Loading...
HomeMy WebLinkAboutBid Package - Vol I of II Award Date: CAG-23-288 Awarded to: City of Renton Lift Station and Force Main Improvements Phase 3 WWP-27-4223 BIDDING DOCUMENTS City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Michael Benoit mbenoit@rentonwa.gov Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Specifications, and Plans CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Lift Station and Force Main Improvements Phase 3 WWP-27-4223 Summer 2023 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 CONTRACT DOCUMENT TABLE OF CONTENTS 01 Summary of Fair Practices Policy 02 Summary of Americans with Disability Act Policy 03 Scope of Work 04 Vicinity Map 05 Instructions to Bidders 05A Suplemental Instructions to Bidders 06 Call for Bids 07 * Proposal and Combined Affidavit & Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage 08 * Department of Labor and Industries Certificate Registration 09 * Proposal Bid Bond Form 10 * Bid Schedule of Prices 11 * Acknowledgement of Receipt of Addenda 12 * Certification of Compliance with Wage Payment Statutes 13 * Subcontractor List 14 ** Statement of Qualification Form 15 ❖ Contract Bond to the City of Renton 16 ❖ Fair Practices Policy Affidavit of Compliance 17 ❖ Contract Agreement (Contracts other than Federal - Aid FHWA) 18 ❖ Retainage Selecton 18A City of Renton Insurance Requirements 19 Washington State Prevailing Minimum Hourly Wage Rates 20 City of Renton Special Provisions 21 Technical Specifications 22 Appendix A – Liberty Lift Station Vactor Discharge Locations 23 Appendix B – Cottonwood Lift Station Telemetry Panel As-Built 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 prior to Award ❖ Submit after Notice of Award (at the latest) CITY OF RENTON - Public Works Department 1 Summary of Fair Practices Policy\ 2 Summary of Americans with Disability Act Policy\ 3 Scope of Work\ LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 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: • Site improvements including the installation of fences and gates, relocation of davit crane mounts, sanitary sewer force main, and electrical conduits, • Mechanical improvements including the installation of pigging port assemblies, pump replacements, flow meter assemblies, supports, and vactor piping, • Structural improvements including the removal of existing wet well coatings, placing concrete in an existing structure, installing precast structures, installation of outdoor rated Unistrut supported enclosures, and a small roof replacement • Electrical improvements including modifying and replacing existing control panels, • Protecting of existing utilities, utility potholing and resolution of utility conflicts, • Trench excavation, including removal of existing unsuitable material, disposal of excavated material, shoring, and dewatering, • Trench and structure backfill with suitable material and compaction to required standards, • Removal and replacement of asphalt concrete pavement, and hot mix asphalt trench patching, • Temporary sewage pumping and sewage storage in accordance with the construction documents, • Preparing as-built drawings, • Temporary traffic control measures in accordance with the contract documents and applicable City of Renton and MUTCD standards, • Installing and maintaining adequate Temporary Erosion and Sediment Control measures and restoring all disturbed areas. The estimated project cost is $1,500,000 to $1,850,000. A total of 240 working days is allowed for completion of the project. For Bid Item Payment Descriptions see Division 18 of the Technical Specifications. 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. The City reserves the right to reject any and all bids. VICINITY MAP SCALE: 1"=1000' City of Renton Lift Station and Force Main Improvements Phase 3 Station Address Cottonwood LS 2101 Maple Valley Hwy Kensington LS 3000 SE 8th St Lake Washington Beach LS 1201 Lake Washington Blvd N Lake Washington No 2 3903 Lake Washington Blvd N Liberty LS 16655 SE 136th St Long LS 2702 Union Ave NE Talbot Crest LS 2511 Talbot Crest Dr S Wedgewood LS 5401 NE 10th St Westview LS 1149 Monterey Ave NE LAKE WASHINGTON LAKE WASHINGTON NO. 2 LS LAKE WASHINGTON BEACH LS LONG LS WEDGEWOOD LS LIBERTY LS TALBOT CREST LS WESTVIEW LS KENSINGTON CREST LS COTTONWOOD LS 5 Instructions to Bidders\ 1 LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall, until the time and date specified in the Call for Bids. No mailed, Fedex, or UPS delivered bids will be accepted. The bids will be publicly opened and read via a Zoom video-conferencing 60 minutes after the bid closing, 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. If a bidder has any questions regarding the project, the bidder may submit questions via email to mbenoit@rentonwa.gov. The bidder shall include "Bid Question - Lift Station and Force Main Improvements Phase 3” in the subject line. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. The owner, at their discretion, may consider written requests for substitutions All requests for substitutions prior to bid opening must be received by the owner a minimum of 7 working days. Approval of substitutions will be only by addendum. 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. 4. Plans, specifications, addenda, and plan holders 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”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. 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. 5 Instructions to Bidders\ 2 7. 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 5% 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. 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 to the jobsite and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 16. Basis For Approval 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 therefore 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 5 Instructions to Bidders\ 3 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 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 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. WSDOT/APWA "2023 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." 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. There has not been a soils investigation completed for this project. 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 Table of Contents 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? 5 Instructions to Bidders\ 4 ❑ Sales Tax for this project is bid at 10.1% ❑ Have you submitted the Subcontractors List? ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you submitted the Proposal and Combined Affidavit & Certificate Form? ❑ Have you submitted Department of Labor and Industries Certificate of Registration Form? ❑ Have you certified Receipt of Addenda, if any have been issued? LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS 1. GENERAL It is the intent of the City to award a contract to the lowest responsive and responsible Bidder. Before award, the Bidder must also meet the supplemental bidder responsibility criteria list below. Further, the apparent low Bidder and second apparent low bidder must complete submit the Statement of Qualification Form and any other documentation listed below to the City prior to awarding the contract. The City reserves the right to require such documentation from other bidders also. 2. SUPPLEMENTAL RESPONSIBILITY CRITERIA Experience 1. The qualified bidder shall have prime contractor background that includes successful completion of projects meeting all three of the following minimum experience criteria: • In the last 10 years, constructed or rehabilitated a minimum of 2 lift station projects with contracts above $500,000 each. • In the last 10 years, rehabilitated a minimum of 2 submersible lift stations. (One project can consist of multiple lift station rehabilitations). • In the last 10 years, constructed or rehabilitated a minimum of 2 custom designed (not packaged) submersible lift stations, minimum 200 gallons per minute (new or rehabilitation). 2. Documentation: The Bidder must complete and submit the Statement of Qualification Form as provided in the bid documents. The City may also use independent sources of information that may be available to demonstrate whether the Bidder is in compliance with these criteria. 3. Evaluation: In evaluating whether these criteria are met, the City may check references for the previous projects and may evaluate the project owner’s assessment of the Bidder’s performance including but not limited to the following areas. a. Quality control. b. Safety record. c. Timelines of performance. d. Use of skilled personnel. e. Management of subcontractors. f. Availability of and use of appropriate equipment. g. Compliance with contract documents. h. Management of submittal process, change orders, and close-out. 3. PROCEDURE a. Additional Information The City reserves the right to obtain information from third parties and independent sources of information concerning a Bidder’s compliance with the supplemental criteria and to use that information in their evaluation. The City may consider mitigating factors in determining whether the Bidder complies with the requirements of the Supplemental Criteria. b. Appeal of Responsibility Decision. If the City determines that the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible bidder, the City will notify the Bidder in writing with the reasons for its determination. If the Bidder disagrees with this determination. The Bidder may appeal to the City’s Project Manager for this project by presenting additional information to the City’s Project Manager within two (2) business days after receipt of the City’s determination. The City’s Project Manager will consider the appeal and any additional information and will issue a decision regarding the appeal. Saturday, Sunday, and City’s Holidays are not counted as business days. CAG-23-288 6 Call for Bids\ 1 City of Renton CALL FOR BIDS LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 WWP-27-4223 Submittal Deadline: 2:00 PM, September 12, 2023 Sealed bids will be received until 2:00 p.m., Tuesday, September 12, 2023, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, Fedex, or UPS delivered will be accepted. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m., Tuesday, September 12, 2023 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. Please include bidder’s name, address, and the name of the project on the envelope. Join Zoom Meeting https://us02web.zoom.us/j/86092641147?pwd=ZFBoM1oyRGo2aVlGbmxkZzZxQWlPZz09 Meeting ID: 860 9264 1147 Passcode: 278198 Zoom is free to use and is available at https://zoom.us/. The improvement for which Bids will be received is described below: Site improvements including the installation of fences and gates, relocation of davit crane mounts, sanitary sewer force main, and electrical conduits, Mechanical improvements including the installation of pigging port assemblies, pump replacements, flow meter assemblies, supports, and vactor piping, Structural improvements including the removal of existing wet well coatings, placing concrete in an existing structure, installing precast structures, installation of outdoor rated Unistrut supported enclosures, and a small roof replacement Electrical improvements including modifying and replacing existing control panels, Protecting of existing utilities, utility potholing and resolution of utility conflicts, Trench excavation, including removal of existing unsuitable material, disposal of excavated material, shoring, and dewatering, Trench and structure backfill with suitable material and compaction to required standards, Removal and replacement of asphalt concrete pavement, and hot mix asphalt trench patching, Temporary sewage pumping and sewage storage in accordance with the construction documents, Preparing as-built drawings, Temporary traffic control measures in accordance with the contract documents and applicable City of Renton and MUTCD standards, Installing and maintaining adequate Temporary Erosion and Sediment Control measures and restoring all disturbed areas. The estimated project cost is $1,500,000 to $1,850,000. A total of 240 working days is allowed for completion of the project. CAG-23-288 6 Call for Bids\ 2 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 Monday, August 21, 2023. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Women and Minority Business Enterprises (WMBE) are encouraged to bid. Questions about the project shall be addressed to: Michael Benoit, Public Works Department, mbenoit@rentonwa.gov. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The City will not be responsible for other explanations or interpretations of the bid documents. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. Jason A. Seth, MMC, City Clerk Dates of Publication: Daily Journal of Commerce August 21, 2023 Daily Journal of Commerce August 28, 2023 7 Proposal & Combined Affidavit & Certificate Form\ 1 CITY OF RENTON LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 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 following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) 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. AND 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. 7 Proposal & Combined Affidavit & Certificate Form\ 2 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 MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name:______________________________ Signature:_____________________________________ Address: __________________________________________________________________________________ Contact Name (please print): _________________________________________________________________ Phone:____________________________________ Email: _______________________________________ OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this _______ day of _________________, 20____ Notary Public in and for the State of Washington Notary (Print)_________________________________ My appointment expires:________________________ Names of Members of Partnership: 9 Department of Labor and Industries Certificate of Registration\ LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 Department of Labor and Industries Certificate of Registration Name on Registration: ___________________________________________________________ Registration Number: ___________________________________________________________ Expiration Date: ____________________________________________________________ Note: A copy of the certificate will be requested as part of contract execution when project is awarded. 8 Proposal Bid Bond Form\ Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ____________________of [address] _______________________________________________________as Principal, and [Surety] __________________________________________________________ a corporation duly organized under the laws of the State of , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project, to wit: Lift Station and Force Main Improvements Phase 3 Project, WWP-27-4223 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this day of , . ________________________________ ________________________________ [Principal] [Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] _____________________________ By:_____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ ________________________________ ________________________________ [Telephone Number] Approved by the City Attorney on 6/03/13 CITY OF RENTON PUBLIC WORKS DEPARTMENT Lift Station and Force Main Improvements Phase 3 *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM APPROX.UNIT PRICE TOTAL AMOUNT NO.QUANTITY Dollars Cents Dollars Cents BID SCHEDULE A01 1 Lump Sum _________________ Per Lump Sum _____________________ A02 1 Lump Sum _________________ Per Lump Sum _____________________ A03 1 Lump Sum _________________ Per Lump Sum _____________________ A04 1 Lump Sum _________________ Per Lump Sum _____________________ A05 1 Lump Sum _________________ Per Lump Sum _____________________ A06 1 Lump Sum _________________ Per Lump Sum _____________________ A07 1 Lump Sum _________________ Per Lump Sum _____________________ A08 1 Lump Sum _________________ Per Lump Sum _____________________ A09 1 Lump Sum _________________ Per Lump Sum _____________________ A10 1 Lump Sum _________________ Per Lump Sum _____________________ A11 1 Lump Sum _________________ Per Lump Sum _____________________ A12 1 Lump Sum _________________ Per Lump Sum _____________________ A13 1 Lump Sum _________________ Per Lump Sum _____________________ A14 1 Lump Sum _________________ Per Lump Sum _____________________ A15 1 Lump Sum _________________ Per Lump Sum _____________________ A16 1 Lump Sum _________________ Per Lump Sum _____________________ A17 1 Lump Sum _________________ Per Lump Sum _____________________ A18 1 Lump Sum _________________ Per Lump Sum _____________________ ITEM WITH UNIT PRICED BID Mobilization, Demobilization, Site Preparation, and Cleanup Excavation Safety and Shoring Temporary Sedimentation and Erosion Control Vactor Piping Improvements Davit Sleeve Replacement Fencing / Gate Replacement Kensington Crest Lift Station Coating Removal Kensington Crest Lift Station Mechanical Kensington Crest Lift Station Electrical Lake Washington Beach Lift Station Coating Removal Lake Washington Beach Lift Station Mechanical Lake Washington Beach Lift Station Electrical Liberty Lift Station Meter Manhole Liberty Lift Station Mechanical Liberty Lift Station Electrical Lake Washington No. 2 Lift Station Electrical Long Lift Station Mechanical Talbot Crest Lift Station Wet Well Coating Removal Page 1 of 2 CITY OF RENTON PUBLIC WORKS DEPARTMENT Lift Station and Force Main Improvements Phase 3 *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM APPROX.UNIT PRICE TOTAL AMOUNT NO.QUANTITY Dollars Cents Dollars Cents ITEM WITH UNIT PRICED BID A19 1 Force Account _________________ Per Force Account _____________________ A20 1 Lump Sum _________________ Per Lump Sum _____________________ A21 1 Lump Sum _________________ Per Lump Sum _____________________ A22 1 Lump Sum _________________ Per Lump Sum _____________________ A23 1 Lump Sum _________________ Per Lump Sum _____________________ A24 1 Lump Sum _________________ Per Lump Sum _____________________ A25 1 Lump Sum _________________ Per Lump Sum _____________________ A26 1 Lump Sum _________________ Per Lump Sum _____________________ A27 1 Lump Sum _________________ Per Lump Sum _____________________ A28 1 Lump Sum _________________ Per Lump Sum _____________________ A29 1 Force Account _________________ Per Force Account _____________________ A30 1 Lump Sum _________________ Per Lump Sum _____________________ Subtotal Schedule 10.1% Sales Tax Total Schedule Operations and Maintenance (O&M) Manuals and On-site Owner Training Minor Change Prepare Construction Records Wedgewood Lift Station Electrical Westview Lift Station Electrical Cottonwood Lift Station Pumps and Motors Cottonwood Lift Station Mechanical Cottonwood Lift Station Electrical Talbot Crest Lift Station Wet Well Leak Repair Talbot Crest Lift Station Mechanical Talbot Crest Lift Station Electrical Wedgewood Lift Station Mechanical Page 2 of 2 $10,000.00$10,000.00 $5,000.00 $5,000.00 $50,000.00 $50,000.00 $5,000.00 $5,000.00 11 Acknowledgement of Receipt of Addenda\ LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ SIGNED:_________________________________________________ TITLE:_________________________________________________ NAME OF COMPANY:_________________________________________________ ADDRESS:_________________________________________________ CITY/ STATE/ ZIP:_________________________________________________ TELEPHONE:_________________________________________________ Template updated 2-12-19 12 Certificate of Compliance with Wage Payment Statutes\ This form must be submitted with the Bid Proposal . Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐ LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 13 Subcontractor List\ Revised 3/31/2021 clb LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 SUBCONTRACTOR LIST In accordance with RCW 39.30-060: For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for the following work: • All heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of the bid. • All structural steel installation and rebar installation subcontractors shall be submitted as part of the bid. If the work does not apply to this contract, check the box “Not Applciable”. If the work will be self performed by the bidder, check the box “Self Performed”. If the subcontractors names are not submitted with the bid OR if two or more subcontractors are named to perform the same work, the bid shall be considered nonresponsive and, therefore, void. If subcontractors vary with bid alternates, please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, electrical (including automatic controls) work, structural steel installation, and rebar installation (If no subcontractors will be required, still submit the form indicating “not applicable” for each discipline) : The following list of subcontracts is due with the bid. Category of Work Heating, Ventilation & Air Conditioning (HVAC) Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. Category of Work Plumbing (per RCW 18.106) Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. Category of Work Electrical (per RCW 19.28) Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. Page 2 13 Subcontractor List\ Revised 3/31/2021 clb Category of Work Structural Steel and Rebar Installation Not Applicable ☐ Subcontractors Name Self Performed ☐ Address Phone No. Contractor's License No. “I certify (or declare) under penalty of perjury under the laws of the State of Washington that the information provided by bidder in the subcontractor listing form is true and correct to the best of my knowledge and belief” Signature: __________________________________________ Printed Name: _______________________________________ Date: ______________________________________________ Page 1 of 3 STATEMENT OF QUALIFICATION FORM PROJECT NAME: Lift Station and Force Main Improvements Phase 3 - WWP-27-4223 CONTRACTOR’S COMPANY NAME: UBI: ADRESSS: TELEPHONE: The bidder must document that the bidder meets the supplemental Responsibility Criteria in the Supplemental Instructions to Bidders. The bidder should provide additional sheet to fully describe referenced projects and experiences. (Note, a single project may be used to satisfy multiple criteria.) 1. The Supplemental Instructions to Bidders states that the Bidder must have successful completion of projects meeting all three of the following minimum experience criteria: • In the last 10 years, constructed or rehabilitated a minimum of 2 lift station projects with contracts above $500,000 each. Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Page 2 of 3 2. The Supplemental Instructions to Bidders states that the Bidder must have successful completion of projects meeting all three of the following minimum experience criteria: • In the last 10 years, rehabilitated a minimum of 2 submersible lift stations. (One project can consist of multiple lift station rehabilitations). Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Page 3 of 3 3. The Supplemental Instructions to Bidders states that the Bidder must have successful completion of projects meeting all three of the following minimum experience criteria: • In the last 10 years, constructed or rehabilitated a minimum of 2 custom designed (not packaged) submersible lift stations, minimum 200 gallons per minute (new or rehabilitation). Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Project Name: Contract Amt: Year: Type of Project Project Manager Superintendent Contracting Agency: Contact: Phone Number: Name and title of the person filing out the form. Name: ___________________________________________________________ Date: ________________________ Title: ___________________________________________________________ WWP-27-04223 03/08/2022 F clb CONTRACT BOND TO THE CITY OF RENTON Bond No. ________________ KNOW ALL MEN BY THESE PRESENTS, That we, (CONTRACTOR/PRINCIPAL) ______________________ of [address]________________________________________________ as PRINCIPAL , and (SURETY)_________________________________________ a corporation organized and existing under the laws of the State of ________________________ as a SURETY corporation, and qualified under the laws of the State of Washington to become SURETY upon bonds of contractors with municipal corporations, as SURETY , are jointly and severally held and firmly bound to the City of Renton (CITY/OWNER) in the sum of________________________________________________ US Dollars ($________________________) Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, successors, assigns, executors, administrators and personal representatives, as the case may be. This obligation is entered into pursuant to the laws of the State of Washington and the ordinances of the City of Renton. Dated at _____________, Washington, this ________ day of ____________________, 20______. NOW, THEREFORE THE CONDITIONS OF THE ABOVE OBLIGATION ARE AS FOLLOWS: WHEREAS, under and pursuant to Contract No. CAG-23-288 providing for construction of the Lift Station and Force Main Improvements Phase 3 Project; 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. • The SURETY indemnifies, defends, and protects and holds the CITY/OWNER, its officers, agents, and assigns harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying CITY/OWNER all expenses that CITY/OWNER may incur in making good any default by PRINCIPAL; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the PRINCIPAL) to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work; and, against any claim of direct or indirect loss resulting from the failure of the PRINCIPAL, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the PRINCIPAL) to faithfully perform the Contract. • The indemnities to CITY/OWNER shall also inure to the benefit of the Consulting Engineers and other design professionals retained by OWNER in connection with the Project. • No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect SURETY 's obligation on the Contract Bond. SURETY , for value received, hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work to be performed thereunder and agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the PRINCIPAL shall automatically increase the obligation of the SURETY on this Contract Bond and notice to SURETY is not required for such increased obligation. • This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. WWP-27-04223 03/08/2022 F clb FURTHERMORE, this Contract Bond shall be satisfied and released only upon the conditions that PRINCIPAL or SURETY: • Faithfully performs all provisions of the Contract and changes authorized by CITY/OWNER in the manner and within the time specified as may be extended under the Contract; • Pay, in accordance with Chapters 39.08, 39.12 and 60.28 Revised Code of Washington (RCW), the sums due all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material suppliers, and all other persons or agents who supply labor, equipment, or materials for carrying on of such work under the Contract; • Pay all taxes, increases and penalties, if any, incurred on or related to the Contract under Titles 50 and 51 Revised Code of Washington (RCW) and any and all taxes imposed on the Principle under Title 82 RCW or any other law; • Receives a written discharge/release of bond from CITY, signed by the Mayor or by a duly authorized representative of CITY. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the SURETY. PRINCIPAL SURETY [PRINCIPAL] [SURETY] [Signature of Authorized Official] [Signature of Authorized Official] [Printed Name] [Printed Name] [Title] [Title] [Date] [Date] Name and address of local office of Agent and/or SURETY Company: Telephone: 15 Fair Practices Policy Affidavit of Compliance\ AGREEMENT CONTRACT NO. CAG-23- 288 THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter Contractor name], hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Lift Station and Force Main Improvements Phase 3, WWP-27-4223, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3. Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $___________, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4. Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6. Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. [Enter Project Name Line 1] [Enter Project Name Line 2 (if needed)] [Enter Agreement Name] [Enter Date] Contract Template Updated 12/29/2017 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. CONTRACTOR: CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE: ☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION: [Enter state of incorporation] CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: [Address Line 1] City of Renton [Address Line 2] 1055 South Grady Way [City, State and Zip] Renton, WA 98057 [Enter Phone Number] [Enter Phone Number] [Enter Fax Number or Email Address] [Enter Fax Number or Email Address] Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the 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 the business is a PARTNERSHIP, the full name of each partner should be listed followed b y d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. 17 Retainage Selection.doc\ CITY OF RENTON LIFT STATION AND FORCE MAIN IMPROVEMENTS PHASE 3 Project: WWP-27-4223 RETAINAGE SELECTION Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City (non-interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: __ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the Contractor and bank; and are not allowed to be withdrawn without the City’s written authorization, or __ 2. The City, at its’ option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED:_________________________________________________ PRINT NAME:_________________________________________________ COMPANY:_________________________________________________ DATE:_________________________________________________ Insurance Guidelines for the City of Renton The City of Renton requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits: Revised 6/8/23 •$1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures. •$1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes. •Proof of Workers’ Compensation coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number). •Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits. •$1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy. •$1,000,000 Pollution Liability. Required if work involves a pollution risk to the environment. •$2,000,000 Cyber Liability Insurance. Required for information technology professional services agreements. Limits may be higher for special liability exposures. •Builders Risk. May be required up to the amount of the completed value of a new building or major construction project. •$1,000,000 per occurrence Aircraft Liability (Single Limit Bodily Injury and Property Damage Liability). Required coverage only for aircraft tie-down leases. Additional requirements unique to the City of Renton: •Name the City of Renton as a certificate holder and a Primary and Non-Contributory Additional Insured on the policy. This requirement applies to Commercial General, Auto Liability, Excess/ Umbrella, Special Event, and Aircraft Liability policies; it does not apply to Professional Liability, Workers’ Compensation, nor Cyber Insurance. •The Certificate Holder should read: •The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder. •The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities. •Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval. Direct any questions, comments, or concerns to: Krista Kolaz, Risk Management 425-430-7669 kkolaz@rentonwa.gov City of Renton ATTN: [your City contact’s name & department] 1055 South Grady Way Renton, WA 98057 20 Washington State Prevailing Minimum Hourly Wage Rates\ WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in _King_ County, may be found at the following website address of the Department of Labor and Industries: https://secure.lni.wa.gov/wagelookup/ Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is September 2023. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The State of Washington “Statement of Intent to Pay Prevailing Wages – Public Works Contract” and “Affidavit of Wages Paid – Public Works Contract” may be filed online with the Department of Labor and Industries. CITY OF RENTON SPECIAL PROVISIONS 1 Table of Contents SPECIAL PROVISIONS ............................................................................................................ 13 1-01 DEFINITIONS AND TERMS ............................................................................................ 13 1-01.1 General .......................................................................................................................... 13 1-01.3 Definitions ..................................................................................................................... 13 1-02 BID PROCEDURES AND CONDITIONS ............................................................................ 16 1-02.1 Prequalification of Bidders ........................................................................................... 16 1-02.2 Plans and Specifications ............................................................................................... 16 1-02.4(2) Subsurface Information ........................................................................ 16 1-02.5 Proposal Forms ............................................................................................................. 16 1-02.6 Preparation of Proposal ................................................................................................ 17 1-02.6(1) Proprietary Information.......................................................................... 17 1-02.7 Bid Deposit .................................................................................................................... 18 1-02.9 Delivery of Proposal ...................................................................................................... 18 1-02.12 Public Opening of Proposals ....................................................................................... 18 1-02.13 Irregular Proposals ..................................................................................................... 18 1-02.14 Disqualification of Bidders .......................................................................................... 19 1-02.15 Pre Award Information ............................................................................................... 19 1-03 AWARD AND EXECUTION OF CONTRACT ...................................................................... 19 1-03.1 Consideration of bids .................................................................................................... 19 1-03.2 Award of Contract ........................................................................................................ 20 1-03.3 Execution of Contract ................................................................................................... 20 1-03.4 Contract Bond ............................................................................................................... 20 1-03.7 Judicial Review .............................................................................................................. 21 1-04 SCOPE OF WORK ......................................................................................................... 21 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda .................................................................................................................................... 21 1-04.8 Progress Estimates and Payments ................................................................................ 21 1-04.11 Final Cleanup .............................................................................................................. 21 1-04.12 Contractor-Discovered Discrepancies ......................................................................... 22 1-05 CONTROL OF WORK .................................................................................................... 22 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................... 22 1-05.4(1) Contractor Supplied Surveying .............................................................. 23 1-05.4(2) Contractor Provided As-Built Information .............................................. 24 2 1-05.7 Removal of Defective and/or Unauthorized Work ........................................................ 24 1-05.10 Guarantees ................................................................................................................. 25 1-05.11 Final Inspection ........................................................................................................... 25 1-05.11(1) Substantial Completion Date ............................................................... 25 1-05.11(2) Final Inspection and Physical Completion Date ................................... 26 1-05.11(3) Operational Testing ............................................................................. 26 1-05.12 Final Acceptance ......................................................................................................... 27 1-05.13 Superintendents, Labor and Equipment of Contractor ............................................... 27 1-05.14 Cooperation with Other Contractors .......................................................................... 27 1-05.16 Water and Power ........................................................................................................ 28 1-05.17 Oral Agreements ......................................................................................................... 28 1-05.18 Contractor's Daily Diary .............................................................................................. 28 1-06 CONTROL OF MATERIAL .............................................................................................. 29 1-06.1 Approval of Materials Prior to Use ............................................................................... 29 1-06.2(1) Samples and Tests for Acceptance ...................................................... 29 1-06.2(2) Statistical Evaluation of Materials for Acceptance ................................. 29 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................................ 29 1-07.1 Laws to be Observed ..................................................................................................... 29 1-07.6 Permits and Licenses ..................................................................................................... 30 1-07.9 Wages ........................................................................................................................... 31 1-07.9(5) Required Documents ............................................................................ 31 1-07.11 Requirements for Non-Discrimination ........................................................................ 31 1-07.11(11) City of Renton Affidavit of Compliance ............................................... 31 1-07.12 Federal Agency Inspection .......................................................................................... 31 1-07.13 Contractor’s Responsibility for Work .......................................................................... 32 1-07.13(1) General ............................................................................................... 32 1-07.15 Temporary Water Pollution Prevention ...................................................................... 32 1-07.16 Protection and Restoration of Property ...................................................................... 34 1-07.16(1) Private/Public Property ........................................................................ 34 1-07.17 Utilities and Similar Facilities ...................................................................................... 35 1-07.17(3) Site Specific Potholing ........................................................................ 37 1-07.17(4) Interruption of Services ....................................................................... 37 1-07.17(5) Resolution of Utility Conflicts ............................................................... 37 1-07.18 Public Liability and Property Damage Insurance ......................................................... 38 1-07.18 Insurance ..................................................................................................................... 38 1-07.18(1) General Requirements ......................................................................... 38 1-07.18(2) Additional Insured ................................................................................ 39 1-07.18(3) Subcontractors ..................................................................................... 39 1-07.18(4) Verification of Coverage ....................................................................... 39 3 1-07.18(5) Coverages and Limits .......................................................................... 40 1-07.18(5)A Commercial General Liability ......................................................... 40 1-07.18(5)B Automobile Liability ........................................................................ 41 1-07.18(5)C Workers’ Compensation .................................................................. 41 1-07.18(5)D Excess Liability or Umbrella ........................................................... 41 1-07.18(5)I Builders Risk ..................................................................................... 41 1-07.18(5)J Pollution Liability ............................................................................. 41 1-07.18(5)K Professional Liability ...................................................................... 41 1-07.22 Use of Explosives ........................................................................................................ 42 1-07.23 Public Convenience and Safety ................................................................................... 42 1-07.23(1) Construction Under Traffic................................................................... 42 1-07.23(2) Construction and Maintenance of Detours ..................................... 43 1-07.24 Rights-of-Way ............................................................................................................. 43 1-07.28 Confined Space Entry .................................................................................................. 44 1-08 PROSECUTION AND PROGRESS .................................................................................... 45 1-08.0 Preliminary Matters ...................................................................................................... 45 1-08.0(1) Preconstruction Conference .............................................................. 45 1-08.0(2) Hours of Work ..................................................................................... 46 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ............................................................................................................................... 47 1-08.1 Subcontracting .............................................................................................................. 47 1-08.2 Assignment ................................................................................................................... 47 1-08.3 Progress Schedule ......................................................................................................... 48 1-08.4 Prosecution of the Work ............................................................................................... 49 1-08.5 Time For Completion..................................................................................................... 49 1-08.6 Suspension of Work ...................................................................................................... 51 1-08.7 Maintenance During Suspension .................................................................................. 51 1-08.9 Liquidated Damages ..................................................................................................... 51 1-08.11 Contractor's Plant and Equipment .............................................................................. 51 1-08.12 Attention to Work ....................................................................................................... 52 1-09 MEASUREMENT AND PAYMENT ................................................................................... 52 1-09.1 Measurement of Quantities.......................................................................................... 52 1-09.3 Scope of Payment ......................................................................................................... 53 1-09.6 Force Account ............................................................................................................... 53 1-09.7 Mobilization .................................................................................................................. 54 1-09.9 Payments ...................................................................................................................... 54 1-09.9(1) Retainage ............................................................................................. 55 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts 55 1-09.9(3) Final Payment ....................................................................................... 56 4 1-09.11 Disputes and Claims.................................................................................................... 57 1-09.11(2) Claims ................................................................................................. 57 1-09.11(3) Time Limitations and Jurisdiction ......................................................... 