneral or speci�l assessments iilcurred by ICing County which are directly attributable to or arising from any actions, occupa.ucy, or usage authorized herein. fi. TERMINATION - The Pennittee tnay terminate the Pennit by written notice to the Manager of Real Gstate Services Section. Upon revoeation, termination, or abandomnent, the Permittee shall remove at his espense all facilities placed on said properry by the Permittee, and restore the premises to a condition which is equivalent in all respects to the condition esisting prior to installation of the facilities, or to a condition which is satisfacto�y to the County. If the Pen�littee li�s not accomplished re�noval and restoration at the end of a ninety-day period following the effective date of revocation, temiination, expiration, or aba��donment, the County may accomplish a11 of the necessacy work and ch�u�ge 111 of ttie costs to the Aermittee. 7. RESTORATION - After completion of ���orlc authorize'd by this Permit, the Pernvttee shall restore the property to a condition �vliich is equivalent in all respects to the condition of the property prior to starting work, or a condition satisfactory to l�uig County. If tlie Pennittee delays the restoration beyond elpiration of the Pern�it, the County may 1cco�nplish all tl�e necessary work and charge all the costs to the Pei�nittee. 8. REPAIRING DAMACE BY PERMi'I'TEE - In tlle event that damage of any l:ind is caused by t�ie Permittee in the course of perfonning work authorized by this Pem�it, Permittee �vill repau� said damage at its sole cost and espense. Repair wark shall begii� without delay attd continue without interruption until completed. If damage is extensive, tlie fvne allowed for repair will be prescribed Uy the County agent. If the County delermines it is necessary, the Cowity may accomplish the work and charge all the costs to the Permittee. 9. ABATEMEN'I' OF UNSAFE CONDITIONS - Tlte County representative may at an_y time, do, order, or have done all work considerec� necess�t►y to restore to a safe condition any area described in Pennit left by tlie Pennittee ul a condition dangerous to life or propei-ty. The Permittee shall pay, upon demand, to the County all costs of such work, materia(s, etc. Nottung in this section shall relieve tbe Periluttee ofi duties under Tetlns aud Conditions No.' above. AAF-RES-0003 Printed On: 10/28I2013 Page 2 of 5 10. RIGHTS R�SERVED TO COUNTY - CONFORMANCE AND PAYM�NT OF COST R�QUIRED - The Counry reserves the rigllt to use, occupy, and enjoy its property for such purposes as it shall desire including, but not lunited to, constructing or installing strucriires and facilities on tl�e property, or developing, improving repairing or altering the prope.rry. The Pernuttee, upon writteu notice, �vill at its own cost ancl espense remove, repair, relocate, change or reconstruct its installatious to conforni with tlle plculs of work contemplated or ordered by the County according to a time schedule contained in the wi•itten notice. 11. NOTICE - Permittee agrees to obiain infonnation from other utility operators regardinp the locarion and cun�ent status of tlieir installations before starting worlc. Prope►Ty oti>>lers adjoining, or in pro�cimity to, the project as described ]ierein sl�al] be noti('ied by Aermittee �vhen such property is esposed to che possibilily of injury or damage llu�oug,ll perl'ormance of worlc on the project authorize�l by lliis Pennit. Pei�niltee shall make all advance arrangements necessaiy [u protect such property or utility fi�om u�,juiy or daulage. 12. OTHER APPLICABLE LA`VS - Tssuance of this Pennit does not in any way relieve the Pe��nittee from cornplying with any other applicable la�vs in perfornung the work subject to tlus Pei�nit. 13. RE-ENTRY - After completion of work authorized 6y this Per�nit, if the Permittee desires to re-enter upon the properiy described herein for any reconstruction, notice shall be provided in advince to King Counry together with the plans and speci�ications foz- the work proposed, a�ld shall not be peru�itted witliout the County's consent. 1=1. TITLE - This Permit grants only the right to use King County's ii�terest in the herein described property, and the grautulg of this Permit is not a warr�uity tllat good title to any specific property is vested 'ui liulg County. 15 SPECIAL TERMS AND CONDITIONS: a All use of 1Gn� County's Eastside RaiI Corridor parcel 292405-9005 ("corridor") is restricted to the consn�uction, operation and maintenance of a 6" se�ver forcemain totalin� 130 linear f�et and a temporary waste line — to be abandoned 'u1 place after construction - totaling 134 linear feet as described in the 09/1 �/13 application and 09/l0/13 site plans. b Tlus pennit s��ecifically replaces BN license LC24�6.i3 previously issued Co the Misty Cove condominituus. Any prioe• exisYing railroad permits, agreements or leases for this sewer I'u�e route are te�-�ninated and replaced by this King County Special Use Pennit. c The Pennittee may mal:e uo use of, or improvements or alterations to the con•idor except as specifically authorized in ttus pernut. Any additional use of the corridar must be approved in writing by lting County in its solc and absolute discretion and subject to such terms and conditions as Iiu�g County may impase. if granted, such approval sl�all be made an amendment to this Peznzit. d 't'he Permi�tee is respocisible to secure and provide proof of all necessary permits prior to starting any construction on tlie con�idor as authorized by tlus pet7nit. e The Pennittee shall contact Robert Num7enlcamp, Property Agenc at 206-263-6207 to coordinafe ou-site inspections, prior to and following any work on the con-idor. f lf this pernlit authorizes d�e Peilnittee to undertalce any const��uction on the corridor, then following such construction the Permittee shall restore corridor property altered by the construction to original or better condition, including the restoration of any drainage systems. The Pern�ittce shall restore disturbed gravel areas of fl1e con�idoa� and compact such ar�eas to 95%. The Permittee shall not dum�� or dispose of construction debris and surplus material on I<ing County land at any timc. g If, at auy time, the Pennittee's autllorized use ot; or improvement, alteration or construction on tlle corridor creates a condition which co�ild pose a danger to parlc users, the Pern�ittee shall promptly post temporary signa�e, instal l Parlcs-approved barricades or fencing, and tal:e other Par�:s—approved or -rcquircd measur•es to facilitate eontinued safe �sublic use of the corriclor. Tn case of emergency the Permittec shall call 911 2nd then promptly notify Robert Num�enkamp, Property Agent at 206 623 6207. li The Penniftee understands that future trail and other development rnay affect or alter the nature or scope oi'the permitted use and that the Aermittee wili be required to remove or relocate unproven�ents at its sole cost a�id expense if so directed by King County. i "L'he Yei7nittee understands, acknowledges, ai�d a��ees that the corridor that is the subject of this Pea7nit is part of an intexstlte freight rail corridor that has been "railbankcd" subject to interim trai] use under the National Trails System Act, also 1<nown as the Rails-to-Trails Act (16 U.S.C. §1247(d) and 49 C.f .R. §ll5?.29). As a result of the corridor's raitbanked status, interstate freight rail service may be reactivated over this cocridor, which in turn may result in the demolition, destnictiou, removal, or relocation of any irnprovements that the Permittee may make to the corridor. The Pernlittee undei5tands, acl:nowledges, and agrees that Aennittee shall bear all risk of Ioss of any and all improvements that Pez•mittee may make to the corridor, and that if incerstate freight rail se�vice is reactivated, then this Pennit sha11 e�pire and the Permittee may be rec�u:red to demolish, remove, or relocate Permittee's improvements at Pennittee's sole cost and expense, ox to negotiate with the person or entity t11at reactivates rail service to arrange for the Permittee's continued use of the corridor. AAF-RES-0003 Printed On: 10/28l2013 Page 3 of 5 The Permittee understands that the co�ridor is subject to an easement held by .Puget Sound Ener�,y (Kvig County Recordin� Number 20101221000998), a Reciprocal Coordination and Cooperation Covenant Agreement between Puget Sound Energy and King County (Tting County Recording Number 2013U213001647), and an easement held by Sound Transit (I�ing Co�u�ty Recording Number 2012041100] 174). The Pern�ittee understands that in furtherance of these instruments Kin�; County will submit Permittee's plans lo Puget Sound Energy �nd Sound Transit for review and approval, and :further understands that Puget Sound T�nergy or Sound Transil may in cei-�ain instances rec�uu•e tl�e Permittee's improvements to be relocated or removed at Permittee's sole cost and expense. 1'he Pennittee may ve billed directly by So�uid Transit or PSE for costs associated with reviewing the pennit application. '1'he Pennittee agrees to comply with the terms of these instruments and any other preexisting easements, leases, licenses or other agreements permitting use of the coeridor. k King County reserves the right to impose additionai tenns as conditious may �varrant over time. AAF-RES-0003 Printed On: 10l28/2013 Page 4 of 5 151. INSURANCE: 1. Minimum Scone aud Limits of Iusur�nce - Minimum Scope and Limits of Insurance Coverage shall be at least as broad as: General Liability: Ins��rance Services Uffice form number CG 000] (Ed. 1 1-33} covering COMME2GI�L GENERAL LIABILIT'Y. The permittee shall maintain licnits no less than $1,000,000 couibi�ied single limit per occurrence for bodily i7�jury, personal injury and proj�erty damage. AUTOMOBIL� LIAI3ILITY: Insur�ice Services Office fom� number {C.A 00 Ql Ed. 12-90 or its equivalent) covering I3USiNFSS AUTO COVF_.RAGF_., symhol 1"any auto", or the combination of symbols 2, 8 and 9. Limits shall be no less than $1,000,000. Combined SingIe T,imit Bodily Injt�ry and Property Damage. WORKERS COMPENSATiON: Workers Coinpensation coverage, as reqtured by tlle lildustrial Tnsurance Act of the State of Washington; EMPLOYERS LIABiLITY or "Stop-Gap": The protection by the Workei�s Compensation policy Part 2(Employers Liability) or, in states with monopoListic state funds, the protection provided by tYie "Stop-Gap" endorsement to tlle General LiaUility policy. Lin�its shall be no less than $1,000,000. 2. Deductibles and SeIf-Insured Retentious - Thz deiluctible ai�d/or self-insured retenfiion of the policies shall not limit or apply to the permittee's liability to the County and sh�ll be the sole responsibility of the permittee. 