57 1-09.13 Claims and Resolutions ............................................................................................... 57 1-09.13(3) Claims $250,000 or Less .................................................................... 57 1-09.13(3)A Administration of Arbitration .............................................................. 58 1-09.13(3)B Procedures to Pursue Arbitration ...................................................... 58 1-09.14 Payment Schedule ...................................................................................................... 58 GENERAL .................................................................................................................................... 58 1-09.14(1) Scope ................................................................................................. 58 1-09.14(2) Bid Items ............................................................................................. 59 1-10 TEMPORARY TRAFFIC CONTROL .................................................................................. 59 1-10.1 General ......................................................................................................................... 59 1-10.1(2) Description ............................................................................................ 59 1-10.2(1)B Traffic Control Supervisor ................................................................... 60 1-10.2(2) Traffic Control Plans .............................................................................. 60 1-10.3 Traffic Control Labor, Procedure, and Devices ................................................................ 61 1-10.3(3) Traffic Control Devices .......................................................................... 61 1-10.3(3)A Construction Signs .............................................................................. 61 1-10.4 Measurement ............................................................................................................... 61 1-10.5 Payment ........................................................................................................................ 61 1-11 RENTON SURVEYING STANDARDS ................................................................................ 61 1-11.1(1) Responsibility for Surveys ..................................................................... 61 1-11.1(2) Survey Datum and Precision ................................................................. 61 1-11.1(3) Subdivision Information ......................................................................... 62 1-11.1(4) Field Notes ............................................................................................ 62 1-11.1(5) Corners and Monuments ....................................................................... 62 1-11.1(6) Control or Base Line Survey .................................................................. 63 1-11.1(7) Precision Levels .................................................................................... 63 1-11.1(8) Radial and Station -- Offset Topography ................................................ 63 1-11.1(9) Radial Topography ................................................................................ 64 1-11.1(10) Station--Offset Topography .................................................................. 64 1-11.1(11) As-Built Survey .................................................................................... 64 1-11.1(12) Monument Setting and Referencing .................................................... 64 1-11.2 Materials ...................................................................................................................... 65 1-11.2(1) Property/Lot Corners ............................................................................. 65 1-11.2(2) Monuments ........................................................................................... 65 1-11.2(3) Monument Case and Cover ................................................................... 65 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................................ 65 2-01.1 Description .................................................................................................................... 65 2-01.2 Disposal of Usable Material and Debris ....................................................................... 65 2-01.5 Payment ........................................................................................................................ 66 5 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ........................................................... 66 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ......................... 66 2-02.4 Measurement ............................................................................................................... 66 2-02.5 Payment ........................................................................................................................ 66 2-03 ROADWAY EXCAVATION AND EMBANKMENT ............................................................... 66 2-03.3 Construction Requirements .......................................................................................... 66 2-03.4 Measurement ............................................................................................................... 67 2-03.5 Payment ........................................................................................................................ 68 2-04 HAUL .......................................................................................................................... 68 2-04.5 Payment ........................................................................................................................ 68 2-06 SUBGRADE PREPARATION ........................................................................................... 68 2-06.5 Measurement and Payment ........................................................................................ 68 2-09 STRUCTURE EXCAVATION ............................................................................................ 68 2-09.1 Description .................................................................................................................... 68 2-09.3(1)D Disposal of Excavated Material .......................................................... 68 2-09.4 Measurement ............................................................................................................... 69 2-09.5 Payment ........................................................................................................................ 69 5-04 HOT MIX ASPHALT (March 5, 2018 APWA GSP) ............................................................ 70 5-04.1 Description ..................................................................................................................... 70 5-04.2 Materials ....................................................................................................................... 70 5-04.2(1) How to Get an HMA Mix Design on the QPL ..................................... 71 5-04.2(2) Mix Design – Obtaining Project Approval .......................................... 71 5-04.2(2)B Using Warm Mix Asphalt Processes ................................................... 73 5-04.3 Construction Requirements ....................................................................................... 73 5-04.3(1) Weather Limitations .......................................................................... 73 5-04.3(2) Paving Under Traffic ............................................................................... 73 5-04.3(3) Equipment ......................................................................................... 74 5-04.3(3)A Mixing Plant ........................................................................................ 74 5-04.3(3)B Hauling Equipment ............................................................................ 75 5-04.3(3)C Pavers.............................................................................................. 75 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle ...................... 76 5-04.3(3)E Rollers.............................................................................................. 77 5-04.3(4) Preparation of Existing Paved Surfaces ........................................... 77 5-04.3(4)A Crack Sealing.................................................................................... 78 5-04.3(4)A1 General ........................................................................................... 78 5-04.3(4)A2 Crack Sealing Areas Prior to Paving ............................................... 79 5-04.3(4)A3 Crack Sealing Areas Not to be Paved ............................................. 79 5-04.3(4)C Pavement Repair ............................................................................. 80 5-04.3(5) Producing/Stockpiling Aggregates and RAP ..................................... 80 5-04.3(6) Mixing ............................................................................................... 81 5-04.3(7) Spreading and Finishing ................................................................... 81 6 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA ........................ 82 5-04.3(9) HMA Mixture Acceptance ................................................................. 82 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation ............................... 83 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ...................... 83 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling ..................................... 84 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing ................. 84 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors .............................. 84 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments .................... 85 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests .................................... 85 5-04.3 (9)D Mixture Acceptance – Commercial Evaluation ................................. 86 5-04.3(10) HMA Compaction Acceptance .......................................................... 86 5-04.3(10)A HMA Compaction – General Compaction Requirements ................. 88 5-04.3(10)B HMA Compaction – Cyclic Density .................................................. 88 5-04.3(10)D HMA Nonstatistical Compaction ....................................................... 88 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots ....................... 88 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing 89 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments .................... 89 5-04.3(11) Reject Work ..................................................................................... 90 5-04.3(11)A Reject Work General ........................................................................ 90 5-04.3(11)B Rejection by Contractor .................................................................... 90 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) .......................... 90 5-04.3(11)D Rejection - A Partial Sublot ............................................................... 90 5-04.3(11)E Rejection - An Entire Sublot .............................................................. 91 5-04.3(11)F Rejection - A Lot in Progress ............................................................ 91 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)............................ 91 5-04.3(12) Joints ............................................................................................... 91 5-04.3(12)A HMA Joints ....................................................................................... 91 5-04.3(12)A1Transverse Joints .............................................................................. 91 5-04.3(12)A2Longitudinal Joints ............................................................................. 92 5-04.3(12)B Bridge Paving Joint Seals ............................................................... 92 5-04.3(12)B1 HMA Sawcut and Seal .................................................................. 92 5-04.3(12)B2 Paved Panel Joint Seal .................................................................. 93 5-04.3(13) Surface Smoothness ........................................................................ 93 5-04.3(14) Planing (Milling) Bituminous Pavement ............................................ 94 5-04.3(14)A Pre-Planing Metal Detection Check ................................................. 95 5-04.3(14)B Paving and Planing Under Traffic ..................................................... 95 5-04.3(14)B1 General .......................................................................................... 95 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan ........................... 96 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing ............................................. 97 5-04.3(15) Sealing Pavement Surfaces ............................................................. 98 5-04.3(16) HMA Road Approaches .................................................................... 99 5-04.3(17) Construction Joint Sealing................................................................ 99 5-04.3(18) Incidental Uses for HMA .................................................................. 99 5-04.3(19) Edge of Pavement Alignment ........................................................... 99 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade .......... 99 5-04.3(21) Temporary Pavement Marking........................................................ 100 5-04.4 Measurement .......................................................................................................... 100 5-04.5 Payment ................................................................................................................... 101 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ........................................................ 104 7 5-06.1 Description .................................................................................................................. 104 5-06.2 Materials .................................................................................................................... 104 5-06.3 Construction Requirements ........................................................................................ 104 7-01 DRAINS ..................................................................................................................... 104 7-01.2 Materials .................................................................................................................... 104 7-01.3 Construction Requirements ........................................................................................ 105 7-01.3(1) Drain Pipe ............................................................................................ 105 7-01.3(2) Underdrain Pipe .................................................................................. 105 7-01.4 Measurement ............................................................................................................. 105 7-02 CULVERTS ................................................................................................................. 105 7-02.2 Materials .................................................................................................................... 105 7-04 STORM SEWERS ........................................................................................................ 105 7-04.2 Materials .................................................................................................................... 105 7-04.3 Construction Requirements ......................................................................................... 106 7-04.3(1) Cleaning and Testing............................................................................ 106 7-04.3(1)G Abandon Existing Storm Sewer Pipes .............................................. 107 7-04.3(2) CCTV Inspection .................................................................................. 107 7-04.3(3) Direct Pipe Connections ....................................................................... 107 7-05 MANHOLES, INLETS, AND CATCH BASINS ................................................................... 108 7-05.3 Construction Requirements ........................................................................................ 108 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.................................. 108 7-05.3(3) Connections to Existing Manholes ...................................................... 109 7-05.3(5) Manhole Coatings ............................................................................... 109 7-06 TRENCH DRAINS (NEW SECTION)................................................................................. 110 7-06.1 Description ................................................................................................................... 110 7-06.2 Materials ...................................................................................................................... 110 7-06.3 Construction Requirements .......................................................................................... 110 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ........................................................... 111 7-08.3 Construction Requirements ........................................................................................ 111 7-08.3(1)A Trenches ........................................................................................... 111 7-08.3(1)C Bedding the Pipe .............................................................................. 111 7-08.3(1)D Pipe Foundation ............................................................................... 111 7-08.3(2)A Survey Line and Grade ..................................................................... 112 7-08.3(2)B Pipe Laying – General ...................................................................... 112 7-08.3(2)E Rubber Gasketed Joints ................................................................... 113 7-08.3(2)H Sewer Line Connections ................................................................... 113 7-08.3(2)J Placing PVC Pipe .............................................................................. 113 7-08.3(3)A Backfilling Pipe Trenches .................................................................. 113 7-08.3(5) Temporary Stormwater Diversion .......................................................... 114 7-08.4 Measurement ............................................................................................................. 115 8 7-09 PIPE AND FITTINGS FOR WATER MAINS ..................................................................... 115 7-09.3(15)A Ductile Iron Pipe ............................................................................. 115 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ........................ 115 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement 115 7-09.3(19)A Connections to Existing Mains ........................................................ 116 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ................................ 117 7-09.3(23) Hydrostatic Pressure Test ................................................................. 118 7-09.3(24)A Flushing and "Poly-pigging" ............................................................ 120 7-09.3(24)D Dry Calcium Hypochlorite ............................................................... 120 7-09.3(24)K Retention Period ............................................................................. 120 7-09.3(24)N Final Flushing and Testing .............................................................. 120 7-09.3(25) Joint Restraint Systems .................................................................... 121 7-09.4 Measurement ............................................................................................................. 122 7-09.5 Payment ...................................................................................................................... 123 7-12 VALVES FOR WATER MAINS ....................................................................................... 123 7-12.3(1) Installation of Valve Marker Post ......................................................... 123 7-12.3(2) Adjust Existing Valve Box to Grade ..................................................... 123 7-12.4 Measurement ............................................................................................................. 124 7-12.5 Payment ...................................................................................................................... 124 7-14 HYDRANTS ................................................................................................................ 124 7-14.3(1) Setting Hydrants ................................................................................. 124 7-14.3(3) Resetting Existing Hydrants .................................................................. 125 7-14.3(4) Moving Existing Hydrants ...................................................................... 125 7-14.3(7) Remove and Salvage Hydrant .............................................................. 125 7-14.5 Payment ...................................................................................................................... 126 7-15 SERVICE CONNECTIONS ............................................................................................. 126 7-15.3 Construction Details.................................................................................................... 126 7-15.5 Payment ...................................................................................................................... 127 7-17 SANITARY SEWERS .................................................................................................... 127 7-17.2 Materials .................................................................................................................... 127 7-17.3 Construction Requirements ........................................................................................ 127 7-17.3(1) Protection of Existing Sewerage Facilities ........................................... 127 7-17.3(2)H Television Inspection ........................................................................ 127 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes ............................................ 128 7-17.5 Payment ..................................................................................................................... 129 7-18 SIDE SEWERS ............................................................................................................ 129 7-18.3(2) Fittings ............................................................................................... 129 7-18.3(3) Testing ............................................................................................... 129 7-18.3(5) End Pipe Marker ................................................................................ 129 7-19 SEWER CLEANOUTS................................................................................................... 129 9 7-19.3 Construction Requirements ....................................................................................... 129 7-19.4 Measurement ............................................................................................................. 129 7-20 CURED IN PLACE PIPE (CIPP) .................................................................................... 130 7-20.1 Description .................................................................................................................. 130 7-20.1(1) Licensing ........................................................................................... 130 7-20.1(2) Contractor and Manufacturer Qualifications ................................... 130 7-20.1(3) Contractor Submittals ...................................................................... 131 7-20.1 (4) Warranty ........................................................................................... 132 7-20.1(5) Product Storage and Handling Requirements ..................................... 133 7-20.2 Materials .................................................................................................................... 133 7-20.2(1) CIPP ................................................................................................... 133 7-20.2(2) Felt Cured-in-Place Resin Impregnated Material ............................ 133 7-20.2(3) Fiberglass Cured-in-Place Resin Impregnated Material ................. 134 7-20.2(4) Resin & Cured CIPP Properties........................................................ 135 7-20.2(5) Dimensions of CIPP ............................................................................ 136 7-20.2(6) Wall Thickness .................................................................................... 136 7-20.2(7) CIPP Liner Labeling ............................................................................ 137 7-20.2(8) Chemical Resistance ........................................................................ 137 7-20.2(9) CIPP End and Connection Seal .......................................................... 137 7-20.2(10) Allowable CIPP and End Connection Seal Manufacturers ................. 138 7-20.3 Construction Requirements ....................................................................................... 138 7-20.3(1) Pre-Installation CCTV Inspection ........................................................ 138 7-20.3(2) Flow Management ............................................................................. 139 7-20.3(3) Host Pipe Access ................................................................................ 140 7-20.3(4) Host Pipe Cleaning, Preparation, and Inspection ........................... 140 7-20.3(5) Point Repairs ..................................................................................... 141 7-20.3(6) Trimming Intruding Laterals ................................................................. 141 7-20.3(7) Protection of Existing Manholes ...................................................... 141 7-20.3(8) Spill Prevention and Control ............................................................ 141 7-20.4 Installation ................................................................................................................. 142 7-20.4(1) Felt Liner CIPP Tube Installation ...................................................... 142 7-20.4(2) Fiberglass Liner CIPP Tube Installation .......................................... 143 7-20.5 Testing ........................................................................................................................ 144 7-20.5(1) Post Installation CCTV Inspections ................................................. 144 7-20.5(2) Material Testing ................................................................................. 145 7-20.5(3) Cleanup ............................................................................................. 145 7-20.6 Measurement ............................................................................................................. 145 7-20.7 Payment ..................................................................................................................... 145 8-02 ROADSIDE RESTORATION .......................................................................................... 146 8-02.3(4)A Topsoil Type A ................................................................................ 146 8-02.3(16)A Lawn Installation .......................................................................... 146 8-02.3(16)A1 Submittals .................................................................................... 146 8-02.3(16)A1a Certification of Material ............................................................. 146 8-02.3(16)A1b Manufacturer’s Certificates of Conformance ......................... 146 8-02.3(16)A1c Schedule for Installation .......................................................... 146 10 8-02.3(16)A2 Product Handling......................................................................... 146 8-02.3(16)A3 Site Information ........................................................................... 146 8-02.3(16)A4 Sod ............................................................................................... 147 8-02.3(16)A4a Other Materials .......................................................................... 147 8-02.3(16)A5 Execution ..................................................................................... 147 8-02.3(16)A5a Installation Preparation ............................................................. 147 8-02.3(16)A5b Sod Installation ......................................................................... 147 8-02.3(16)B Lawn Establishment ..................................................................... 148 8-02.3(16)B Lawn Establishment and Final Acceptance ................................. 148 8-02.3(16)B1 Establishment Period ................................................................. 148 8-02.3(16)B2 Guarantee ................................................................................... 148 8-02.3(16)B3 Final Acceptance ........................................................................ 149 8-09 RAISED PAVEMENT MARKERS .................................................................................... 149 8-09.5 Payment ..................................................................................................................... 149 8-13 MONUMENT CASES .................................................................................................. 149 8-13.1 Description ................................................................................................................. 149 8-13.3 Construction Requirements ....................................................................................... 149 8-13.4 Measurement ............................................................................................................. 149 8-13.5 Payment ..................................................................................................................... 149 8-14 CEMENT CONCRETE SIDEWALKS ................................................................................ 150 8-14.3(4) Curing ................................................................................................ 150 8-14.4 Measurement ............................................................................................................. 150 8-14.5 Payment ..................................................................................................................... 150 8-17 IMPACT ATTENUATOR SYSTEMS ................................................................................. 151 8-17.5 Payment ..................................................................................................................... 151 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ...................................... 151 8-20.2(1) Equipment List and Drawings .......................................................... 151 8-22 PAVEMENT MARKING ............................................................................................... 151 8-22.1 Description ................................................................................................................. 151 8-22.3(5) Installation Instructions .................................................................... 152 8-22.5 Payment ..................................................................................................................... 152 8-23 TEMPORARY PAVEMENT MARKINGS ......................................................................... 152 8-23.5 Payment ..................................................................................................................... 152 9-03 Aggregates................................................................................................................ 152 9-03.8(7) HMA Tolerances and Adjustments ....................................................................... 152 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section)........... 153 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ................................................. 153 11 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) ......................................................................... 153 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) ........................................................... 153 9-05.7(2)A Basis for Acceptance (RC) ................................................................ 154 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) ............................................. 154 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) ................................. 154 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ....................................................................... 154 9-05.12 Polyvinyl Chloride (PVC) Pipe .................................................................................... 155 9-05.14 ABS Composite Sewer Pipe ....................................................................................... 155 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe .................................................................... 155 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe ................................................................................................................. 156 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe ............................ 156 9-05.52 Dense Foam ........................................................................................................ 157 9-08 PAINTS AND RELATED MATERIALS ............................................................................. 157 9-08.8 Manhole Coating System Products ............................................................................. 157 9-08.8(1) Coating Systems Specification ............................................................ 157 9-14 EROSION CONTROL AND ROADSIDE PLANTING .......................................................... 157 9-14.1(1) Topsoil Type A ..................................................................................... 157 9-14.7(4) Sod .......................................................................................................................... 158 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES .................................................... 158 9-23.9 Fly Ash (RC) ................................................................................................................. 158 9-30 WATER DISTRIBUTION MATERIALS ............................................................................. 158 9-30.1 Pipe ........................................................................................................................... 158 9-30.1(1) Ductile Iron Pipe ................................................................................... 158 9-30.1(2) Polyethylene Encasement ................................................................... 159 9-30.2 Fittings ........................................................................................................................ 159 9-30.2(1) Ductile Iron Pipe.................................................................................. 159 9-30.2(2) Galvanized Iron Pipe ........................................................................... 160 9-30.2(3) Steel Casing Pipe ............................................................................... 160 9-30.2(4) Spacers and Seals for Steel Casing Pipe ............................................ 160 9-30.2(6) Restrained Joint Pipe and Fittings ....................................................... 160 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe .............................. 161 9-30.3 Valves ........................................................................................................................ 161 9-30.3(1) Gate Valves (3 inches to 16 inches) .................................................... 161 9-30.3(3) Butterfly Valves ................................................................................... 162 9-30.3(4) Valve Boxes ......................................................................................... 162 9-30.3(5) Valve Marker Posts ............................................................................. 162 9-30.3(6) Valve Stem Extensions ....................................................................... 162 9-30.3(7) Combination Air Release/Air Vacuum Valves ...................................... 162 9-30.3(8) Tapping Sleeve and Valve Assembly ................................................... 163 9-30.3(9) Blow-Off Assembly .............................................................................. 163 12 9-30.5 Hydrants ...................................................................................................................... 163 9-30.5(1) End Connections................................................................................. 163 9-30.5(2) Hydrant Dimensions ............................................................................ 163 9-30.6 Water Service Connections (2 Inches and Smaller) ................................................. 164 9-30.6(3) Service Pipes ........................................................................................ 164 9-30.6(3)B Polyethylene Pipe ............................................................................. 164 9-30.6(4) Service Fittings ................................................................................. 164 9-30.6(5) Meter Setters ..................................................................................... 164 9-30.6(7) Meter Boxes ...................................................................................... 164 SECTION 10 ....................................................................................................................... 164 10-01 MARKING PAINT REMOVAL ........................................................................................... 164 05/31/2022 13 SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2023 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”) The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Plans, City of Renton Public Works Department, Current Edition • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with the following: (******) 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 Co uncil, 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 with 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. 05/31/2022 14 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 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. 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 memb er of a licensed consulting firm retained by the Contracting Agency for the construction engineering of a specific public works project. Inspector The Contracting Agency’s authorized representative assigned to make necessary 05/31/2022 15 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 Contracting Agency 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 Plans" 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. Points 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 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. 05/31/2022 16 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 17”) and contract provisions 4 Furnished automatically upon award Large Plans (22” x 34”) 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: (******) If a geotechnical study was prepared for the project, then the findings and recommendations are summarized in a report that upon request, may be obtained from the City of Renton. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) 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 05/31/2022 17 list estimated quantities, units of measurement, 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. 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 Section 1-02.6 is supplemented with the following: (******) Supplement the second paragraph with the following: (******) 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: (******) 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(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 pu blic disclosure, RCW 42.56.210, 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) 05/31/2022 18 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 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 Replace first paragraph with: (******) Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Call for Bids, or as otherwise stated in the Bid Documents. 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 1 to read: (******) 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; 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, de letions, 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 1-02.6 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. j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 05/31/2022 19 1-02.14 Disqualification of Bidders Delete this section in its entirety and replace with the following: (******) 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 Contracting Agency, 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 may have been determined by 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; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. 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. Attendance at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor’s Registration; 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 to award all or any schedule of a bid to the lowest bidder at its discretion. 05/31/2022 20 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. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented with the following: (******) 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 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 tier subcontractors, material 05/31/2022 21 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. Technical Specifications 4. Special Provisions 5. Contract Plans 6. Contracting Agency’s Standard Plans (if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented with the following: (******) Prior to progress payments, the Contractor is encouraged to provide to the Engineer 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 with the following: (******) 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 05/31/2022 22 Contract and to other pay item and no further compen sation shall be made. 1-04.12 Contractor-Discovered Discrepancies Section 1-04.12 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 with respect to design or mode of construction, which is discovered. 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 with 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. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stak es 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 -05, 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 this section 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 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 hour 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 05/31/2022 23 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 b ook 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 to 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 improvem ent 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(1) Contractor Supplied Surveying Section 1-05.4(1) 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 providing As-Built Information for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accu rate As-Built Information 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 Information and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built Information 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 provide As -Built Information shall be included in the lump sum price for "Construction Surveying, Staking, and As -Built Information." 05/31/2022 24 1-05.4(2) Contractor Provided As-Built Information Section 1-05.4(2) is a new section: (******) Prior to the backfilling of the trenches It shall be the Contractors responsibility to record the location, 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 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 electronic files , both AutoCad and pdf files of the project drawings, containing the surveyor’s as-built information and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities. This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Built Information", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented with the following: (******) 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 Contracting Agency, 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 Work 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 Contracting Agency 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 Contracting Agency 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 Contracting Agency 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 Contracting Agency may bid at any such sale. The Contractor shall be liable to the Contracting Agency for the amount of any deficiency from any funds otherwise due the Contractor. 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 05/31/2022 25 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 with the following: (******) 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. 