3. Other Insurance Yrovisions -'1'he insurance policies required in this pennit arc to concain, or be endorsed to cont�ul The fallowing provisions a. All Liability policies except Worlcers Coinpensation: 1. The County, its officers, ofticials, employees and agents are to be covered as insured as respects Liability arising out of activities performed by or on behalf of the pennittee in connection witli this permit. 2. insurance coverage shall be primary u�surance as respects the Cow1ty, its otficers, otficials, en�ployees and agents. Any inst�rauce and/or self-insurance maintanied by the County, its officers, ofticials, employees or agents should not contribute with the pe�mittee's uisurance or benefit the pennittee in any �vay. 3. The pennittee's insurance sha11 apply separately to each insured against wholn a claim is made and/or lawsuit 1S UfOUP�Ili, except with respect to the limits of flte uisurer's liability. b. Al] Aolicies: Coverage shal] not be suspended, voided, cancelled, rcduced in coverage oc in limiis prior to t11e expiration date of this special use pei7nit, unlcss forty-five (45) days prior notice, return receipt requested, has been given to the County. 4. Acceptability of insurers - Unlcss othcrtvise approved by the County, insurance is to be placed wiih insurers �vith a Bests' rating of ��o less than A: V[Il, or, if not rated with Bests', with muiimum surpluses the equivalent of Bests' s�u�lus siza VTIT, �. Verification of Covcr��e - The pennittee sha11 furnish the King County Real Property Division with ce��titicates of insurance and endorsements required by this pernut. The Counry reserves the righl tu reqiure cornplete, ce►�tifed copies of all required insurance policies at a��y tiitie. 6. Municiaal or St�te Agencv Provision - If thz Pennittee is a Mtuticapal Corporarion or atl agency ol'the State of Washington and is self=ins�,u•ed for any of the above insurance requirements; a certification of self instirailce shall be attached hereto and be incon�orated by reference and sl�all constirirte compliance ���iill this section. AAF-RES-0003 Printed On: 10/28/2013 Page 5 of 5 . Denis Law V Mayor ,�' � ,%-���if �`i Cj�Y �F> �' � � '.� ♦ �'' � . � '•.. . : . � . � � l .1 �'i�� �... ���..����� �� - - � �,� �, � NT -, Public Works Department - Gregg Zimmerman, P. E., Administrator .November 4, 2013 . - . � Mr. Aaron Halley � - King County Real Estate Services Section 500 4Lh Avenue #830 ; , . � Seattle, WA 98104 RE: King County Special Use Permit SUPS-13-0090 - Dear Mr. Halley: Attached please find a signed copy of the King County Special Use Permit SUPS-13-0090, the required payment of $1,497.82, and an insurance letter from the City of Renton's ' Insurance Authority. _ Please return a signed copy of the final special use permit to my attention. Si erely, . avid . hriste en - Wastewater Utility Supervisor _ . Attachments H:\File Sys\WWP - WasteWater\WWP-03-0000 Correspondence - Wastewater\DaveC\2013 Correspondence\Misty _ " Cove SUP Letter.doc\DMCtp - Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov November 1, 2013 Aaron Halley King County Real Estate Services Section 500 4th Avenue #830 Seattle, WA 98104 RE: King County Special Use Permit SUPS-13-0090 Dear Mr. Halley: Attached please find a signed copy of the above referenced special use permit along with the required payment of $1,497.82 and an insurance letter from the City of Renton's Insurance Authority. Please return a signed copy of the final special use permit to my attention. Sincerely, David M. Christensen Wastewater Utility Supervisor Attachments H:\File Sys\WWP - WasteWater\WWP-03-0000 Correspondence - Wastewater\DaveC\2013 Correspondence\Misty Cove SUP Letter.doc\cor �U.S. BANK OF WASHINGTON � 19=10 : ' RENTON BRANCH _ . .. -;. 1250 � ' � � � � ' � �' �`i x� zn ���a � � J- z'£ Y I�' c .� :3 t� vas araC�.r f r�r� .. , ; : Y ` • � ; aUENDOR # ,� .y ,�t,� DATE a �:2�'' Nut,�e R`4>�$ t ' -� CHECKjAMOUNTt r ��'.. .�,�5 ,Q� ° CITY OF RENTON ' ri� ..:� .. � = ,... �.� -� _�>u,�: �; .�,..a��r.�w t�__� � "� .� ,.....* AGCOUNTS`,PAYABLE - 041650 10/3.1/2013 :< 325176 � 1,497 82 ; ♦ �+; � + 1055 S. GRADY WAY � —� �. RENTON, WA 98057 ' � Q� Phone: (425) 430-6919 �N� Phone: (425) 430-6930 , VOID AFTER 6 MON"CHS �' PAY ; One.Thousand Four Hundred:Ninety Seven Dollars and EightyTwo Cents < , _. ° , PAr KING.CNTYADMIN BLDG ���i���,�. j�l.��' TOTHE FACILITY�MGMT�DIV/ REAL�ESTATE � ' ' � � � � � � � MAYOR oRoeR 500 4TH AVE, ADM-ES-0830 SEATTLE; WA 98104 • _ ' ' _ ' F CEBISADMINISTRATOR"':. ii■0 3 2 5 � 76u' �: L 2 5000 LO 5�: L 5 3 500698 3 L8n' PLEASE DETACH BEFORE DEPOSITING CITY OF RENTON, WA 98055 ACCOUNTS PAYABLE CHECK N0.325176 . "� �INVOICE.NUMBER � , �:'� .-.� . ', pOATE�� "`��('� . ,, � '..S � , � ' � � ��, ,DESCRIPTION�. .;,, _. ' _;�` '' "�P:O: NUMBER � ' "k���� DISCOUNT/RETAIN �� ti -� `��AMOUNT�-''✓� „-_j�t, SUPS13-0090 10/28/2013 Misty cove Lift Station King Co Permit 0.00 1,497.82 1,497.82 � lI1SLiCd11C� AtitllOI'lt�� ? �-Ol't- � � l�ii�� County R�al Estate S�r��icr;s Attn: Aaron Ha(ley 500 4th ,Ave.. #S �0 Seattle_ ��'A �)� ] 04 ltE: City o(� Rent��n Pei7»it N�imber SUPS I ;-OO9l) [;vidence of Covet-a;;c "I�lie abovc captioued entity is a memh�r of the �Vashington Citie� lils�u�anr� Authorit_y (�'�'CIA), ���hich is a self insured po��l of over 1 i0 puhli� entities in the State of �1'ashin�;ton. ".E). I? . .��; :�,�t.::;,t i'i.i, ,:L�.. ti.1.'.`, �;.Ct,;;; ':�;.,.. � . :. ,_� .i, %��:;: _'ti�,.:,;�_ - � ,�, �VCIA has at least S 1 millioil per occurreilce limit uf liability covera�.:e in its sel1� insurccl l�ryec that may be applicablc in [he e�-ent an incident occurs that is deemed to be attribute;cl to the ncgliaence of tile memher. VVCI.� ���as cr-eated by an interlucal a�recmei�t am��ng ptiblic entities and liability is self funded hy the membersl�i}�. �s there is n� ii�surance p�licy�i�ivolved and WC1A is not an insurai�ce cumpany, your org�nization canne�t be named as an additional insured. Sincere(y, . �3 Ei-ic L3. Lars���i Dcputy Dirccti�i- cc: Cary Lamb David Christensen Ccrt#: 5��8 cleucr a King County Department of Executive Services Facilities Management Division Real Estate Services Section S00 Fourth Ave., Suite 830 Mailstop ADM-ES-0830 Seattle, WA 98104-0237 206-296-7456 Fax 206-296-0196 SPECIAL USE PERMIT APPLICATION REQUEST TO ALTER COUNTY-OWNED PROPERTY A permit fee of $500 must be submitted with all applications. Please make checks payable to King County Office of Finance. Additional land use and inspection fees will be assessed at the time the permit is issued. This application should be mailed to King County Real Estate Services, 500 Fourth Ave, ADM-RES-0830, Seattle, WA 98104. Note to the Applicant: Please complete this application carefully. Your explanations and descriptions must be specific. The information you provide will enable staffto determine the full impact of the project on present or future development, maintenance, facility use and enjoyment by the public. In addition to completing this application, you must also submit supporting documentation. This material will facilitate the review and evaluation process of your proposed project. Examples of the types of information that should be included are, vicinity map, survey, site plans, construction drawing or sketches, comprehensive list of any supplies and/or materials that you will provide in the development of your project. Depending on the type of proposed use, other County, City, State and Federal agencies may require permits. It is the applicant's responsibility to determine and apply for any other permits, licenses, etc., required to complete the proposed project. You must provide proof of having obtained approved permits before your application will be considered for approval. In certain cases, the Prosecuting Attorney's Office, or the County's legislative authority must concur with the use or conveyance. When you have provided the necessary information, County staff will review your application and return their recommendation of approval or disapproval within six weeks of receipt. David Christensen From: Sent: To: Subject: Attachments: A few things for you: Nunnenkamp, Robert [Robert.Nunnenkamp@kingcounty.gov] Monday, September 16, 2013 4:32 PM David Christensen RE: 90% Plan for Misty Cove Lift Station Project LC-245633 Misty Cove Sewer MP6.pdf; GenericAppDraft.doc - I assume the 6-inch line to be abandoned is L3, is that correct? If so, can anybody rip it up if need be after you're done? - I've attached the old Misty Cove sewer permit and the 'high-tech'.drawing of the sewer line is pretty straight. Is your route east of the tracks (L6 - L9) a new one or just a more accurate rendering of the existing line? What I'm trying to do is avoid having reviews done by Sound Transit and PSE. We're okay with existing facilities and anything that's abandoned that can be ripped up at some point in the future but new construction on the corridor needs to go to them and they have a 30 day review period. - It's not quite ready for prime time yet, but please complete the attached Application Form so I have correct contact info and return it to me. Normally this would go to Real Estate Services with a$500 check but we're still tinkering with the process so just send the form back to me. -----Original Message----- From: David Christensen [mailto:Dchristen�Rentonwa.�ov] Sent: Monday, September 16, 2013 3:06 PM To: Nunnenkamp, Robert Subject: 90% Plan for Misty Cove Lift Station Project Robert, Per our discussion, attached is a copy of our 90% plan showing the piping work, including that portion in the old BNRR. The plan shows both our new force main, replacing the existing private line for the condos, and also our waste line to provide access to pull the new gravity side sewer into the condo property. We would like to abandon the extra 6-inch line in place. Please let me know if you have any questions. Dave Christensen 425.430.7212 1 APPLICATION FOR SPECIAL USE PERMIT Applicant Name: Organization/Company Name: �Te � MailingAddress: �IJS� �, C���'<�/ GC/f�j� City: ��'i.�TU,c.l Zip: ��Telephone: (Day)�"Z�,��',1r1� (Eve) Z�•'Yv:Z��v, ��/� E-mail address: �G�.�IiQ%i �� ��r.��z� � �✓ Fax: .�Z� � ���lZ�/ Loc�tion of proposed�/alteration (incl de vicinity map, show}ng cross-streets): S��y.v 9�Z/��- -�s . �1�� �- 33y3 ��a- � Parcel Number: 5ection: Township: Range: Kroll Page:_ Preci�s/e description of proposed use/alteration (Be specific, attach additional pages if necessary) /;:�y D� p�G�.c� .Q�-'�,�Jrv1t �xiS��.t1ir ��/�:cys.�i.tllr /"�_�'Ji•ti: T Proposed start date and end date of project: Begin d�JiDB� 20/3 End �`1 v�Cf� �% � ��Public O Private 0 Yes �, No O Yes I$� No If yes, please explain. Is the proposed use/alteration for public or private purposes? Is the proposed use/alteration for commercial purposes? Does the proposed use/alteration provide a mutual benefit for King County? �Yes O No Are there any Local, County, State or Federal permit applications pending? If yes please list permit or application numbers: �i�� 0�= �7> e�v�_..t/� .E��x�rJ�,/ 0 Yes �No If yes, please explain. Signature of Appli Are there any known sensitive areas, drainage features, erosion problems ar unique site conditions in or near the propose use? Date Received: � Parks O Water and Land Resources 0 Wastewater Treatment � Transit 0 Road Services � Solid Waste 0 Other Reviewer: O Private Use 0 Commercial Use 0 Utility Use 0 Mutual Benefit Date: Permit #: O Temporary Use 0 Long-term Use r r� . S3 � ' � � I Pipeline � �q�� �� � Trfr: #219,232, 2-1-73, Misty Cove Associates No. 245,633 ��r THIS AGREEMENT, made this lst day of November , 19 83 , between BURLINGTON NORTHERN RAILROAD CO�IPANY (formerly BURLINGTON NORTHERN INC� a Delaware corporation, hereinafter called "Railroad," and MISTY COVE HOMEOWNERS ASSOCIATION, a Washington corporation, whose post office address is c/o CDC Management Services, 11061 N.E. 2nd Street, Bellevue, Washington 98004, hereinafter called "Permittee." I WITNESSETH: Railroad, for and in consideration of the fee herein provided to be paid to it by Permittee and of the covenants and promises hereinafter made to be observed and performed by Permittee, does hereby grant to Permittee license and permission to maintain and operate a 4—inch sewer pipeline, hereinafter referred to as the "facility," upon, along or across the right of way of Railroad, underneath the I rface'thereof, and under the tracks of its railroad, as the case may be, at or near Quendall Station, in� the County of King , State of Washington , t��e located as �follows, to�uvit: crossing at survey station 921 + 45 — milepost 6+ 3,393 feet as shown colored red on the plat hereto aLtached, marked Exhibit "A", dated J'uly 8, 1983, and by this reference thereto made a part hereof. I Permittee in consideration of such license and permission hereby covenants and promises as follows: I 1. Permittee will pay in advance to Railroad for this permit the sum of Three Hundred Dollars ($300.00) for the first ten (10) year period and One Hundred Fifty Dollars ($150.00) for each ten (10) years thereafter; also all taxes and assessments that may be levied or assessed against said facility. Railroad reserves the right tl change the said charge at any time while this permit remains in effect upon thirty (30) days written notice. This provision i r payment shall in no way restrict Railroad's right of termination under Paragraph 9 hereof. I 2. Permittee, at Permittee"s sole cost and ex ense, shall � P reconstruct, maintain and repair the facility, ; � Permittee shall fill in the excavation, and restore the surface of the ground to its previous condition wbject to the approval of the Superintendent of the Division of Railroad upon which the facility is located. Said Superintendent shall have ' i i p =ti d . . _ � � � ` : .. . _ , � 4 N '`- \ �' ' : f• • '- . - � 1 .. •• - �� � � . � ,�/ ,� _ _ Y� � . • - ( '- -� _ � � � ` _ - . � , . M� � ` �`\ ! � t � . - � • • .�^ � Q � � � a e� �! \ � \ \\ � � ��7er � — � � .� •� � �'�' - ._ �o?'• �, A 4;�d$ 9� - ' � ~ � � \ \ `� ��' .� -. 1 Lf�� — F e f: � `� I ��� -�'�� Q' P 1 "Z3. , ``; � � ; � 9_ . Q. o � � ''�a � t ` c �' 6 " .. L � � � '- '�' � � � V � ,. \''�1. Z--.� � a° �• � b� �s c � % �- Q o 4 � _ ' `---- -- — — — —; ; � � y _V a `J�: ec� � 3� 6 . �/'i ( •�` / ti- — — �— —� 6-� � e..�—�— — 4 " . a ` O h -- -� p � � � -` � O • � � - - — �- _ % t : � � � , / - � ' V ` � `i 8 �Je'1 T � v ♦ ti' � �\ •. \ a► ` 0. \, /�\ i � ' • 6'' /� ' �; A J / ', � ` �, � ;^ �' .S 6 �; �,• t � � / ' �b �` ,/ i� S,'� �s'� � ' . _ , . � � � .� � � � � � o � j � �yi, ,� \ �'�' Z ,- ��, � � -. � ' m b,i � �; ' ;� = � b y '\' \ , .� �':.6• ,� ,. ,:.' . . �: �, q ;' � ti N � � � G. , 'r • � ^ � � R i , � e'• Q, `\ �,w �� I \\� ^,`�� • 8r � , � /�%/ � . ` , �� , ^ � w 1 � ���6, � i �� ' / �� � \ - " _ � K 3`° � �► ��'�� � � / , . r1� • � 1 ''� � ' � � r , / r3o• , _ : _ ' - �'�. . � �r� �i ��. . . �/?�LJ.1 �iY%—ZSI �ri�� .."• ;4 � n�`� ' . I . � � ` � � t0' _ � �y'o- ' l ! � � ' /. / •` ��� /0.� �(�C ,T _ =� � -�� �` ! tr �,` � g �iZ� �� , •• ' ` r tf:' . _ -�'� i . ��e , ����` I + / I .—• '. _ � � /-- /; . . y �5' �.{, � lo� M�^ ,�„��::= /• ..� � - -_ MC�•eS Y//S.S-IlI' 1�G �!� /••• � �r, ` . , __._._ . _—.- •- —�-- _ _ _ _ _ - - - - _ - �'' - -- - '- - - - -- _ _ _ =, . h . ; _�E . _ - � �C , � - _-�. _ _ _ _ i. .. - �- _-_ -__-- !—__.= o .�-' ����R1?r �� 3¢� �� .,,; �- �Kt,vw��/pk[r � ti :.:CI -. !'' # � ��'��• rs'AJ -�(i. o!i I �C�/ u� " / ; , i _ ri�- : �� ° � � :�1�d a`, __ '� � � . ��i-E� ;,, � 1 � s — .-� -� ;�,..a�-- , , . 7.P. ea- Rcn �1�t'�• m _ ,� s 5 ' _ - — . _ .. — �; — -,T� : � W: i3 �as � - . ' — S� �.. � . _.. , 'S \ � / . � -0. � � "� � ��� � �. ,� ._..—. . Z0� p���c . .�•.`.�.- .� -C„��i,,y�\ ." � �1 M r - � � . �' _ :. ;; ��1�� { ` � � g� � ,? `. � . � '� " U \�_� ' � V _ �iO.i � v a, �� • m � t� A � C � �' O. W •••t � ft ' � � � '` o� V 'S'% � / 0� �' �'' • \ ' _ � � � `" \ C � *✓ ,�, � � � : ' / ` � o� � � � '� , .. . , . �s-. c � � .. �. . � `� � � �, t9 �u ,- . - _ 1: C Fr � � ! �/ V � ~� � • � ' _ �� 9•r�\ � � `�' / �, � , _ \ _ . . � L � V \ . / h �"� T A. � � / / � Q _ . . 1 ��-.�� \ � , .. � . 1 \ , . �P � v l � :� �• � � 'O EX H I E i�T "A" � BURLINGTON tvGRiHc�';; It��C (,� UENOAL L� Wqs�/ SCAtE 1 1N.f _ ./.tr.a FT �UL - 8 1983 � -•..,--� . r 10. Upon any failure of Permittee punctually and strictly to observe and perform the covenants and promises made herein by Permittee to be kept and performed, Railroad may terminate this agreement on ten (10) days' notice to Permittee, remove the facility, and restore the right of way to its previous condition at the cost and expense of Permittee. 11. Any notices given under the provisions of this agreement shall be good if deposited postpaid in a United States post office addressed to Permittee at Permittee"s post office address above stated or as otherwise directed by Permittee. 12. The license and permission herein granted is subject to permits, leases and licenses, if any, heretofore granted by Railroad affecting the premises upon which said facility is located. Subject to the foregoing provisions, this agreement and all of the covenants and promises thereof, shall inure to the benefit of and be binding upon the parties hereto, their respective executors, administrators, successors and assigns. IN WITNESS WHEREOF, Railroad and Permittee have executed this agreement the day and year first above written. I n rese cef f: , ' BURLINGTON NORTHERN RAILROAD COMPANY ;� ,� ,c;� . By _ Q(�i �I. -, � a 1 �.� General Manager — Leases MISTY COVE HOMEOWNERS ASSOCIATION /., c� �----� B %� y �: � �� /-G� -C�,., Title ����,a« t a-ti. ac� FORM 60025 1-76 the right at any time when in his judgment it becomes necessary or advisable, to require any material used in the work to be replaced with like material or with material of a more permanent character; also to require additional work or change of location of said facility as a matter of safety, or of appearance, or on account of additional tracks being laid, change of grade thereof, construction of a building, or for any other reason whether or not connected with the operation, maintenance, or improvement of the railway of Railroad, all of which shall be done at the expense of Permittee in the manner herein provided. 3. Permittee shall give to the said Superintendent at least two (2) days' advance notice of any work to be done by Permittee in , any reconstruction, maintenance, repair, change of location or removal of the facility, and shall conduct such work in such manner as not to interfere with the maintenance and operation of the railway of Railroad. 4. In the event that Railroad, at the request of Permittee or any agent or contractor of Permittee, or for the protection of its property and operations, does any work, furnishes any material or flagging service, or incurs any expense whatsoever on account of , , any reconstruction, maintenance, repair, change of location, removal of the facility or otherwise, Permittee shall reimburse Railroad for the cost thereof within twenty (20) days after bills are rendered therefor. If any reconstruction, maintenance, repair, change of location, or removal of the facility, requires any or all of the following work: removat and replacement of track, bridging, protection of track or other railway facilities by work or flagging, engineering and/or supervision, such work is to be performed by Railroad employees and the cost borne by Permittee. 5. In the event any cathodic electrolysis or other electrical grounding system is installed in connection with the facility which, in the opinion of Railroad, in any way interferes with any train signals, telephone or telegraph lines, or other facilities of Railroad, Permittee upon being informed by Railroad of such interference shall forthwith discontinue operation of and remove said grounding system, or take such steps as may be necessary to avoid and eliminate all such interference. Permittee further agrees to indemnify and save harmless Railroad from and against any damages, claims, losses, suits or expenses in any manner arising from or growing out of interference with the signals, telephone or telegraph lines of Railroad by the operation, use or existence of any such grounding system. 6. Permittee shall and hereby releases and discharges Railroad of and from any and all liability for damage to or destruction of the said facility, and any other property of Permittee located on or near Railroad�s premises; and shall and hereby assumes any and all liability for injury to or death of any and all personswhomsoever, including officers, employees and agents of the parties hereto, or loss of or damage to property to whomsoever belonging, including property owned by, leased to or in the care, custody and control of the parties hereto, in any manner arising from or during i�e..eewstr�et�eA� any reconstruction, use, maintenance, repair or removal of said facility, however such injury, death, loss, damage or destruction aforesaid may occur or be caused; and shall and hereby does indemnify and save harmless Railroad of and from any and all claims, demands, suits, actions, damages, recoveries, judgments, costs or expenses arising or growing out of or in connection with any such injury, death, loss, damage or destruction aforesaid. Permittee further agrees to appear and defend in the name of Railroad any suits or actions at law brought against it on account of any such personal injuries, death or damage to property, and to pay and satisfy any final judgment that may be rendered against the Railroad in any such suit or action. The liability assumed by Permittee herein shall not be affected or diminished by the fact, if it be a fact, that any such suit or action brought against Railroad may arise out of negligence of Railroad, its officers, agents, servants or employees, or be contributed to by such negligence. Notwithstanding the foregoing, nothing herein contained is to be construed as an indemnification against the sole neqligence of Railroad, its officers, employees or agents. 