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 Final Inspection 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. 05/31/2022 26 To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. 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 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 reasons therefore. Upon receipt of written notice concurring with 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 1-08.5. 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. 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 05/31/2022 27 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, 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 Work. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the last paragraph to read: (******) Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented with the following: (******) The Contractor shall afford the Contracting Agency 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 may include, but are not limited to: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. CenturyLink 4. City of Renton (water, wastewater, surface water, transportation) 5. Comcast 6. Seattle Public Utilities 7. Soos Creek Sewer and Water District 8. Cedar River Sewer and Water District 05/31/2022 28 9. Skyway Sewer and Water District 10. Coal Creek Sewer and Water District 11. Water District 90 12. Olympic Pipeline 13. Private contractors employed by adjacent property owners 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 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, or in a commonly-accepted electronic format. 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 af fect the Contractor, the Contracting Agency, 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 services furnished by the Contracting Agency 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 05/31/2022 29 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 Contracting Agency 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 Contracting Agency’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 with the following: (******) 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 with the following: (******) 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 1-06.2(2) is supplemented by with 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 with the following: (******) 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; 05/31/2022 30 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 removal 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 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. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (******) The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). 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 Contracting Agency. The Contractor is required to indemnify the Contracting Agency 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 05/31/2022 31 for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Contracting Agency is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Contracting Agency thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deduc ted from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor’s own cost. 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 a new section: (******) 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 thereto 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. 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. 05/31/2022 32 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented with the following: (******) 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 Prevention Delete this section in its entirety and replace with the following: (******) 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. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final SWPPP. The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pum p sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater 05/31/2022 33 and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills ca used by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. 05/31/2022 34 In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPPP to the Engineer for review as specified for the original plan. The Contracting Agency will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented with 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. 05/31/2022 35 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 a nd 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 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 or can be found on the City’s website at https://edocs.rentonwa.gov/Documents/ElectronicFile.aspx?docid=1074326&dbid=0&re po=CityofRenton 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (******) 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 Contracting Agency and the Engineer by owners of such underground facilities or others, and the Contracting Agency 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. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Contracting Agency and the Engineer by the Contractor 05/31/2022 36 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. 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, 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. 05/31/2022 37 1-07.17(3) Site Specific Potholing Section 1-07.17(3) is a new section: (******) Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs associated with ‘waiting’ if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific 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(4) Interruption of Services Section 1-07.17(4) 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 Contracting Agency. 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. 1-07.17(5) Resolution of Utility Conflicts Section 1-07.17(5) is a new section: (******) In no way shall the work described under Resolution of Utility Conflicts relieve 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. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 05/31/2022 38 1-07.18 Public Liability and Property Damage Insurance Delete section 1-07.18 in its entirety, and replace it with the following: (August 03, 2023, City of Renton modified version of December 30, 2022, APWA GSP) 1-07.18 Insurance 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The City of Renton reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims-made and, state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the City of Renton with proof of renewal. If renewal of the claims-made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the City of Renton to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the City of Renton’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the City of Renton shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the City of Renton and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the City of Renton. G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City of Renton 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 05/31/2022 39 any and all premiums in connection therewith, with any sums so expended to be repaid to the City of Renton on demand, or at the sole discretion of the City of Renton, offset against funds due the Contractor from the City of Renton. H. 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) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ▪ the City of Renton and its officers, elected officials, employees, agents, consultants and volunteers. The above-listed entities shall be additional insured(s) for the full available limits of l iability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by subcontractors. The Contractor shall ensure that all subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds and, provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the City of Renton, the Contractor shall forward to the City of Renton evidence of insurance and copies of the additional insured endorsements of each subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the City of Renton a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of the City of Renton to demand such verification of coverage with these insurance requirements or 05/31/2022 40 failure of the City of Renton to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the City of Renton to be equivalent. 2. Copies of all endorsements naming the City of Renton and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the City of Renton, the Contractor shall forward to the City of Renton a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City of Renton’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the City of Renton. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self -insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. 05/31/2022 41 Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident Limits may be increased for higher than usual or special liability exposures. 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess Liability or Umbrella Required only if needed to reach minimum CGL or Automobile liability coverage limits. 1-07.18(5)I Builders Risk May be required up to the amount of the completed value of a new building or major construction project. 1-07.18(5)J Pollution Liability Required if work involves a pollution risk to the environment. 1-07.18(5)K Professional Liability Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the City and if those professional services are excluded from the CGL policy. 05/31/2022 42 1-07.22 Use of Explosives Section 1-07.22 is supplemented with 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. 1-07.23 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. Accessibility to existing or temporary pedestrian push buttons shall not be impaired. 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. 5. 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. 6. At the request of the Contracting Agency, the contractor shall remove steel plates and temporarily backfill and patch utility trenches to allow the Contracting Agency to utilize equipment for snow and ice removal through the project area . This request shall be considered a change of conditions and eligible for reimbursement of costs. Section 1-07.23(1) is supplemented with the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits 05/31/2022 43 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. 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: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highways, and 3. 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. 05/31/2022 44 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. 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, th ese 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 hour’s 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 a new section: (******) The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. 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. 3. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 4. Coordinate entry operations with the City when employees from the contractor will be working in or near City confined spaces. 05/31/2022 45 5. Discuss entry operations with the City, including the program followed during confined space entry. 6. Debrief the City on any hazards confronted or created at the completion of entry operations. 7. 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 invited. The Contractor shall prepare and submit at the preconstruction meeting: 1. Contractor's plan of operation and progress schedule (3+ copies) 2. Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 3. List of materials fabricated or manufactured off the project 4. Material sources on the project 5. Names of principal suppliers 6. Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates) 7. Weighted wage rates for all employee classifications anticipated to be used on Project 8. Cost percentage breakdown for lump sum bid item(s) 9. Shop Drawings (bring preliminary list) 10. Traffic Control Plans (3+ copies) 11. Temporary Water Pollution/Erosion Control Plan 12. Shoring Plans (per section 1-09.14(2)B), if applicable In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings – schedule and responsibilities 05/31/2022 46 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 Contracting Agency's employees and representatives Suspension of Work, time extensions Change order procedures 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 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. and 5:00 p.m. is 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; 05/31/2022 47 personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 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 require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented with the following: (******) 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 Contracting Agency 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 Contracting Agency. 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 deleted and replaced with the following: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Contracting Agency. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 05/31/2022 48 1-08.3 Progress Schedule Delete this section in its entirety and replace with the following: (******) 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 the following 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. 2. 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. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Contracting Agency’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 Contracting Agency, 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 Contracting Agency of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Contracting Agency of any responsibility for delays to the Contractor in the performance of the Work. 05/31/2022 49 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 Prosecution of the Work Section 1-08.4 Delete this section in its entirety and replace 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 Contracting Agency. 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 Delete this section in its entirety and replace 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: New Year’s Day Martin Luther King Day Memorial Day Juneteenth Independence Day Labor Day Veteran’s Day Thanksgiving Day the day after Thanksgiving Christmas Day. Note for holidays that land on a Saturday or Sunday: The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday, Wednesday, or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday 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. 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 05/31/2022 50 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. 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 2. 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 Engineer prior to establishing a completion date: a. Certified Payrolls per Section 1-07.9(5) ( 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. Property owner releases per Section 1-07.24 g. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8- 01.3(16), as required by the Contract Provisions. 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 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 th e 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. 05/31/2022 51 1-08.6 Suspension of Work Section 1-08.6 is supplemented with the following: (******) Contracting Agency 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 Contracting Agency to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Contracting Agency. 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 with the following: (******) In addition, the Contractor shall compensate the Contracting Agency for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Contracting Agency 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 Contracting Agency is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Contracting Agency shall be entitled to recover its costs, including reasonable attorney’s 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 Contracting Agency 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 Contracting Agency of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Contracting Agency 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 Contracting Agency. 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 Contracting Agency will be provided keys for all fenced, secured areas. 05/31/2022 52 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 with 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 va lues 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 Driver’s 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 materi als for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. 05/31/2022 53 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) 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 with 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 the “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 to 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 with the following: (******) Contracting Agency 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 Contracting Agency does not warrant expressly or by implication that the actual amount of Work will correspond 05/31/2022 54 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 with the following: (******) 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 th e Contracting Agency. 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 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 fourth 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 05/31/2022 55 39.04.250. Section 1-09.9 is supplemented with the following: (******) 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, including “red line” as-built drawings showing work installed by the contractor during the progress payment period. 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) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented with the following: (******) 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 Contracting Agency has no unsatisfied claims against the Contractor. In the event claims are filed, the Contracting Agency shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Contracting Agency shall withhold such amount as is required to satisfy any claims by the Contracting Agency against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Contracting Agency 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 Contracting Agency against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Contracting Agency 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 Section1-08.0(3). 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 05/31/2022 56 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 Engin eer, 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 1-05.4. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.7). d. Failure of the Contractor to furnish a Manufacturer’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 50 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. 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(3) 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 release the Contractor or the 05/31/2022 57 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 ex tended 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 and for contracts that are terminated in accordance with Section 1 -08.10. Unilateral acceptance of the Contract by the Contracting Agency does not 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 with the following: (******) 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 with the following: (******) …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 05/31/2022 58 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 county in which the Contracting Agency’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 with the following: (******) 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 Contracting Agency 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 in- clude all 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 described in these Special Provisions and shown on the Plans. B. The Contracting Agency shall not pay for material quantities, which exceed the actual 05/31/2022 59 measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. 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 Section 1-09.14(2) is a new section: (******) See Technical Specifications Division 18 (Measurement and Payment) for Bid Items 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General 1-10.1(2) Description Delete the first paragraph and replace with: (******) 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(2) is supplemented with 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 signage, 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 traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining 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; 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. 6. 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. 7. 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. 05/31/2022 60 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. 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. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. 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 cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for t he 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. 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 Contracting Agency. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices (MUTCD). 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. 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. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are deleted in their entirety and replaced with the following: (******) 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 with the following: (******) 05/31/2022 61 1-10.3 Traffic Control Labor, Procedure, and Devices Section 1-10.3 is supplemented with the following: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. 1-10.3(3) Traffic Control Devices 1-10.3(3)A Construction Signs Section 1-10.3(3)A paragraph 3 is supplemented with the following: (******) 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 deleted in its entirety and replaced with: (******) No specific unit of measurement 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 deleted in its entirety and 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 1983/91. 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 332-130-110. 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 05/31/2022 62 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 adjustm ent. 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. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages, and/or in an electronic field book/data collector format in an unedited, original field-produced state capable of being printed. In all cases, original field notes must be dated with the day the field work was performed and include a sketch and with 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 fi eld 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 05/31/2022 63 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 roads, 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. 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 -130-050 and shall conform to the City of Renton's Drafting Standards. American Public 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, eastin g, 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 the 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 05/31/2022 64 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. 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-built" 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 points 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. 05/31/2022 65 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 83/91 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 Plan H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented with the following: (******) 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 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 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 with the following: (******) The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 05/31/2022 66 2-01.5 Payment Section 2-01.5 is supplemented with the following: (******) 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, Curbs, and Gutters Section 2-02.3(3) is revised and supplemented with the following: (******) Item “1” is deleted and replaced with the following: Haul broken-up pieces to some off-project site. The section is supplemented with the following: In locations where pavement, sidewalk or driveway has been removed and that must remain open to traffic prior to final restoration, a temporary asphalt patch shall be installed. Temporary asphalt patches shall be in accordance with Section 5-06. 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 with the following: (******) "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. "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 with 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 05/31/2022 67 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. 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 with 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. 05/31/2022 68 2-03.5 Payment Section 2-03.5 is revised with the following: (******) 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 Delete Section 2-04.5 and replace with the following: (******) 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 with 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 2-09.1 Description Section 2-09.1 is supplemented with 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. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised with the following: (******) The second paragraph is deleted and 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. 05/31/2022 69 The third paragraph is deleted and 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 The ninth paragraph of Section 2-09.4 is deleted and replaced with the following: (******) Gravel backfill - Gravel backfill, except when used as bedding for 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 with the following: (******) 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 sh all 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. “Gravel Backfill (Kind) for (Type of Excavation)”, per cubic yard or per ton. 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 05/31/2022 70 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. “Controlled Density Fill”, per cubic yard. 5-04 HOT MIX ASPHALT (March 5, 2018 APWA GSP) Delete this Section in its entirety and replace it with the following: (******) 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. See Appendix A for the Summary of Quantities that lists the streets to receive an overlay, the paving limits and the thickness of HMA. All HMA to be placed in this contract shall be HMA CL. ½” PG 64-22. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. 05/31/2022 71 The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 05/31/2022 72 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, pre-level, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of non-statistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Non-statistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting 05/31/2022 73 Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1 st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the p roper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. 05/31/2022 74 Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The the rmometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asp halt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 05/31/2022 75 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanica l sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. listed in the Summary of Quantities located in Appendix A. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s 05/31/2022 76 recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or directed by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless otherwise required by the contract. A MTD/V is not required for this contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 05/31/2022 77 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(1). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces 05/31/2022 78 shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be lim ited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the paving limits shall be coated with a biodegradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. 05/31/2022 79 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: 05/31/2022 80 a. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts no t to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 05/31/2022 81 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti- stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA s hall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” 0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet 05/31/2022 82 HMA Class ⅜” 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. All cast off rock from raking shall be removed prior to compaction of final HMA lift. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3 -04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will b e at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. 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, temporary pavement, and pavement repair. Other nonstru ctural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall conform to the following tolerances: Aggregate Percent Non-Statistical Commercial 05/31/2022 83 Passing Evaluation Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A 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 points, except the tolerance limits for sieves designated as 100 percent passing will be 99-100. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. 05/31/2022 84 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Contracting Agency for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting 05/31/2022 85 Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 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 nonstati stical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical 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 Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total 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 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 (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample 05/31/2022 86 will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance – 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 tolerance limits in the Job Mix Formula shown in 5 -04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 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 mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF 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 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 (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 92 percent of the maximum density. The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. 05/31/2022 87 If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. 05/31/2022 88 When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested 05/31/2022 89 for acceptance, with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request af ter the Engineer is satisfied that material conforming to the Specifications can be produced. HMA Original Plan Quantity (tons) Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming 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 CPF, the 05/31/2022 90 quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1- 06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, 05/31/2022 91 gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse 05/31/2022 92 joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. All transverse (butt) joints between new and existing asphalt shall be milled to the full overlay depth as listed on the Summary of Quantities located in Appendix A. All transverse (butt) joints shall be sealed after paving. See Section 5-04.3(17) for requirements. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in ac cordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 05/31/2022 93 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5- 01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. of the existing street surface. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. For this contract, utility appurtenances shall be adjusted to final grade after paving, unless otherwise directed by the Engineer. See Section 5-04.3(20) for requirements. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning planing (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 05/31/2022 94 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Prior to planing operations, existing induction loop vehicle detectors shall be disconnected. Induction loop vehicle detectors shall be removed during planing operations. The planing operation on any street and/or street segment shall not precede the HMA paving operation by more than three (3) calendar days, unless otherwise allowed by the Engineer. Locations of existing surfacing to be planed are as shown in the Drawings. Refer to the Summary of Quantities in Appendix A for the list of streets and/or street segments to be planed in this contract. The depth of planing shall match the thickness of HMA to be placed, as listed on the Summary of Quantities. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imper fections. The Contractor must repair any damage to the surface by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or as directed by the Engineer, patched and preleveled. before opening planed areas to traffic. The Contractor shall provide for safe vehicular travel over existing utility appurtenances during and after planing operations. For utility appurtenances not lowered prior to planing operations, the Contractor shall place temporary fillets of HMA, with a minimum slope of 4H:1V, around all exposed utility appurtenances if any vehicular traffic will be permitted to travel through the work area prior to paving. The HMA used for this purpose shall be 05/31/2022 95 considered an incidental use of HMA as described in Section 5-04.3(18). The Contractor shall provide for safe vehicular travel over driveway entrances during and after planing operations. If the depth of exposed curb or drop off exceeds two (2) inches at a driveway and paving is not occur in the same work shift, the Contractor shall place temporary fillets of HMA along the driveway to provide a transition with a minimum slope of 4H:1V. The HMA used for this purpose shall be considered incidental use of HMA as described in Section 5-04.3(18). The Engineer may direct additional depth planing. Before performing this a dditional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth plan ing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1- 10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not 05/31/2022 96 impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch 11 x 17 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet 100 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 05/31/2022 97 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control 05/31/2022 98 and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning planing, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 05/31/2022 99 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar days after final rolling of the final lift of HMA. The seal shall be CSS -1 emulsified asphalt. The emulsified asphalt shall be placed in a way to be smooth and flush with roadway surface with minimal overbanding. This work is considered incidental to the bid item “HMA CL. ½” PG 64-22”. 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adjustment to paved areas and other such uses as directed by the Engineer. For example, a thickened edge may be required for some streets and/or street segment(s). Incidental uses for HMA shall be measured and paid under the “HMA CL. ½” PG 64-22” bid item for the overlay related HMA and “HMA for Pavement Repair CL ½” PG 64-22” bid item for full depth spot repair related HMA. 5-04.3(19) Edge of Pavement Alignment Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet tolerance for the edge of pavement. The Contractor may establish a reference line as a guide at their discretion or as directed by the Engineer. This work is considered incidental to the bid item “HMA CL. ½” PG 64-22”. 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade The following section only applies to existing utility covers and monument cases covered by HMA. The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating and marking these features and then adjusting them final grade. The Contractor shall locate all utility covers and monument cases covered by HMA immediately after paving operations are complete for a street and/or street segment. Each location shall be marked with paint and identify the type of buried feature. The Contractor shall completely expose all water valve boxes and gas valves for access within five (5) calendar days after final rolling of the final lift of HMA. The Contractor shall adjust the following features to final grade per the requirements listed below. Manholes – Refer to Renton Standard Plan 106. Water Valve Boxes – Refer to Renton Standard Plan 330.1. 05/31/2022 100 Gas Valves – Same as Water Valve Boxes. Monument Cases – Refer to Renton Standard Plan 113. J-boxes, Electrical Vaults, Communications Vaults – These features shall not to be covered with HMA. 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. For this contract, all temporary pavement marking is considered short duration. 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. 05/31/2022 101 Planing bituminous pavement to a 2 inch depth will be measured by the square yard. Planing bituminous pavement to a 4 inch depth will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. Water will be measured by the M gallon as provided in Section 2-07.4. Adjust Manhole Cover will be measured per each. Adjust Water Valve Box will be measured per each. Adjust Gas Valve will be measured per each. Adjust Monument Case will be measured per each. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. “HMA for Approach Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4), with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not 05/31/2022 102 include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Existing Paved Surfaces”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5 -04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5 -04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime C oat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for 05/31/2022 103 all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. “Planing Bituminous Pavement – 2 inch depth”, per square yard. “Planing Bituminous Pavement – 4 inch depth”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement”, “Planing Bituminous Pavement – 2 inch depth”, “Planing Bituminous Pavement – 4 inch depth” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5-04.3(9)C6. “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5 - 04.3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5 - 04.3(10)B. “Adjust Manhole Cover”, per each. “Adjust Water Valve Box”, per each. 05/31/2022 104 “Adjust Gas Valve”, per each. “Adjust Monument Case”, per each. The unit Contract price per each for “Adjust Manhole Cover”, “Adjust Water Valve Box”, “Adjust Gas Valve”, “Adjust Monument Case” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(20). 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is a 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. Within paved streets, driveways or sidewalks, the Contractor may use temporary pavement to allow vehicular/pedestrian 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 or cold 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. 5-06.3 Construction Requirements The Contractor shall maintain temporary asphalt patches to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed temporary 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 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 with the following: (******) 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), corrugated polyethylene (PE), or corrugated polypropylene (PP) at the option 05/31/2022 105 of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements 7-01.3(1) Drain Pipe Section 7-01.3(1) is revised with the following: (******)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. 7-01.3(2) Underdrain Pipe The second paragraph is revised with the following: (******) 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 with 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 with the following: (******) 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 9-05.5. 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. 7-04 STORM SEWERS 7-04.2 Materials The first paragraph of Section 7-04.2 is deleted in its entirety and replaced with the following: (******) Unless a pipe material is specifically called out on the Plans, materials shall meet the following requirements. Size Pipe Material Allowed Specification 6-12” Polypropylene Storm Sewer Pipe Ductile Iron Pipe Corrugated Polyethylene Storm Sewer Pipe (CPEP) 9-05.24(2) 9-05-13 9-05.20 05/31/2022 106 Where bends are specifically called out on the plans, they shall be of the same material and manufacturer as the main pipe and meet the manufacturer’s recommendations. The second paragraph of Section 7-04.2 is supplemented with the following: (******) 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 Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Section 7-04.2 is supplemented with the following: (******) Dense foam shall meet 9-05.52 of these Special Provisions. 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: (******) Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. At the request of the Engineer, all pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. At the request of the Engineer, all flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflectio n shall not exceed 5%. Mandrel testing shall conform to ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 05/31/2022 107 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch- wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe” shall be incidental to and included in storm sewer pipe bid items. 7-04.3(1)G Abandon Existing Storm Sewer Pipes Section 7-04.3(1)G is a new section: (******) Where it is shown on the plans that existing storm sewer pipe is to be abandoned by fil ling with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I. 7-04.3(2) CCTV Inspection Section 7-04.3(2)is a new added section: (******) All storm drain main lines constructed as part of this project shall be inspected by the use of closed-circuit television (CCTV) before substantial completion. The costs incurred in making the inspection shall be paid for under “CCTV Inspection”. All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H. 7-04.3(3) Direct Pipe Connections Section 7-04.3(3) is a new added section as follows: (******) Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity-flow storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water- based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM 05/31/2022 108 C1103. Appropriate safety precautions must be used when field -testing any pipe material. Contact the manufacturer for recommended leakage rates. Installation: Installation shall be accordance with the manufacturer’s recommended installation guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: (******) All manholes shall be in accordance with City of Renton Standard Plans. Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be “Kor- n-Seal” boot or approved equal. Sanitary sewer pipe to sanitary sewer 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 the following: (******) 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. 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 Plan 106 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. 05/31/2022 109 In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. 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 grade rings and mortar. 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. 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 asphalt also. 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. Monument cast iron frame and cover: 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(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. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.3(5) is an added new section: (******) All interior surfaces of new precast concrete sanitary sewer manholes shall be shop coated in accordance with 9-08.8. Coating shall be applied in accordance with manufacturer’s recommendations in a controlled environment before arriving on site. Field application of interior coating will not be accepted. 05/31/2022 110 7-06 TRENCH DRAINS (NEW SECTION) Section 7-06 is a new section. (******) 7-06.1 Description This Work consists of the construction of new trench drain in accordance with the plans and specifications. 7-06.2 Materials Trench drain shall be Polydrain PDX 15” wide, or acceptable equal. Trench drain and supporting concrete shall be designed for HS20 loading. Grate shall be either Model #603 or #606 as determined by the City. Submittals: A. Shop Drawings: Show a schematic plan of the total drainage system including fabrication details. Shop drawing shall indicate the number and type of each pre-sloped channels and non pre-sloped channels. B. Product Data: Manufacturer's catalog sheets, specifications, and installation instructions for each item specified. C. Samples: Section of trench drain and grate (minimum 6-inch length) D. Product Data: 1. Concrete Design Mix: Submit proposed concrete design mix together with name and location of batching plant at least 28 days prior to the start of concrete work. 2. Portland Cement: Brand and Manufacturer’s name. 3. Air-entraining Admixture: Brand and manufacturer’s name. 4. Water-reducing or High Range Water-reducing Admixture: Brand and manufacturer’s name. 5. Curing and Anti-Spalling Compound: Manufacturer’s specifications and application instructions. 