7. Permittee shall not transfer or assign this permit without the written consent of Railroad. 8. Nothing herein contained shall imply or import a covenant on the part of Railroad for quiet enjoyment. 9. It is expressly understood and agreed that Railroad may at any time cancel and terminate this license and permission by giving to Permittee thirty (3G; days notice in writing of its intention to cancel the same and at the expiration of such notice this license and permission shall terminate. Upon receipt ot such notice and before the expiration thereof, Permittee, under the supervision and direction of the said Superintendent, or his authorized representative, shall remove the facility from the right of way of Railroad and restore the right of way and premises of Railroad in a ma�ner and to such condition as shall be satisfaCtory to the said Superintendent of Railroad. (f Permittee shall fail to remove the facility and restore the said right of way to such condition within said thirty (30) day period, Railroad at its option may remove the same,and restore the said right of way to its previous condition, and Permittee shall pay the cost and expense thereof to Railroad. + ' 1 David Christensen From: Sent: To: Subject: Attachments: Halley, Aaron [Aaron.Halley@kingcounty.gov] Monday, October 28, 2013 11:27 AM David Christensen sups13-0090 20131028112754947.pdf Attached is the above referenced special use permit, please sign the permit and return it to this office for further processing. Also please send a check made payable to King County Treasurer in the amount of One Thousand Four Hundred Ninety Seven-Dollars & Eighty Two-Cents ($1,497.82) for permit & land use fees. Prior to the issuance of this permit a Certificate if Insurance in the amount of One Million-Dollars ($1,000,000.00) must be on file in this office. This permit is not valid without the signatures of the Managers of the Real Estate Services Section and the Department of Natural Resources & Parks. Aaron Halley Real Property Agent III Permits & Franchise Unit King County Real Estate Services Section 500 4th Ave. # 830 Seattle, WA. 98104 206-205-0655 1 � Eacilities Management Division Reai I:statc Scrvices Section King County Administration BuildinG 500 Four[h Avenue ADM-ES-0330 Seattle, WA 98104 King County Permits 206-205-0655 FAX 206-296-0196 SPECIAL USE PERMIT Usc of County Owned Property ERMIT NUMI3ER: SUPS13-0090 DATE: 10/28/2013 ERMITEE: iry of Renton - David Christcnscn 1055 S. Grady Wy. enton, WA 98057 DAY PHONE: (425)A30-7212 OTF-IER PHONE: (206)376-�4912 FAX: (4�5)430-7241 URPOSE: o replcae u� existing 4in. main witlt a 6in. main. L�C:AL llGSCR1M'ION: Primary 1/4 Sec "I'wp Rge Account No Kroll Pagc SW 29 24 OS 2924059005 455W Legal Description: Eastside Rail Corridor That portion of the above referenced parcel, adjacent to PIN 556155-0000 AKA 5021 Ripley Ln. �XPIRATION: Ttus permit shall not be valid Por more tha�i 10 Years & expu•es on the day of 2023. Administrative Fee (New or Renewal) $500.00 L:�nd Use Fee - Parks $997.82 Bond/Insurauce Amouut $1,000,000.00 PERMITTEE MUST NOTIFY ROBERT i�tiJ�iNGNIC.�IMP DNRP - PARICS AT: 206-477-4581 AT LEAST 72 HOURS PRIOR TO PF.RFORMTNG ANY WORi< AND IMNIEDIATELY UPON COMPLETION Issued By: Aaron 1-lalley Phonc: 206-205-065� By Uiis permit King Counry authorizes the use of the above describcd property: ustodial ApprovaL• Date: • eal Estate 3ervices Approval: Date: The Permittee agrees to comply with the terms �nci conditions contained Lerein. SEE REVERSE SIDE FOR T�RMS AND CONDITOIVS: ignature of Permittee: Date: NOTE: Pernut not valid without all necessary sig�alures and espu�ation date. King Counry Code 14.30 AAF-RES-0003 Printed On: 10/28/2013 Page 1 o( G r , ' V � �.3 : I I � � i i t �� :�,.�--��'"..� ��_ Insurance Authority 13-Oct-1 1 King County Real Estate Services Attn: Aaron R. Halley, Rea] Property flgent 500 Fourth Ave., Room 500 Seattle, WA 98104-2337 RE: City of Renton Kinb County Special Use Consent Permit S-115-1 l Evidence of Coverage Ccrt#: 7493 r�.o. ao. sso,o Ttikwila, lVA 9S138 Phone.: 206-5,'S-G046 F'ax: 206-5?5-74Z6 The above captioned entity is a member of the Washington Cities-Insurance Authority (WCIA), which is a self insured pool of over l40 municipal corporations in the State of Washington. WCIA has at least $1 million per occurrence combined single limit of liability coverage in its self insured layer that may be applicable in the event an incident occurs that is deemed to be attributed to the negligence of the member. WCIA is an Interlocal Agreement among municipalities and liability is completely self funded by the membership. As there is no insurance policy involved and V��CIA is not an insurance company, your organization cannot be named as an "additional insured". Sincerely, . � Eric B. Larson Deputy Director F ' cc: Robin Robertson David Christensen ���cc« !" ~ ♦ 1 . Check Request for Emergencies (for established vendors only) Submit this form to obtain a check outside the regular Accounts Payable (A/P) check run schedule. Check Request Info: Date of request: October 28, 2013 Requestor's name: Requestor's department/division: Requestor's ext #: Dave Christensen PW/Utility Systems 7212 Vendor #: 041650 Vendor name and mail address: King County Real Estate Services Section Permits and Franchise Unit 500 4th Ave #830 Seattle, WA 98104 What is the reason that a check needs to be issued outside the normal A/P check run schedule? Misty Cove Lift Station King County permit and land use fees. Special Use Permit #SUPS13-00902 Check amount.• $1,497.82 Account number(s) to charge: 426.465485. 018. 594. 35. 63. 000. Signature: Check handling request: Please return the check to Dave Christensen to forward to King County with the required documentation. *A roval Si natures: Requestor's Department d; inistrator, Signature: Dave Christensen Type name of signer on above Date: /v/�3�c%!3 *The department person approving this check reguest must be an authorized signer Designee: Date: Date che� � eeded: October?.9'�2013 Amount per account #: Finance & ISAdministrator or Designee: prinl designee name on H:�F'ile Sys\WWP - WasteWater\WWP-27-3627 Misty Cove Lift Station�Ivtisry Cove LS Check Request for King County Special Use Permit Fee.docOnlrne Typeable Form, July 2007 ,' t- ' David Christensen From: Halley, Aaron [Aaron.Halley@kingcounty.gov] Sent: Monday, October 28, 2013 11:27 AM To: David Christensen Subject: sups13-0090 Attachments: 20131028112754947.pdf Attached is the above referenced special use permit, please sign the permit and return it to this office for further processing. Also please send a check made payable to King County Treasurer in the amount of One Thousand Four Hundred Ninety Seven-Dollars & Eighty Two-Cents ($1,497.82) for permit & land use fees. Prior to the issuance of this permit a Certificate if Insurance in the amount of One Million-Dollars ($1,000,000.00) must be on file in this office. This permit is not valid without the signatures of the Managers of the Real Estate Services Section and the Department of Natural Resources & Parks. Aaron Halley Real Property Agent III Permits & Franchise Unit King County Real Estate Services Section 500 4th Ave. # 830 Seattle, WA. 98104 206-205-0655 1 m � Facilities Mauagement Division Real �state Services 5ection ' King County•Administration Building SOQ Fourth Avenue ADM-ES-0830 . Seattle, WA 98104 • King County permits 206-205-0655 FAX 206-296-019G SPECIAL USE PERMIT Use of County Owned Property PERMIT NUMBER: SUPS13-0090 DATE: 10/28/2013 ERNi[TEE: ity of Renton - David Christensen 1055 S. Grady Wy. enton, WA 98057 DAY PHONE: (425)430-7212 OTfIER PHONE: (206)276-�912 FAX: (425)430-7241 URPOSE: o replcae an existing 4in. main with a 6in. main. LEGAL DESCRIPTI�N: Primary 1/4 Sec Twp Rge Account No Kroll Page SW 29 24 OS 2924059005 455W Legal Description: Eastside Rail Corridor That portion of the above referenced parcel, adjacent to PIN 556155-0000 AKA 5021 Ripley Ln. EXPIRATION: This permit shall not be valid for more thaii 10 Years & expires on the day of 2023. Administrative Fee (New or Renewal) $500.00 Land Use Fee - Parks $997.82 Bond/Insurance Amount $],000,000.00 PERMITTEE MUST NOTIFY ROBERT NLJNNENKAMP DNRP - PARKS AT: 206-477-4581 AT LEAST 72 HOURS PRIOR TO PERFORMING ANY WORC� AND IM1V�DIATELY UPON COMPL,ETION ' Issued By: Aaron Halley Phone: 206-205-0655 By this permit i�ing Couuty authorizes the use of the above described property: ustodial Approval: Date: s eal Estate Seivices Approval: Date: The Fermittee agrees to comply witl� the terms and conditions contained lierein. SEE REVERSE SIDE FOR TERMS AND CONDITONS: ignature of Pennittee: Date: NOTE: Permit not valid without all necessary signahires a.ud expiration date. King Cotulty Code 14.30 AAF-RES-0003 Printed On: 10/28/2013 Page 1 of 5 4376720 213 OMB No. 0607-0153: Approval Expires 05/31/2016 FORM C-%OO�SL) In any correspondence pertaining to this reqort, ih is zoiar refer to the control number shown below. U.S. DEPARTMENT OF COMMERCE f rnnumic and Sta[iSUCti AdminisLiaUun U.S. CENSUS BUREAU INITIAL FORM CONSTRUCTION DATE SV S WGT TC NEWTC ST NEWA.A STATUS PROJECT REPORT 2oi3i2 82� �5. s9 �6 �3i� 53 3 i STATE AND LOCAL GOVERNMENTS 1MPORTANT 4376720 1 0501426 L1B Please refer to the Reporting Instructions on the back of the form. CITY OF RENTON CITY HALL DUEDATE: JAN 6, 2014 ATTN BONNIE WALTON U.S. Census Bureau 1055 SOUTH GRADY WAY .