7-06.3 Construction Requirements Cement concrete shall be constructed with air entrained concrete Class 4000 confirming to the requirements of Section 6-02. Applicable requirements for concrete curbs and gutters in Section 8-4.2 shall apply. Trench drain shall be installed per manufacturer’s recommendations and product installation procedures. 05/31/2022 111 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented with the following: (******) Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction and in accordance with the trench limits outlined on the plan drawings. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan . Excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented with the following: (******) Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Bedding material shall not be recycled concrete. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. Pipe bedding material shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the pipe bedding materials under the pipe haunches shall be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. 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. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other items. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: 05/31/2022 112 (******) 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 conform to the requirements of Section 9-03.17 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. 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 with 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 1/2" 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 permitted. 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. 05/31/2022 113 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 with the following: (******) Care shall be taken by the Contractor to avoid over-inserting 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 with 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 as follows: A. Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). B. Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). C. PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). D. Ductile Iron Main Core-drilled with Romac Saddle (or approved equal). E. Lined Sewer Main Connection to sewer mains that have been lined (CIPP, Etc.); cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). F. HDPE Core -Drilled with Romac Saddle. “Inserta-Tee” may be used on sewer mains 12” diameter or larger. 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 7-08.3(3)A Backfilling Pipe 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 or pond 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. The existing soils shall not be reused as trench backfill unless otherwise required by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9-03.14(1) of the Standard Specifications. It should be free of organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, 05/31/2022 114 and compacted to at least 95 percent of the maximum dry density (MDD) as determi ned by the Modified Proctor compaction test method ASTM D 1557. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed. 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 replaced 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. 7-08.3(5) Temporary Stormwater Diversion Section 7-08.3(5) is an added new section (******) It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. 05/31/2022 115 7-08.4 Measurement Section 7-17.4 is supplemented with the following: (******) 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. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15) is deleted in its entirety and replaced with the following: (******) Long radius curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on 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 50% of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is deleted in its entirety and replaced with the following: (******) 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 with the following: (******) 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 05/31/2022 116 wrap shall be repaired in accordance with ANSI/AWWA C105/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) is revised to read as follows: (******) The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non-holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. 05/31/2022 117 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 for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a) Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. b) Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance c) Swab all connecting pipe and fittings with 5-6%chlorine solution d) Perform the connection work e) Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipe and fittings at the connection points and installed concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block Section 7-09.3(21) is deleted in its entirety and replaced with the following: (******) Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on the plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking 05/31/2022 118 shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is revised to read as follows: (******) Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test press ure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and 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 Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 05/31/2022 119 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter in inches Test Pressure in psi 4” 6" 8" 10" 12" 16" 20" 24" 400 0.6 0 0.9 0 1.2 0 1.5 0 1.8 0 2.4 0 3.0 0 3.6 0 375 0.5 8 0.8 7 1.1 6 1.4 5 1.7 4 2.3 3 2.9 1 3.4 9 350 0.5 6 0.8 4 1.1 2 1.4 0 1.6 9 2.2 5 2.8 1 3.3 7 275 0.5 0 0.7 5 1.0 0 1.2 4 1.4 9 1.9 9 2.4 9 2.9 9 250 0.4 7 0.7 1 0.9 5 1.1 9 1.4 2 1.9 0 2.3 7 2.8 5 225 0.4 5 0.6 8 0.9 0 1.1 3 1.3 5 1.8 0 2.2 5 2.7 0 200 0.4 2 0.6 4 0.8 5 1.0 6 1.2 8 1.7 0 2.1 2 2.5 5 *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= SD√P__ 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi 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 Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. 05/31/2022 120 Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented with the following: (******) Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) 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 “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanita ry sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is deleted in its entirety and replaced with the following: (******) 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 is deleted in its entirety and replaced with the following: (******) Treated water shall be retained in the pipe at least 16 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other representative points and shall measure at least 10 mg/L. If a measurement of less than 10 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N is deleted in its entirety and replaced with the following: 05/31/2022 121 (******) Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, two satisfactory reports taken at least 15 minutes apart from each sampling point shall be received from the local or State Health Department or from a State accredited testing laboratory on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new section: (******) General: Where shown in the Plans, 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 7:5/8" 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 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" 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: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rod s and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. 05/31/2022 122 Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie-rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4” 2 6” 2 8” 2 10” 4 12” 4 14” 6 Pipe Diameter Number of 3/4" Tie Rods Required 16” 6 18” 8 20 10 24” 12 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 tie-bolts. 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 tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie- washers, 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 tie-bolts, tie-nuts, tie-couplings, tie-rods and tie- washers 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. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is revised with the following: (******) 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. 05/31/2022 123 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 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 Section 7-09.5 is revised and supplemented with the following: (******) "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) is deleted in its entirety and replaced with the following: (******) 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. . 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) and 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. 05/31/2022 124 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 (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Section 7-12.4 is supplemented with 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 Section 7-12.5 is deleted in its entirety and 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 a ll 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 Section 7-14.3(1) is deleted in its entirety and replaced with the following: (******) Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2- inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" and 10" piping in trenches 3 - 1/2 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 05/31/2022 125 noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7- 09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly- Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories, concrete blocks, shear block and blue pavement marker. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented with the following: (******) All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented with the following: (******) All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(7) Remove and Salvage Hydrant Section 7-14.3(7) is a new section: (******) Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 05/31/2022 126 7-14.5 Payment Section 7-14.5 is revised with the following: (******) 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 CONNECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented with the following: (******) All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1-inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Where installation of service lines is within 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. Where shown in the Plans, the Contractor shall: • Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters • Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters • Connect the new meter setters to the customers’ private service lines 05/31/2022 127 • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.5 Payment Section 7-15.5 deleted in its entirety and replaced with the following: (******) 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 deleted in its entirety and replaced with the following: (******) Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide electronic 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. Materials shall meet the requirements of the following sections: Material for sewer pipe shall meet the requirements of Section 9-05.12 as modified in these special provisions or as specified on the project plans. 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 with 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 during construction of the new sewer and then remove it once the new system is placed into service. The Contractor shall remove any construction debris that enters the existing downstream system as a result of his work at his expense. When the first manhole is set, its outlet shall be plugged until acceptance of the new construction by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented with the following: (******) CCTV Inspection 05/31/2022 128 1. All newly-installed and newly-rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). 3. All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re-CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no “pausing” of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. 10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has ¼” markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than ½” of ponding to be considered acceptable. 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes Section 7-17.3(2)I is a new section: (******) 05/31/2022 129 Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by filling with grout, both ends of the abandoned pipe and all lateral co nnections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement- based grout. The grout mix design and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22 for Grout Mix requirements). 7-17.5 Payment Section 7-17.5 is revised and supplemented with the following: (******) Payment will be made in accordance with Section 1-04.19, for each of the bid items that are included in the proposal. 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. 7-18 SIDE SEWERS 7-18.3(2) Fittings Section 7-18.3 is deleted in its entirety and replaced with the following: (******) Fittings and connections to new and existing sewers shall be per the City of Renton’s Standard Plans. 7-18.3(3) Testing Section 7-18.3(3) is deleted in its entirety and replaced with the following: (******) All side sewers constructed in conjunction with a new sewer main shall, for purposes of testing as specified in Section 7-17, have the side sewer cleanout at the right-of-way (as shown in the respective City of Renton Standard Plans) installed prior to testing. Caps shall be installed and sufficiently restrained on the end of each side sewer and its respective surface cleanout to withstand the internal pressure created for testing in conjunction with the sewer main. Where a sewer main and its respective side sewer are constructed to replace and existing , in-operation sewer system, pressure testing will not be required. 7-18.3(5) End Pipe Marker Section 7-18.3(5) is deleted in its entirety and replaced with the following: (******) The location of side sewers at the property line shall be indicated by the presents of a surface cleanout installed per the associated City of Renton Standard Plan. 7-19 SEWER CLEANOUTS 7-19.3 Construction Requirements Section 7-19.3 is deleted in its entirety and replaced with the following: (******) Sewer cleanouts shall be installed per the associated City of Renton Standard Plan(s). 7-19.4 Measurement Section 7-19.4 is deleted in its entirety and replaced with the following: 05/31/2022 130 (******) Sewer cleanouts that are installed on sewer main lines will be measured per each. Sewer cleanouts that are installed on side sewers shall be considered incidental to the side sewer pipe. 7-20 CURED IN PLACE PIPE (CIPP) Section 7-20 is a New Section (******) 7-20.1 Description This Section specifies rehabilitation of existing wastewater or stormwater (host pipes) by the installation of felt or fiberglass resin-impregnated liner cured-in-place piping (CIPP). Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, and lateral interfaces with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. Work to remove and replace manhole cones, risers, frame and cover, and concrete collars necessary for the installation of the CIPP shall be considered incidental as part of the CIPP Work. 7-20.1(1) Licensing The Contractor or sub-contractors shall have a current City of Renton business license. The Contractor or sub-contractor installing the CIPP shall have a current license agreement with the product Manufacturer. All individuals installing the CIPP shall be certified by the product Manufacturer. Certification showing that the Installer is currently licensed by t he appropriate licensor to perform CIPP installation shall be submitted in accordance with Section 1-07.6. 7-20.1(2) Contractor and Manufacturer Qualifications Manufacturer Qualifications: • The Manufacturer’s CIPP liner shall have successfully installed a minimum of 200,000 linear feet in accordance with these specifications. • Manufacturers using standards other than those listed in these specifications shall demonstrate, to the satisfaction of the Owner, that their standards produce a product that is, at a minimum, equal to the quality of a product produced using these specifications. Contractor Qualifications: • A minimum of five (5) successful projects totaling a minimum of 50,000 linear feet of installed CIPP meeting the requirements of these specifications • The Contractor’s superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 linear feet of installed CIPP meeting the requirements of these specifications. The superintendent shall be onsite during installation of the CIPP work for the duration of the project. 05/31/2022 131 • At least one (1) person on the Contractor’s installation crew shall have a minimum of one (1) year of CIPP installation experience. This person shall be onsite at all times during the CIPP installation work. • The Contractor’s identified Lateral Cutting Technician shall have a minimum of one (1) year of experience reinstating laterals. 7-20.1(3) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 15 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work. Submit as specified in Section 6-07.3(2). The following submittals are required: 1. CIPP Lining Plan to include the following: a. Work sequence organized by pipe section with installation schedule. b. Confirmation of liner length and diameter. c. Locations of all service connections with disposition for each. d. Anticipated cleaning and preparation requirements. e. Proposed lining material and curing method. f. Sewer Service Interruption Notification Plan. 2. Spill Prevention Plan. 3. Manufacturer’s certificate(s) indicating that the supplied lining materials meet the requirements of the specifications, ASTM standards, and a certificate of compliance from an independent third-party lab. 4. Certification stating CIPP tube has been manufactured in accordance with ASTM F1216 or F2019 and resin is suitable for its intended use. 5. Certification showing the Contractor is currently licensed by the appropriate licensor to perform CIPP installation. 6. Name of resin supplier and liner fabric supplier. 7. Test reports on testing of CIPP products illustrating they meet the relevant requirements of this specification. Manufacturer shall provide ISO 9001 certificate by a third party confirming that all the ASTM test reports are valid and up to date at the time of the bid and during construction period. 8. Manufacturer’s recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 9. Manufacturer’s data sheets for factory wet out and/or Contractor’s data sheets for field wet out showing quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 10. Manufacturer’s certification that all Manufacturer’s wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 11. Manufacturer’s recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, 05/31/2022 132 trimming and finishing, QA/QC procedures, and minimum equipment requirements to allow for an adequate installation. 12. Manufacturer’s recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 13. Data on Contractor’s equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make, model, and technical data of all equipment used to generate heat for the curing process; make, model and technical data of backup equipment used to maintain curing temperature; rough size of vehicle(s) which carries the CIPP pipe and overall installation equipment footprint required. 14. Contractor shall calculate and submit to the Engineer for review after field verification of pipe sizes and prior to ordering any material from the manufacturer the required minimum thickness for the CIPP to be installed in each pipe reach based on the internal inspection data. 15. Manufacturer onsite Representative’s Certification that the Contractor’s installation meets all requirements of the Manufacturer and will not void the Owner’s warranty. 16. CIPP field samples from field installations. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or F2019 or ASTM F1743 and in accordance with ASTM D5813. 17. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, a nd all other compounds or chemicals to be used on the job site. 18. Data logger output in a graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down, as applicable for CIPP technology used. 19. Informational hand out that describes the materials, processes, and odors associated with the lining process. This handout shall be provided at the request of residents. 20. Pre- and Post-Installation CCTV inspection videos. 21. Contractor shall obtain a Discharge Authorization Permit from King County’s Wastewater Treatment Division for any proposed discharges to the existing Sanitary Sewer System, including process water resulting from the curing process (if applicable). Contractor is responsible for adhering to all disch arge limitations associated with the received permit. Contractor shall submit a copy of the permit to the City once obtained. 7-20.1 (4) Warranty Contractor shall provide a 1-year written bonded warranty for the full value of the contract with a 3.5 percent inflation allowed per year after acceptance of the liner to cover the repairs resulting from liner failure within the warranty period, including new pipe, labor and incidentals as well as any fines by the local, state, and federal environmental agencies. The written bonded warranty shall be issued by a BB+ rated surety with more than 20 years of business history and with headquarters in the United States. 05/31/2022 133 7-20.1(5) Product Storage and Handling Requirements Contractor shall be responsible for the delivery, storage, and handling of all materials for CIPP and end sealing material in accordance with the written requirements of the manufacturer. Contractor shall exercise adequate care during transportation, handling, and installation to ensure the CIPP material is not torn, cut, or otherwise damaged. If any part or parts of the CIPP material becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the manufacturer’s recommendations and approval of the Engineer before proceeding. 7-20.2 Materials CIPP products and materials shall be in accordance with the latest version of ASTM F1216 for Resin-Impregnated Flexible Tube (Felt Liner) or ASTM F2019 for Glass Reinforced Plastic (GRP) Thermosetting Resin Pipe (Fiberglass Liner), with Suppliers recommendations as described below. 