�. � 1201 East 10th Street RENTON WA 9 8 0 5 7 Jeffersonville, IN 47132-0001 1-800-845-8245 � . � . www.census.gov/econhelp/cprs Use your unique User ID and oriqinal password. FAX (425) 430-7376 PHONE (42S) 430-6510 User ID: 0501426 Password: A� +t3== (Please correct any error in name and address including ZIP Code, telephone and fax numberl • � PROJECT IDENTIFICATION � � SQUARE FEET The construction project described below is associated with your 7. Based on exterior dimensions, how many square organization according to published sources. Please correct any errors or feet of enclosed floor area (including basements) fill in any blanks in items 1 and 2. If necessary, make your corrections in W��� be created by this project? item 70, Remarks, or use a separate sheet. IF YOU HAVE ANY QUESTIONS CONCERNING THIS FORM, PLEASE CALL 7-800-845-8246. Exclude nonbuilding projects 1. PROJECT DESCRIPTION and existing floor space Square feet MISTY COVE LIFT STATION REPLACEMENT : that is being remodeled. CAG13178 If none, enter "0." �(^ • MONTHLY CONSTRUCTION CAG1317 8 PROGRESS REPORT 2. PROJECT LOCATION � ` � � � � . � . . :. 5021 RIPLEY LN N . Continue with item 8 if projer.t has started; otherwise, RENTON WA skip to section F. • Report the value of construction put in place each month. Include only those construction costs defined in item 5c. DO NOT include costs reported in item 6. • OWNERSHIP AND START DATE . Report costs in the month in which work was done 3. TYPE OF OWNERSHIP - Mark (X) one box. (including any monthly retainage being withheld from contractors) rather than in the month in which Is this project ❑ State Government or Agency payment was made. ❑ Privately-owned OR Owned by: ❑ Federal Government or Agency • When project is completed, enter month and year in item 9. ��oaal Gcvcrnment or Agancy 8. MONTliLY V�lLU€ QF CONSTRUCTION PU7 II�! PLACE ON PROJECT DESCRIBED IN ITEM 1 4. START DATE OF CONSTRUCTION Month and year of actual When did actual construction work on the or expected start date Value of construction put site start, or when do ou estimate it will Month and year in place during month Y r � report period as defined in item 5c start? Enfer month and year. �, G�; ►� --- (Thousands of dollarsl � COST ESTIMATES lal (b) INCLUDE . Site preparation and outside construction such as sidewalks EC 2 013 and roadways $ ,000.00 . Mechanical and electrical installations which are integral parts of the structure, such as elevators, heating equipment, etc. OV 2 013 $ ,000.00 EXCLUDE • Land and pre-existing structures . Architectural, engineering, and owner's overhead and CT 2013 $ ,000.00 miscellaneous costs - See item 6 • Furniture, furnishings, and other movable equipment SEP 2013 • Contingency funds $ ,000.00 UG 2013 FOR HEAVY NONBUILDING PROJECTS $ ,000.00 SEE SPECIAL INSTRUCTIONS ON BACK JUL 2013 $ ,000.00 NOTE: If project is on a"cost plus" basis, enter your best estimate of the final cost. 5a. CONTRACT CONSTRUCTION COST Construction costs JUN 2 013 $ ,000.00 (Amounts to be paid to contractors and (Thousands of dollarsl subcontractorsl Y 2 013 $ '; L 1,000.00 $ .000.00 Sb.OWNER SUPPLIED MATERIALS PR 2 013 AND LABOR $ ,000.00 IConstruction materials supplied by owner and the value of work done by project owner's own R 2 013 construction employees assigned to the project.) $ ,000.00 $ ,000.00 5c. TOTAL CONSTRUCTION COST FEB 2 013 (Sum of 5a + 5b1 $ � � ! ,000.00 $ ,000.00 6. ARCHITECTURAL, ENGINEERING, AND MISCELLANEOUS JAN 2013 $ ,000.00 COSTS - If book figures are not available, reasonable estimates are acceptable. INCLUDE . All fees for architectural and engineering services. If contractor was authorized to "design and construct" this project, such cost $ ,000.00 should be included in item 5a. • Cost of design work by owner's staff If construction is complete except for some minor work • Project owner's overhead and office costs or retainage lup to 3 percent of item 5c), you may stop reporting on this project by entering the completion date . Fees and other miscellaneous costs allocated in item 9 and indicating any remarks in item 10. on owner's books to this project EXCLUDE • Cost of movable machiner and Architectural, engineering, equipment, land, and furniture and and miscellaneous costs 9. COMPLETION DATE Month and year furnishin s (Thousands of dollarsl of completion 9 Enter date when all -- -------- • All interest to be paid directly by Construction is ' State or local governments $ �� fG�,000.00 actually completed NOTE: Be sure to complete section F on the back of the form. REPORTING INSTRUCTIONS FOR STATE AND LOCAL CONSTRUCTION PROJECTS ► Section A - PROJECT IDENTIFICATION Correct any information in items 1 and 2 if necessary For the project described in item 1 to be government owned, it must be State or local government owned during construction and involve the erection of a new structurelsl or improvements to an existing structurels) as defined below. For the project described in item 1 to be privately owned, it must be privately owned during construction and involve the erection of a new structure(s) or improvements to an existing structure(s) as defined below. If the project is only maintenance and repairs, please note so in item 10, Remarks, complete item 11, and return the form. ► Section B- OWNERSHIP AND START DATE Item 3- As noted, "ownership" for purposes of this survey, depends on the owner during the construction phase. Check the appropriate box. Item 4- The start date is defined as the date that actual construction work first began on the project described in item 1. If the project is to start at some future date, please enter the date, complete item 11, and return the form. ► Section C - COST ESTIMATES "Construction," for purposes of this survey, is defined as the building of and/or improvements to fixed structures. This INCLUDES: a. New structures, additions, alterations, conversions, expansions, rebuilding, reconstruction, renovations, rehabilitations and major replacements (such as the complete replacement of a roof or heating system). b. Mechanical and electrical installations - Plumbing, heating, electrical work, elevators, escalators, central air-conditioning, and other similar building services. c. Outside construction - Clearing and grading of undeveloped land and the fixed, auxiliary structures which the project owner builds within the property lines. Also, roadways, bridges, parking lots, utility connections, outdoor lighting, pools, athletic fields, piers, wharves and docks, and all similar auxiliary facilities. FOR HEAVY NONBUILDING PROJECTS In addition to a, b, and c, construction INCLUDES: d. Fixed works, such as power plants, dams, highways, bridges, reservoirs and sewer and water facilities. e. Machinery and equipment which are integral parts of structures. Also fixed, largely site-fabricated equipment such as storage tanks. Item 5a - Estimate the total amount to be paid to construction contractors by the project owner for work done on this project. Item 5b - Estimate the total cost of labor by the owner's construction employees working on the project, including supervisory personnel assigned to the project. Include the total cost of all construction materials supplied by the owner, including those the owner expects to supply to the contractor for installation in this project. Item 5c - Sum of values reported in items 5a and 5b. This is the value to be reported in item 8, monthly value of construction put in place. Item 6- Estimate the total amount of fees which the project owner has paid or will pay to architectural and engineering firms for work on this project. Also estimate the total cost of all other construction items which the project owner will allocate on his books to this project. Include the project owner's overhead and office costs, the cost of design work by the owner's staff, and other miscellaneous construction fees and costs allocated on the owner's books. DO NOT include the cost of movable machinery and equipment, land, and furniture and furnishings. If book figures are not available, reasonable estimates are acceptable. ► Section E - MONTHLY CONSTRUCTION PROGRESS REPORT Item 8- Report the monthly value of construction put in place for the costs associated with item 5c. These costs include: a. Work done by contractors and/or subcontractors, including any retainage being withheld until the work is complete. b. The cost of any materials installed which were provided by the owner. c. The work done by the project owner's own construction emqloyees. including supervisory personnel assic�ned to this project. Initially, report monthly values from the start month to the most current month shown in item 8. Then each month, when the form is returned to you, report for the month shown and any revisions which you might have. When entering monthly data, be sure to report the costs in the month in which the work was done rather than in the month in which payment was made. If the contractor's bills are for periods other than monthly, estimate a monthly amount. In each month where there is no construction, enter a zero. Item 9- If construction is complete except for some minor work or retainage (up to 3 percent of item 5c), you may stop reporting on this project by indicating in item 10, Remarks, and entering the completion date in item 9. f. The following types of equipment: boilers, towers and fixtures. EXCLUDE: Movable machinery and equipment which are not integral parts of structures. Also, for power generation plants, exclude primary power producing machinery such as generators, reactors, and steam engines. 10. REMARKS ► Section F- PERSON TO CONTACT REGARDING THIS REPORT Item 11 - Enter the name, title, address, telephone and fax number of the person who can answer questions about this report. � PERSON TO CONTACT REGARDING THIS REPORT - Please 11a. Name b. Title v C' 1-1 r.l �1 C[? ;� d. Organization C.• �'T / c'�� lZt/V TL�� ��-'-��JCC.� �''l/.i�l�/\Ca�_ e. Address ,� �-`' f 4.cc,� / c�S �S s C� i� Y G.iq i /�'-E"nr:z�i�,/ L✓i4 C> � c `� or iype c. Telephone Area code Number Extension 4-1: � 30 = ) �. 7'1 f. Fax Area code Number � 4-z . �s q--3 �� -- �7 4 4/ fORM C-7001SL1 16 18 20131 7196 9002 4000 1949 5518 Bildrs No: 4027088 CITY OF RENTON CITY CLERK C# CAG-13-178 #WWP-27-3678 1055 SOUTH GRADY WAY 7TH FLR RENTON WA 98057 WASHINGTON PUBLIC RETAINAGE LIEN AND BOND CLAIM PRECLAIM NOTICE TO PRIME CONTRACTOR RETURN RECEIPT Bildrs No. 4027088 7196 9002 4��1����� DEC 17 2013 RECEIVED ��TY CLERK'S OFFICE To: GARY HARPER CONSTRUCTION, 14831 223RD ST SE, SNOHOMISH WA 98296 Re: RETAINAGE LIEN AND BOND CLAIM PRECLAIM NOTICE <C PROJECT: MISTY COVE LIFT STATION R, 5027 RIPLEY LANE N, RENTON WA 98056 .,-Y�� y sc-�i���C� , �� �1 �, r-l�� s�� ; Lc���-l3-�7� PRIME CONTRACTOR: GARY HARPER CONSTRUCTION,14831 223RD ST SE, SNOHOMISH WA 98296 PRIME CONTRACTOR SURETY: DEVELOPERS SURETY AND INDEMNITY, PO BOX 19725, IRVINE CA 92623 ��Z'` You are hereby notified that the undersigned has (or will) commenced to fumish materials or rental equipment generally described as UNDERGROUND UTILITY MATERIAL AND SUPPLIES for use in the prosecution of the work on the MISTY COVE LIFT STATION R, 5027 RIPLEY LANE N, RENTON WA 98056 at the request of GARY HARPER CONSTRUCTION INC, 01539*45776, 14831 223RD ST SE, SNOHOMISH WA 98296-3989. If the undersigned is not paid for these materials or rental equipment, it will file a claim against you and retainage held by CITY OF RENTON CITY CLERK, 1055 SOUTH GRADY WAY 7TH FLR, RENTON WA 98057, C# CAG-13-178 #WWP-27-3678 for payment of any sum that is due and owing to the undersigned. You are further notified that you and your bond will be held for payment for such materials and rental equipment so furnished. FERGUSON ENTERPRISES, INC., on its behalf and as an agent for its subsidiaries and affiliates 24025 SNOHOMISH-WOODINVILLE RD WOODWVILLE, WA 98072-9706 425-486-9600 / / �- _ �r.�,,;,_ BICA Representative Prepared By: BIGA 1-800 722-2422 12/12/2013 Owner: CITY OF RENTON CITY CLERK, 1055 SOUTH GRADY WAY 7TH FLR, RENTON WA 98057, C# CAG-13-178 #WWP-27-3678 Orig Contr: GARY HARPER CONSTRUCTION, 14831 223RD ST SE, SNOHOMISH WA 98296 Surety: DEVELOPERS SURETY AND INDEMNITY, PO BOX 19725, IRVINE CA 92623 Customer: GARY HARPER CONSTRUCTION INC, 01539"45776, 14831 223RD ST SE, SNOHOMISH WA 98296-3989 Job No: 45776 Form Rev: 12/06 VR m CITY OF RENTON PRECONSTRUCTION MEETING Misty Cove Lift Station WWP-27-3627 FIFTH FLOOR CONFERENCE ROOM-521-10:00 A.M. December 3, 2013 City of Renton Project Manager: John Hobson Office: 425-430-7279 ��1OhSOf1 cc�rcntonwa.�ov Fax:425-430-7241 Cit Ins ector: Dan Thom son Mobile: 206-999-1828 Gary Harper Construction Project Manager: Gary Harper Office: 360-862-1955 �y�a���arvharperconsLcom RH2 Engineering 425-951-5400 Project Manager: Mark Miller 425-951-5372 mmiller(u�rh2.com Project Engineer: David Baisch 425-951-5426 dbaisch(ct�rh2.com INTRODUCTIONS: SCHEDULE: • Estimated start date. '= r.►p r� _Sr.,����,� Z�1�— • Contractor's proposed schedule and work plan • Working Days: 120 working days from Notice to Proceed • Anticipated Notice to Proceed: • Anticipated Completion Date: � Work hours are weekdays, %:OO AM i0 S:OO PM. Work on Saturday by approval only and no work will be allowed on Sundays. Any changes to work hours shall have prior approval from the City of Renton. No work on Sundays or holidays. No equipment shall be started prior to 7:00 a.m. • Holidays: See Special Provisions 1.08.5 for holidays during construction period. • Progress Payments: Typically once a month. When we issue the notice to proceed, we will agree on the schedule. Quantities from inspection reports will take precedence. Cut off for quantities will typically be the Friday before our Finance Cutoff Day (see finance calendar). Submittals of quantities should be by the end of the day the Tuesday before our Finance Cutoff Day. This should give us opportunity to work out discrepancies. If they can not be worked out prior to our cutoff day, we will use inspection reports and work it out for the next pay estimate. Checks are typically mailed about 5 days after the Finance Cutoff Day. City does have direct deposit available. • Final acceptance shall be after final walk through inspection and approval of as-builts. I PRIVATE UTILITIES • Private Utilities Concerns and Questions. GENERAL: • Misty Cove Condominium and Surrounding Properties Access • Overtime takes special authorization. Pay schedule is $75 per hour for overtime. The City shall cover inspection overtime hours from 3:00 — 5:00 PM, Monday-Friday. • Keep the streets and driveways on Ripley Lane clean. Truck washing and other measures, as approved, are required for the duration of the project. Provide whatever measures necessary for cleanup and dust control during the job and at night. Right of way to remain unobstructed when possible. • Erosion control: Best management practices. There is catch basins to protect. Maintenance of erosion control systems will be monitored. • Progress Meetings: Monthly (Engineer will set up as needed) • Keep a set of approved City construction drawings and construction documents on-site at all times. All utilities must be inspected prior to backfill. • For any field changes: If minor, submit a shop drawing or schematic through the inspector, by FAX-425- 430-7241, or by email (jhobson@ rentonwa.gov). If major, the contractors project engineer should submit drawings and complete justification, information and calculations as applicable to the City's project manager. The City will answer by memo or schedule a meeting within two days. • Note confined space entry requirements in the specifications (1-07.28). SPECIAL PROJECT CONSIDERATIONS: � Proposed staging areas? • Traffic Control shall be per the specifications. • Review plan for installing the wet well structure • Review plan for installing the trenchless gravity sewer mains. • Permit Requirements: Electrical and Right of Way Permit • Submittals: Electronic submittals are acceptable. Contractor responsible for verification that Owner received the submittal. • Product Substitution: Must be approved by engineer and owner prior to execution of work • Shoring and Dewatering Design: Responsibility of Contractor, see RH2 Geotechnical Report for site conditions and requirements. Submit to Engineer for review. Inspection Responsibilities • General and Civil Inspection — Renton Public Works All work to be inspected by City inspector prior to backfill. All thrust blocks must be inspected. Refer to contract specifications for force main installation, testing, cleaning and final connection. Pothole to verify horizontal and vertical ali�nment of existin�pipes before installing,new line. • Structural — RH2 Engineering and Renton Public Works J:\Data\REN\112-047\SDC\Mceting Minutes\NRECON-agenda-Misty Covc LS.doc �, • Mechanical — RH2 Engineering. • Electrical — RH2 Engineering and Renton Building Department. Electrical inspection reyuired as part of permit. Inspection by City of Renton Electrical Inspector. TELEMETRY • RH2 Engineering Minimum 48 hour notice When the panel is first installed, RH2 is available to go through the panel with the electrician. Schedule to meet with RH2 a week prior to startup for a run through for familiarization with the controls. RH2 will be scheduled to be present for the startup TESTING • Contractor responsible for demonstrating proper operation of lift station. Provide testing checklist for City review and approval. Schedule testing in advance per Specifications. City and Engineer to witness. Pump and MCC manufacturer qualified reps required at Startup to certify correct installation of equipment. • Pressure test of proposed mechanical equipment and forcemain Other J:AData\REN\112-047�SDC\Mccting Minutcs\PRECON-agenda-Misty Covc LS.doc . � PRECONSTRUCTION CONFERENCE Si�n-in Sheet Project Name: Misty Cove Lift Station Replacement Location: 5021 Ripley Lane North City of Renton Project Manager:lohn Hobson Contractor Name: Gary Harper Construction, Inc. Contact Name: Gary Harper Phone Number: 360-862-1955 Please print clearly Name Company Contact Phone/E-Mail John Hobson City of Renton 425-430-7279 / jhobson@rentonwa.gov Dan Thompson Mark Miller David Baisch r� ►��� �vu v�S � on � � � ���� , �A�;`t� 1ti1�► w� �.` � RH2 Engineering RH2 Engineering �C�����oO�-U 206-999-1828 / dthompson@rentonwa.gov 425-951-5372 / mmiller@rh2.com 425-951-5426 / dbaisch@rh2.com -� C_ U�S 87� - S�.�3 u,�►� r�� � � ��t �� �•���-�o � �� _�i�' �3�r5 —5��� �5�� � � �,�-� �� �.�� Cvrv,c �s I Ca 6 (e �`���'� � l<--J_�J�OI. �11t�o� . �OO�C �S`� 1t � � I Gv�.l�-� � t �; t'�,�. f-� � �. c., y.,'3 - �8 8 - , �r-3 � ��/r— �Ja ��--a�rc� c a.� (r • c c� cuS� , c vi►-r _� Name Company Contact Phone/E-Mail H:\File Sys\WWP - WasteWater\WWP-27-3627 Misty Cove Lift Station\Precon\precon signin sheet - Misty Cove LS.doc PUBLIC WORKS DEPARTMENT o c�Y°t ,=.`. ° C� r�� 00� -�: DATE: Ti�: F�ROM: SUBJECT: ►� il •7:�_�►���>>�il November 19, 2013 Bonnie Walton John Hobson � CAG-13-178 Construction Bond Verification A,t 9:10 am today, I spoke with Jake Murphree with Developers Surety and Indemnity C:ompany and he confirmed that they issued Bond No. 338670P in the amount of $820,877.70 for Gary Harper Construction, Inc. for the Misty Cove Lift Station keplacement project. h:\file sys\wwp - wastewater\wwp-27-3627 misty cove lift station\award info\bond verification - misty cove lift station.doc Misty Cove Lift Station Replacement Vicinity Map k � Faciltties Management Division Real Rstate Services Section I{ing County Administration Building 500 Fourth Avenue A�M-ES-0830 �'n� �O��t� Seattle, WA 98104 Permit9 206-205-0655 FAX 206-296-0196 SPE4:IAL iJSF, P�:RMI'I' LTse oCCounty Owned 1'ro�erty PERMiT NUMBElZ: SUPS13-U09(} 17AT�: 10/28/2013 ERMITEE: ity of Renton - David Christensen 1055 S. Grady Wy. enton, WA 98057 DAYPHONE: (425)430-7212 OTF�RPHO�: (206}276-4912 FAX: (425)430-7241 URPOSE: o replcae an existing 4in. iu�in with a 6in. tnai�a. LEGAL DESCRIPTION: Primary 1/4 Sec Twp R�e Account No Kroll Page SW 29 24 OS 2924059005 455W Legal Description: Eastside Rail Corridor That porfion of the above referenced parcel, adjacent to PIN 556155-0000 AK/� 5021 Ripley Ln. EXPIR.ATION: This permit sha11 not be valid for moxe tl��ui 14 Years 8c expires on the p�. f� day of �1u•.k;mjo�qr- 2023. Administrative Fee (New or Renewal) fi500.00 Land Use Fee - d'arks $997-82 Bond/Insurance Amount $7,OOO,oao.ao PERMITTEE MUST NOTIFY RO:BERT NL'NNENKAMP DNRP - PARKS AT: 206-477-4581 AT LEAST 72 HOURS PRIOR TQ P�R�ORMTNG ANY WORK AND ]MMEDIA'C.ELY UYOI�T COMPLBTION � Issued By: Aaron Halley Phone: 206-205-0555 By this pet�a�it iCing County authorizes the use of the above described property . ustodial ApprovaL• ,� i g���� r� �� fo I� Date: %1�����`���.'�� e ��a �'�'IF� i � ea] Estate Services Approval: f.�'�� � �~ J Date: ��,��.�,.���� �'he Permittee agrees to complv with the terms and conditions contained herein. SE� REVER5E SIDE FOR TERMS AND COND�I�'(91��: � � �� r ,. ignature ofPermzttee: , ,� � Date: %! j �L"yl,j NOTE: Permit not valid without all necessary signah�res and e�u-atzon date. iLing Counry Code 1430 AAF-RES-0003 Printed Qn: 10/28/2013 Page 1 of 5 � EacilitlasMaaagcmentAiviSinn � Iteal r.state Services Sectlon ISmg�Couaty�Admmic6ationBuildnig . 500 PDuMh �venua,4DM-BS-OS30 �ry SeatNe, WA 98104 � �.7 ��un�� Perm�ts 206-20�-0655 FAX206-296-0196 SPECTAL USR PF.1tMfF' • Use of Cmrnty Otivned Property PiLTMBER: SUPSl3-0090 DATE: TQi28f2013 II2MlTF;F: 'ty of RenYoct - David Chri.stensen ' 1055 S. Grsdy Wy. eutrni, WA 98057 . DAX Pk:ONEc (425)430-7212 O"�1iF�LPHQNE: (20�276-4912 FAX: {425}430.72�b1 PC7RPOSE: o�2plcae an e�tisting 4in, main with a 6in. main, LEGAI.AFSCRIPTION: Primary I!4 Sec 'IWp Rge Accountl�io KrollPAge 5W 29 24 OS 2924059005 455w Legal Description: Sastside Rail Cvrrldor That porEon of the above reterenced parret, adjacent to PIN 55615�OOD0 AKA 5021 Ripley Ln. EXPI�tA.'1'ZONc This pennit stulll not be valid for morc thfm I9 Yedrs ds exp"u+as on t3�e day of 2023. Admiaistrafive.F'ee(NeRorRenen'a� $500.00 LandUseFee-Puks $997.�2 RQnd/InsnranceAmonnt ' $2,000,000.00 PF,RMIIlBE M[TST NOTI1� Y ROBERT ;JBIJNL.'[JI�AMP DNRP - PARICS AT: 206-477-4583 AT 3.FAST 72 HOURS PRIOR TO PERPORMTNG ANY WORIC AND L�QPVIII7IATII�.X LTPON �=nMPLF'TTON ' Iss��cd Dy: AaronHallcy Phone: 2D6 205-OGSS , By this permit King Count�• authorizes fh us of the above c'b pto ny: todfal ApprovaL• ` � ^ Date: '� �� t 2� f 'e __. .. e:il Estntc Scrricas ApprpVal: �a�� Thd Permiftee a�eea to comp)y �vitb the terms and condiHnns contaiued herein. SFT RF.V�.RSE SID� FOR TERMS AND COND 'F . �/ .." . 1g0.8tufeofPeamittee: . (' D2f2: �� / [���� NOTE: Pemutnot vaGd wimout a11 necessar�� s�gnaiures aua expunuu�� ua«, Kir�g Coimty Codn 14.30 AAFRES-0003 PdnOad on: fOrz8rz0'13 Pape'I o( G 1. PERNIIT REVOCATION - This Per►nit is revocable at any ti�rte by King County. The right to revoke is expressly resarved to King County. _ 2. IlVDEMNITY AND HOLD HARMI.ESS - Tt�e Permittee agrees to inde�tuufy uid hold hannless King Couuty �s provided herein to the maximum extent possible under law. Accordingly, the Pennittee agrees for itself, its successors and assigzis to defend, indemnify, and hold harmless IGng Counry, its appointed aad elected officia]s, and employeas from and against liability for all claims, demands, stuts, and judgments including costs of defense thereof for injury to persoiis, death, or pxoperty d�vnage which is caused by, arises aut o� or is incidental to Permittee's exercise oPrighl,s and privileges granted by tlus Permit. The Permittee's obkigation under fhis sectzon shall include a) Irtdemiufication for such clauns whether �r not they arise from lhe sole negligen.ce of eirher the County or the Pemiittee; tite concurrent negligence of both parties, or the negligence of one or more third parties. b) The dttty to promptly accept tender of defense and provide defe.ttse to the County at flie Pennittee's own expense, c) lndemnification of claiins made by the Permiitee's o��a employees or ageuts. d) VJaiver of the Permittee's iminiuuty under the industrial ins►rrance provisions of'Title S l RCW, wl�ich waiver has been mu#ual:ly negotiuted by the parties. In the event it is necessary for tl�e County to incur attomey's fees, legal espenses, or other costs to enforce Yhe provisions of this section, all such fees, cxpenses, and costs shall be recoverable from the Permittee. In the event it is determuied that RCW 4.24.115 applies Co thAs a.gree�nent, the Permittee agrees to defend, hold harmless, and indemnify King County to the maximum e�ctent permitted thereunder, and specifically for its negligence concurrent with that of Kuig County to the full extent oi Permittee's negligence. Permittee agrees to defend, indemnify, and hold harmless tlie County for claims by Permittee`s employees and agrees to waiver of its immunity under Title S 1 RCW, which waiver has been mutually negot,iated by tl�e parties. 3. ANTI-DISCRIMINATION - in all hirii�g or employment made possible or resulting from this Pennit, there sha.Il be ilo discrirnination against any employee or applicant for eznploytnen.t because of race, colar, aneestry, religion, national ori�in, age, sex, sexual orientation, marital status, or the presence of any sensory, an�ntal or pl�ysical handicap in an otherwise qualified handicapped person unless based upon a bona fide oceupational qualification, and this requirement shal] appiy to but not be limited to the followuig eu�ployinent, advertising, lay-off or terntination, rates of pay or other forms of compensalion, and selection for training including apprenticeship. No person stcall Ue deaied, oz subjected to discrimination in receipt of the benefit of any serviees or aetivities made possible by or resulting fronn t�is Permit on the grounds ol race, color, ancestry, religion, national origin, age (except minimuin age and retiremeut provisions), sex, sexual orientation, marital status, parental statw, the presence of any sensory, mental or physical hai�dicap, or the use of a trained m�ide-dog hy a blind or deaf person. Any violation of this provision sl�all be considered a violation of a matcria.l provision of this Pennit a�1d shall be �raunds for cancellation, termination or suspension in whole or in part of the Aer�nit by thc County, and may result in ineligibility for fur�her Caunty pennits. 4. NON-EXCLUSIVE RIGHT - This Permit shall not be dee�ned or construed to be an exc(usive right. lt does not prohibit the C�unty from �n•anting any other permits to other public or private entitics, nor shall it prevent the County from using any public place for any and all public use or affect its furisdiction over any part of them. 5. ASSESSMCNTS - Permittee shall be required to pay any general or special assessments ulcuured by King County which ace directly attributable to ar arising from any actions, occupa��cy, or usage auttiorized herein. G. TERMINATION - The Pennittee may terminate the Permit by written notice to the Manager of Reai Estate Services Section. Upan revoeation, terminatioi�, or abandonznent, tl�e Pecmittee shall remove at l�is expense all facilitics placed on said property by the Permittee, a�.1d restore the premises to a condirion which is eqiuvalent in a1l respects to t11e condition existing prior to installatiun of the facilitias, or to a eondition which is satisfactory to �he County. lf the Aennittee has not accotnplished reinoval and restoration a# the end of a ninety-day period following the effective daie o�revocation, terminatian, expiration, or abandonment, the County ma� aeeomplish all of the neeessary work a�id charge all of f:he costs to the Per�nittee. 7. RESTORATION - After coinpletion of work authorized by this Pe�mit, the Permittee shall restore thc property to a condition which is equivalent in al] respects to the condition of the property prior to starting worlc, or a eondition satisfactory to King County. If the Pennittee delays tiie restoration beyond expiration of the Permit, the Counry may accomplish al( th� necessary work ancl cl�rge, all the costs to the Permittee. 8. REPA]RLNG DA.MAGE BY PERMdTTEE - In Che event that damage of auy kind is caused by the Permittee �x� the cotuse of perfonning wark authorized by this Permit, Permittee will repait said damage at its sole cost and expense. Repair work shall begin without delay and continue without interruption until completed. If damage is zxtensive, fhe tune a![owed for repair will be prescribed by thc Cotmty agent. If the County detennuies it is necessary, tlie Couuty inay accomplish the work and charge al] the costs to the Permittee. 9. ABATEIVIENT O�+ �JI\TSAFE CONDITIONS -'I'he County represencafive may at any time, do, order, or have done alt work considered necessary to restore to a safe condition any araa described in Peimit left by tlie Fennittec in a condition dangerous to life or property. xhe Permittee sl�all pay, upon deanand, to the Cotmty all costs of sucl� work, materials, etc. Nothing in thi� section shall relieve the Peruu�tee of duties under Tenns and Conditions No. 2 above. AAF-RES-0003 Printed On: 1 Q/28/2D13 Page 2 of 5 10. RIGHTS RESERVED TO COLTNTY - CONP'ORMANCE AND PAYII�EN7C OF C�ST',REQUIR�D - The Cotknty reserves the right to use, occupy, and enjoy its property for such purposes as it shall desire including, but i�ot lunited to, conslructing or instaLling structures and facilities on the property, or developing, improving repairing or altering the property. The Permittee, upon writiteu notice, will at its own cost a»d expense renzove, repair, relocate, change or reconstruct its installations to conform with the platis ot� work eontemplated or ordered by the County accordi�ig to a time schEdule containecl in the written notice. Il. NOTIC� - Permittee agrees to obtain information from other utility operators regardulg the Iacatiou aud current status of their instaliations before starting woz1G Property owners adjoining, or in proximity to, the pi•oject as described herein s1�a11 be notif.ted by I'ermittee when si►eh property is e�cposed to the possibility of ir�jury ar darnage througl-► performaizee of worlc on the project authorized by this Pennit. Permittee shall make a�l advance arrangements a�ecessary to protect such propeily or utility from injury or damage. l2. QTHER A YPLI:CABLN� LA WS - Issuance of this Peruut does not in any way relieve the Permittee frotn complying with any other applicable laws in perfornun� the �vork subject to this Yenni[. 13. RE-ENTRY - After com�letion of work authorzzed liy this Pennit, if tlte Pennitte� desires to re-enter upon tlie property described herein f'or any reconstructioza, notice shall be provided iia acivance to'K���g County togeeher with fhe plans and specificatiorls for the worl: proposed, and siiall not be permitted witl�out the County's cousent. 14. TITLE - This Pcnnit grants only thc rig(�t to use King Couxity's interest in the l�erein described property, and the gruitiug of this Permit is nat a warrai�ty that good title to any specific �roperty is ve�ted i�i Kiug County. IS SPECIAL TLRMS AND CONDITIONS: a All use of King Couuty's Eastside Rail Corridor parcei 292405-9005 ("corridor") is restricted lo the constxuction, operation and maintenance of a 6" sewer forcemain totaling 130 linear teet and a temporary waste line — to be abandoned in place after construction - totaling 1341inear feet as described in the 09/18/l3 application aud 09/a 0/a 3 site plans. � � b This pennit specilcally replaces BN licc�ise LG245b33 previously issued to the Misiy Cove eoudon�iniuros. Any prior existing railroad permits, agreements or feases for this sewer line route are terminated and replaced by this King County Special Use PezarAit, c The Permittee may make no use of, or improvements or alterations io the corridor except as specifically authorized in this pernut. Any additional use of the corridor must be approved in writing by ILing County in its solc a�1d absolute discretion and subjeet to such terms and conditioi�s as Iung County ma_y impose. If granted, such approval sliall be made an amendment to this Yermit. , d The Permittee is responsible to secure and provide proof of all z�ecessary permits prior to sEarting any construotion on the corridor as authorized by this pennit. __ e 1'he 1'ermittee shall contact Robert Nunnenkamp, I'roperty Agent at 206-263-6207 to coordinate ou-site i»spections, prior to and following any work an the c,�rridor. f If tlus pennit authorizes the Peimittee to unde.rtake any construction on the corridor, then following such constn�ction t.he Permittee shall restnre r,orridor property altered by the construction to original or beiter condition, includ.ing the restoration of any drainage systeros. The Permittee shatl restorc disturbed gravel areas of the corridor and compact such areas to 95%. The Permittee sha11 not dump or dispose of construction debris and surplus rnaterial on King County land at any time. g If, at aziy time, #he Pertnittee's authorized use of, or improveinent, alteration or construcdon on the cot•iidor creates a condition which could pose a danger to park users, the Permittee shall �romrtly post temporary signa�e, install karks-approved barrricades or fencing, and take other Parks—approved or -required measures to facilitate conrinued safe public use of the corridor. Tn case of einergency the Permittee shall call 911 and then prompdy notify Itobert Nunnenkamp, ProperEy Agent at 206 623 6207. , h The PCrmiltee understands that future trail and other development inay af%ct or alter the na#ure or scope of the pennitted use and that the Permittee vvill be required to remove or relocate improvemeirts at its sole cost a�id expense if so d'►rected by King Cotuiiy. i 'Che Yennirtee understands, acl.-nowJedges, and agrees that the corridor that is the subject of this Pen�it is pairt of an intexstate freight rail carridor that has been "railbanked" subject to interun trail ��se under the National Trails Systetn Act, also known as the Rai1s-to-Trails Act (16 U.S.C. §1247(d) and 49 C,F.R. �1152.29). As a result af the corridor's railbat�ed status, interstate freight ra.il servic� u-�ay be reactivated over this corridor, whidi in tur�� ma.y result in the demolition, destruction, removal, or relocation of any ixnprovements Ehat tlae Permittee may make t� fhe corridor. Tlie Permi#tee understands, acknowledges, and agrees that Pernzittee shall bear all risk of , loss of any and all improvements that Pennittee may make to the coxridor, and that if interstate freighi rail service is reactivated, then this T'ermit shall expire and the Permiitee may ba required to deinolisll, re�nove; or relocate Perm ittee's improvements at Permittee's so}e cost.and e�spense, or to negotiate with the person or entity t11at reactivates rail service to arrange for the Permittee's contiuued use of the con�idor. AAF-RES-0003 Printed On: 10f28l2013 Page 3 of 5 j The Perrnittee understands that the corridor is subject to an easemez�t held by Puget Sound Energy (King Counry Recording Number 20101221000998), a Reciprocal Coordination and Cooperation Covenant Agreemem between Puget Sound Fnergy and King County (King Coiurty Recording Number 20130213001647), and a�� easement held by Sound Transit (King County Recnrding Nwnber 201204i 1001 l74). The Perniittee undcrstands that in (artherance of ihese insiruments King County will submit Permittee's plans to Puget Sound Energy and Sound Transit for review and approval, and furk�er uxtderstands that Auget Sound Ener�ry or Sound Transii may in ceriain ir�stances require the Permittee's uiiprovemeiits to be relocated or removed at Percnittee's sole cost and ex�ense. The Pcrmittee may be billed directly by Sound Transit or PSE for costs associated with reviewiz�g tl�e perniit applicaxion. The Pennittee agrees to comply with the terms of these instnunents and any otller preexisting � easements, leases, Iicenses or other agreemenis peimittu�g use of the corridor. k IGng County reserves the rigl�t to impose additional tenns as conditions rnay warrant over time. AAF-RES-OOa3 Printed Qn: 10/28/2013 Page 4 of 5 151. 1NSURANC;E: 1. Minimuro Scorie and Limits of Insurance - Minimum Scope and Limits of Insurance Coverage shall be at least as broad as: General Liability: Tnsc�rance Services OfCce form number CG 0001 (Ed. l 1-88) coveriug C(�MMERCIAL G�N�RAI, LIABII,ITY. The _. permittee shall maintain limits no less than $1,000,000 combined single limit per occuzrence for bodi ly injury, personal injury and property darnage. AUTOMOBIL,E LIABILITY: Insurance Services Off'ice form number (CA 00 O1 Fd, 12-90 or its equivatent) coveiring BUSINESS AUTO Co VE[tAGE, syinbol 1"any auto", or the combination of symbols 2, 8 and 9. l.,imits shal] be no tess than $1,00(?,000. Combiried Single I,imit Bodily Tnjury and Property Dainage. WORKERS COMPENSATTON: Workers Compensation coverage, as reqttired by t(�e Industrial Tnsurance Act of Che State of Washington; EMPLOYERS LIABILITY or "Stop-Gap": The protection by tl,e Worlcers CompensaHon policy Part 2(Ernployers Liahi.l.ity) or, in states with monopolistic state funds, the protection provided by t11e "Stop-Gap° endorsement to the General Liability policy. Limits shall be no less than $1,OOQ,000. 2. Dednctibles and Self-Insured Retentions - The deductible andlor sclf-insured retention of the polici�s shall not iimit or apply to the permittee's liabifity to the County and shall be the sole responsibi}ity of the perrniriee. 3. Otl�er Insuranee Provisions - The insurance policies required in tl�is pennit rire to contain, or be endorsed to contain the following provisior►s a. All Liabiiity policies except Worl<ers Compensation: 1. The Cownty, its officers, officials, employees and agents are to be cavered as insured as respecls liability azising out of activities perf'ormed by or on behalf of the perm.ittee in connection with this permit. 2. lnsurance coverage shall be primary insurance as respects the County, its officers, officials, einployees and __ agents, Any insttrance andlor self-insurance maintaizted by the County, its office�s, officials, ecnployees or a�e,nts should not contribute with the pe»nittee's insurance or Uenefit !he perniittee in any way. 3. The :permittee's insurance sha11 apply separateiy to each insured against whom a claim is rnade aud/or lawsuit is brought, except wiih respect to the limits of the i�tsurer's liability. b. AlJ Policies: Covera�e shal] not be suspended, voided, cancelied, reduced in coveraae or in limits prior to t11e expirarion date of this special use pern�it, unless forty-five (45) days prior notice, return receipt reguested, has been given to the Coiuiry. 4. Acceptability of insurers - Unless otherwise approved by the Counry, insurance is to be placed with iusurers wit}i a Bests' ratin� of no less thau A: Vlll, or, if not rated tivith Bests', with mnuimum surpluses the equivalent of Bests' surplus size VI(�. 5. Veritieation of Covera�e - The permittee shall furnis� the King County Rea] Properiy Division with certi�cates of insurance and endorscinents required by this pennit. The County reserves the right to requ'ue co�plete, certified copias of pll required insurance policies at any time. 6. Municinal or State Asencv Prnvision - If tlie Pennittee is a Muiucipal Corporation or an agency of the State of • Wasfungton and is self-insured for airy of the above insurance requireutents, a certification of self-insuranee shall be attached hereto and be incorporated by reference and slaali constitute compliance witli lhis section.� AAF-RES-6003 Printed On: 10l28120�3 Page 5 of 5 LEVY - VON BECK & ASSOCIATES, P.S. SANFORD R. LF.VY DAV]D VON BECK* CHARLES P. MORTIMER' KATIE J. COMSTOCK SETH E. CHASTAIN JUDY K. BROWN** 'Washington/Oregon Bars **Washington/Califomia Bars CiTY OF RENTOt� ATTORNEYS AT LAW 600 Universiry Street, Ste. 3300 a Seattle, WA 98101 (206) 626-5444 Fax: (206) 382-5527 DOLORES EVANS, Office Manager TED LEVY REBECCA BOWERS ANDY GOLUB SAMANTHASUON BRIAN MCCONNELL Our File No. 11.195796; SS Date of Mailing: March 18, 2014 Owner General Contractor City of Renton Gary Harper Construction 1055 S Grady Way 14831 223rd St SE Renton WA 98057 Snohomish WA 98296 RE: Misty Cove Lift Station; 5027 Ripley Lane N; Renton, WA Customer: Advanced Power LLC i.� (���� � �ir�t� ,. M AR 21 2014 CiTY OF RENTON UTILITY SYSTEMS From: Rexel, Inc dba Platt Electric Supply Customer Name: Advanced Power LLC This is to advise you that Rexel, Inc dba Platt Electric Supply will commence or has commenced to deliver electrical materials to Advanced Power LLC for use on the above-referenced project. Although Rexel, Inc dba Platt Electric Supply does not anticipate any problems in connection with this project, Washington statutes require that suppliers send this notice. PLEASE TAKE NOTiCE that the General Contractor and its bond will be held for the payment of any unpaid material, services, supplies, or equipment furnished by Rexel, Inc dba Platt Electr�c Supply ALSO, PLEASE TAKE NOTICE that a lien against the retained percentage may be claimed for all unpaid materials and supplies, or equipment furnished. This notice is not meant to be a reflection on Advanced Power LLC or that a claim will become necessary. Rather, we are merely complying with the laws of the State of Washington. Please feel free to call us if you have any questions or concerns. Sender: Rexel, Inc dba Platt Electric Supply Address: 10605 SW Allen Boulevard; Beaverton, OR 97005 Telephone: (800) 257-5288 Very truly yours, LEVY - VON BECK & ASSOCIATES, P.S. MAR 2 0 2014 FiECEIVED CITY CLERK'S OFFICE ,y ��:,� ,/ Sr (.�>lG�� �� rJ �� � .K' 1� V /��`���� ��� WASHIIVG�ONf BLTC WORKS PRELIMINARY NOTICE -,�.�� __ -����--= � Additional Parties Receiving Notice Shown Below: i �� � �: I�-�• � .xe ,..h�+iu uc .., Y� ; � .. ,:!ws:.;tp?o-n� ., ; Yb �(�' pla�t.corr� To the Project Owner and Prime Contractor: We would like to thank you for the opportunity to participate in your construction project. We are sending you the attached notice as part of the routine of conducting our business. Attached to this letter is a preliminary notification, sometimes referred to as a Notice to Owner. This is NOT a lien claim. State law has granted contractors and material suppliers certain protections in exchange for their willingness to provide labor and/or materials in advance of payment. These protections are generally in the form of lien or bond claim and often require a preliminary notification of lien rights such as the one attached hereto. We are mandated by the state as a supplier to provide you with this preliminary notification in order to preserve our lien rights in the event we are not paid. If you have any questions or concerns, please feel free to call our office at 800-257-5288. Thank you again for the opportunity to be part of your construction project. Sincerely, REXEL, INC. dba PLATT ELECTRIC SUPPLY