7-20.2(1) CIPP The CIPP design shall be in accordance with the latest version of ASTM F2019, with physical properties and chemical resistance demonstrated per ASTM D5813, F2019 for Type III, Grade 2 CIPP classification, with final approval from the Engineer. The liner thickness shall be designed based on the engineering formulas listed in ASTM F1216 and F2019 for “fully deteriorated” pipes and the conditions indicated below: 1. Design Safety Factor = 2.0. 2. Ovality factor = 2 percent. 3. Constrained Soil Modulus = Per ASTM D3839, Soil Class III at 90 percent compaction. 4. Modulus of soil reaction, E’ = 700 psi. 5. Groundwater Depth = At ground surface. 6. Soil Depth = As indicated on the drawings. 7. Live load using an AASHTO HS20 vehicle loading. 8. Soil Unit Weight = 140 lbs./cf. 9. Minimum Service Life = 50 years. 7-20.2(2) Felt Cured-in-Place Resin Impregnated Material The liner shall be designed in accordance with the procedures of ASTM F1216. All material properties used in design calculations shall be long-term (time-corrected) values. The design for the CIPP shall recognize any non-uniform cross section and the liner bifurcation present at the spring line of the host pipe. Accounting for this condition by the use of an ovality reduction factor alone is unacceptable. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed throughout the circumference or the length of the liner. 05/31/2022 134 The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends as shown on the drawings. The CIPP service life shall be a minimum of 50 years. The Contractor shall be responsible for control of all material and process variables to provide a finish CIPP possessing the minimum properties specified in ASTM F1216. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed five (5) feet. Markings shall include Manufacturer’s name or identifying symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. Allowance shall be made for circumferential and longitudinal stretching during the installation process. Diametric shrinking during the curing process shall meet the requirements of ASTM D5813, Section 6.3.1 or better. For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of polyvinyl chloride (PVC) or polyurethane. For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of PVC, polyurethane, polyethylene, or polypropylene. 7-20.2(3) Fiberglass Cured-in-Place Resin Impregnated Material Glass Reinforced Plastic Flexible Tube (fiberglass liner) consists of at least two separate tubes of corrosion resistant glass fiber in accordance with ASTM D5780 and F2019. Liner shall include an inner foil (or calibration hose) to contain resin which shall be removed after completion of installation (unless intended to be a permanent part of the CIPP system and fabricated as an integral part of the tube by bonding or fusing). In addition, an external permanent foil shall be provided that is resistant and impermeable to moisture and all wave lengths of light as part of the UV curing process. The liner shall be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed throughout the circumference or length of the liner. The liner shall be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends as shown on the drawings. The liner shall be marked at regular intervals along its entire length, not to exceed five (5) feet. Markings shall include Supplier's name or identifying symbol. The liner shall be manufactured with materials from a consistent supplier. All materials of a similar type shall be from a single source for the entire project. The liner shall be fabricated to a size that, when installed, will tightly fit to the internal, circumference and length of the host pipe. Allowance shall be made for circumferential stretching during the installation process. The liner shall not be of a dark or non-reflective material which would inhibit proper closed-circuit television inspection. The liner shall meet the chemical resistance criteria specified in ASTM D5813, D578 and ASTM F2019 (Appendix X2) for Type III, Grade 2. The liner shall be handled with care during delivery to protect from UV exposure prior to installation. 05/31/2022 135 7-20.2(4) Resin & Cured CIPP Properties The resin used shall be compatible with the CIPP system and designed for use depending on the application. The resin shall be a general purpose, unsaturated polyester, catalyst system compatible with the CIPP system that provides the cured physical strengths and properties specified herein. Resins shall be tinted for adequate visibility suitable for internal inspection and provide positive indication of adequate liner wet -out. The resin system for the cure-in-place pipe process, using steam or water curing, shall be manufactured in accordance with ASTM F1216. Resin shall have the following characteristics: 1. The resin shall be thermosetting polyester. 2. When cured, the resin shall have a flexural strength of not less than 4,500 psi (ASTM D790). 3. When cured, the resin shall have a flexural modulus (short term) of not less than 250,000 psi (ASTM D790). 4. When cured, the resin shall have a tensile strength of not less than 3,000 psi (ASTM 0368). 5. 50-year flexural creep modulus: 150,000 psi per ASTM D 2990. 6. Tensile strength: 9,000 psi per ASTM D638 for sectional liner. For materials that do not allow sufficiently accurate hoop/weft testing in accordance with ASTM D638, initial tensile strength may also be substantiated by short-term flat plate specimen testing. 7. The resin shall be able to cure in the presence of water. 8. The resin initiation temperature for curing should be as recommended by manufacturer. 9. The resin color shall be in contrast to the color of the liner fabric to assist in visual inspection. 10. The CIPP resin shall be compatible with the liner fabric, liner coating, other rehabilitation systems and the host pipe materials that it may contact. 11. The resin shall form no excessive bubbling or wrinkling during lining. 12. The resin shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. 13. The resin shall have no fillers added for the sole purpose of increasing the resin volume. Resin shall include no more than five (5) percent filler by volume for the purpose of modifying resin viscosity, heat transfer characteristics, or flexural modulus of a cured liner. The resin system for the cure-in-place pipe process using ultraviolet curing shall be manufactured in accordance with ASTM F2019. Resin shall have the following characteristics: 1. The resin shall be chemically resistant polyester thermoset and catalyst system compatible with UV curing installation process. A photo-inhibitor system shall be added to the resin prior to impregnation. The initiator system of the resin shall be optimized to the output of the ultraviolet curing lights. 2. When cured, the resin shall have a flexural strength of not less than 6,500 psi (ASTM D790). 05/31/2022 136 3. When cured, the resin shall have a flexural modulus (short term) of not less than 725,000 psi (ASTM D790). 4. When cured, the resin shall have a tensile strength of not less than 9,000 psi (ASTM D3039, D368). 5. 50-year flexural creep modulus: 150,000 psi per ASTM D 2990. 6. Tensile strength: 9,000 psi per ASTM D 638 for sectional liner. For materials that do not allow sufficiently accurate hoop/weft testing in accordance with ASTM D638, initial tensile strength may also be substantiated by short-term flat plate specimen testing. 7. The resin color shall be in contrast to the color of the liner fabric to assist in visual inspection. 8. The CIPP resin shall be compatible with the liner fabric, foils and host pipe materials. 9. The resin shall form no excessive bubbling or wrinkling during lining. 10. The resin shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. 11. The resin shall have no fillers added for the sole purpose of increasing the resin volume Resin shall include no more than five (5) percent filler by volume for the purpose of modifying viscosity, heat transfer characteristics, or flexural modulus of a cured liner. 7-20.2(5) Dimensions of CIPP Contractor shall measure the actual inside diameter of the host pipe, at different locations along its length, to verify the appropriate size of CIPP liner to use. The existing host pipe may be larger than their nominal size due to corrosion of the concrete pipe. It is the Contractor’s responsibility to measure the actual inside diameter at different locations of the host pipe to verify the appropriate size of the CIPP liner to use. The Contractor shall make allowances in determining the felt tube length and circumference for stretch during installation and shrinkage during curing and aging. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole, based on the specifics of the repair and pipe diameter. The Contractor shall verify the lengths in the field before the liner tube is cut and impregnated. Individual installation runs may include one or more manhole -to- manhole sections as authorized by the Engineer. 7-20.2(6) Wall Thickness The wall thickness of the tube shall be ordered to the next standard incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The nominal CIPP thickness shall be at least the calculated design thickness, per ASTM F1216 (felt liner) or F2019, (fiberglass liner) except where fabric layers overlap, in which case it may be in excess of this value. 05/31/2022 137 7-20.2(7) CIPP Liner Labeling Manufacturer label on each liner tube shall be in 1 -inch letters, minimum, and include the following information: 1. Date of manufacture of the liner. 2. Name or trademark of the manufacturer. 3. Liner diameter. 4. Liner thickness. 5. Liner length. 7-20.2(8) Chemical Resistance The cured pipe shall be resistant to a variety of chemical effluents as described in ASTM D543. Testing for chemical resistance may be performed on the sample of the finished product prior to this contract, provided a certified affidavit, signed by an officer of the company, is submitted stating the resin the tests apply to and the resin submitted for this project are the same. Testing data up to 2-years prior to bid date will be accepted. Finished and cured CIPP liner properties shall perform as specified. Chemical resistance test results shall be provided in accordance with Test Method D543 on samples of the cured liner material that are the same as that proposed for installation. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F1216, when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Detergent 0.1 Soap 0.1 The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting the requirements for the design specified shall be provided to the Engineer for approval at least seven (7) days prior to ordering any material. 7-20.2(9) CIPP End and Connection Seal Contractor shall seal the end points of the liner so that no leakage of fluids may infiltrate between the liner and the existing pipe. Contractor shall apply epoxy sealant (after CIPP acceptance) to completely seal area around opening of the liner and the connection. 05/31/2022 138 Hydraulic cements and quick-set cement products are not acceptable. The installation of the connection seal shall not, in any way, damage or adversely affect the CIPP. If damage to the CIPP liner does occur, the Contractor shall repair or replace the area at no additional cost to the Owner. Contractor shall trim loose or hanging/intruding pipe connection seals so that they are flush with the internal pipe wall. The Contractor shall not fold the hanging/intruding material. 7-20.2(10) Allowable CIPP and End Connection Seal Manufacturers The following manufacturers of CIPP are approved: 1. Inliner Technologies. 2. Insituform Technologies, Inc. 3. National Liner. 4. Premier-Pipe. 5. Spiniello Companies. 6. SAK, LLC. 7. Saertex. 8. Reline America Inc. 9. Or approved equal. The following manufacturers of CIPP end and connection sealing are approved: 1. Neopoxy. 2. Or approved equal. 7-20.3 Construction Requirements 7-20.3(1) Pre-Installation CCTV Inspection Contractor shall conduct CCTV video inspection of the host pipe prior to commencing construction. All CCTV inspections shall be performed in accordance with Section 7 - 17.3(2)H. Contractor will review the CCTV inspection and indicate where the following deficiencies are located: 1. Any obstructions within the host pipe that may affect the sliplining operation. 2. Joint separation. 3. Offset joint. 4. Cracked or damaged host pipe. 05/31/2022 139 5. Out of round host pipe. 6. Infiltration point. The findings of the pre installation inspection shall be summarized in an inspection report and submitted along with the video files and corresponding database to the Engineer for review. 7-20.3(2) Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer and/or storm systems throughout the duration of the project. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the rehabilitated sewer and/or storm system. The area affected by the bypass operation shall be fully restored to pre-bypassing conditions. Bypass pumping system of stormwater shall be capable of bypassing at least the 2 -year peak flow during construction. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on-site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private or public property or create a nuisance or public menace. The bypass- pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fine s should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in the system during construction, even in the event the system su rcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. The Contractor shall submit a plan for bypassing the existing system to the Engineer for review. The Contractor's p lan for bypass pumping shall be satisfactory to the Engineer before the Contractor will be allowed to commence bypass pumping. The sewage and/or storm bypass pumping plan shall include an emergency response plan detailing procedures to be taken in the event of a failure of the bypass pumping. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of their responsibility and public liability. The Contractor shall coordinate activities with impacted property ow ners. Property Owners shall be notified at least 24 hours in advance of any disruption to their sewer service. All construction-related service disruptions shall be approved by the Engineer prior to the disruption taking place. When situations exist where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be 05/31/2022 140 required prior to insertion of the liner system. The Contractor shall verify, with the approval of the Engineer, whether a property is able to be interrupted prior to lining operations. If the subject property’s side sewer requires bypass pumping, the costs for the bypass pumping shall be covered by Force Account. 7-20.3(3) Host Pipe Access Contractor shall install access structures necessary for installation of CIPP liner. Access structures to the host pipe for installation of the CIPP liner shall be excavated as required by the Contractor. Access structures shall be located in areas that minimize excavation requirements. Provide excavation and backfill, pipe work, reconnection, and access structures including manhole cones, risers, frame and cover, and concrete collars as necessary. The Contractor shall plug the downstream manhole to prevent excavation material from entering the sewer and/or storm system during the installation of all access structures. Prior to entering any permit-required confined space, the Contractor shall evaluate the atmosphere to determine the presence of toxic, flammable vapors or lack of oxygen in accordance with local, state, and federal safety regulations. 7-20.3(4) Host Pipe Cleaning, Preparation, and Inspectio n Prior to CIPP tube installation, the Contractor shall clean the host pipe. The Contractor shall clear the existing host pipe of obstructions such as solids, collapsed pipe, roots, rocks or other intrusions that will prevent or hinder CIPP liner installat ion. Minimize infiltration into the existing pipe so as not to interfere with the proper installation and cure of the CIPP liner. The Contractor shall perform pre-lining inspection after cleaning and preparation to confirm that the host pipe is ready for lining. The pre-lining inspection video shall be submitted to the Engineer for review at least 24 hours prior to the scheduled installation of the liner. Installation of the liner shall not proceed prior to receiving approval by the Engineer. The Engineer will confirm the following: 1. Necessary cleaning and pipe preparation work, including any internal and external repairs/modifications have been completed. 2. That the condition of the host pipe is consistent with the design conditions and specifications. Prior to commencing lining, the Contractor shall notify the Engineer of any condition that is contrary to the design conditions or assumptions made that may affect either long term or short term performance or the liner. 3. The location, condition, and operational status of all lateral tap connections. At each location within the Project, prior to diversion of flows the Contractor shall initiate odor control measures. The Contractor shall perform post-lining CCTV inspection following installation of the liner. The Contractor shall confirm the adequacy of all lateral tap connection reinstatements and the fit and the finish of the CIPP liner prior to submitting the post -installation inspection video files to the Engineer. The Contractor shall submit CCTV post-installation inspection reports and video files along with the corresponding data base to Engineer within one (1) week of the inspection. 05/31/2022 141 7-20.3(5) Point Repairs The Contractor shall advise the Engineer of any point repairs that can only be performed by excavating the defect. The Contractor shall repair all defects in the host pipe including but not limited to open joints, fractures, cracks, protruding taps and holes in the pipe that may adversely affect the successful installation of the liner. Those repairs shall include, but not limited to, the following: 1. Grouting all defects as recommended by liner manufacturer or installer. 2. Grouting all locations with excessive infiltration as outlined below: a. The determination of an excessive leak shall be made by the Owner’s representative and shall be based on PACP leak designations: i. Leaks that would be categorized as a Runner (IR) – Severity 4 or Gusher (IG) – Severity 5 shall be considered as excessive. Measurement and Payment for Excessive Leak Repairs shall be as designated in Section 7-20.6 and 7-20.7. ii. Leaks categorized as Weeper (IW) – Severity 2 or Dripper (ID) – Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Measurement and Payment for Excessive Leak Repairs shall be as designated in Section 7-20.6 and 7-20.7. 3. Make point repairs of any host pipe defect that be accomplished using conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer such as grout packers, link seal, or spot liner. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe utilizing a remote-controlled cutter. 7-20.3(6) Trimming Intruding Laterals Contractor shall trim intruding laterals so that the service connection is flush with the internal pipe wall. All lateral trimming shall be documented by pre and post trimming photos. The Contractor shall ensure that the existing pipe is not damaged during cutting operations. 7-20.3(7) Protection of Existing Manholes The Contractor shall protect all manholes from any damage that may result from the lining operation. 7-20.3(8) Spill Prevention and Control Contractor shall keep a stockpile of spill cleanup materials, such as rags or absorbents, readily accessible on-site. Contractor shall immediately contain and prevent leaks and spills from entering storm drainage systems, and properly clean up and dispose of all waste and cleanup materials. If the waste is hazardous, the Contractor shall dispose of hazardous waste only at authorized and permitted disposal facilities. Only licensed hazardous waste haulers shall transport the hazardous waste to an off-site location, unless the quantities to be transported are below those applicable threshold limits for transportation by the Contractor as specified under State and Federal regulations. 05/31/2022 142 Contractor shall immediately report any hazardous materials spill to the Owner and Engineer. 7-20.4 Installation 7-20.4(1) Felt Liner CIPP Tube Installation Lining installation shall be in accordance with the requirements of the product Manufacturer and as directed by their Technical Representative. This includes the correction of defective work. Contractor shall designate the location where the CIPP tube will be impregnated with resin (“wet-out”). These locations shall be subject to approval by the Engineer. The Contractor shall allow the Engineer to inspect the materials and “wet-out” procedure. If the “wet-out” location is not at the project site, the impregnated CIPP tube shall be transported to site under controlled environmental conditions as specified by the Manufacturer of the product. Transport vehicles shall include a tamper resistant, sealed temperature recording device which records the temperature of the liner at all times after leaving the wet-out site. Contractor shall decide when to transport the resin impregnated CIPP tube and when to commence installation depending on prevailing weather conditions, so as to not jeopardize the installation or be detrimental to the long-term performance of the CIPP. The liner shall be installed by the inversion tube method where possible. The resin- impregnated tube shall be lowered into the insertion pit through an inversion tube and reducer if needed. The liner shall be installed at a rate less than 10 feet per minute at all times. The CIPP liner shall be installed through existing manholes. Liner shall not be installed through intermediate manholes unless approved in advance by the Engineer. All requests to line through intermediate manholes shall be submitted in writing to the Engineer. There shall be no separate payment for additional or enhanced access to facilitate the Contractor’s CIPP liner installation process. For CIPP liner thicknesses greater than 0.75 inch, or where the existing pipe, soil, and groundwater is likely to provide a significant heat sink affecting the temperature gradient across the CIPP liner material, the temperature of the exotherm shall be monitored by remote temperature sensors placed at the interface of the existing pipe and the CIPP. A minimum of two temperature sensors shall be installed, one at either end of the length being lined. The curing process shall not be terminated until the temperature sensor readings indicated that a satisfactory cure has been completed. Any extended cure times shall not adversely affect the properties of the CIPP lining material. The curing process shall follow a step cure using steam, where possible, as recommended by the manufacturer and approved by the Engineer. The curing process shall be held at the top step for an adequate length of time to ensure that the design physical properties of the liner are attained. For the water curing method, circulation water shall cool down to at least 100 degrees F for 1 hour before releasing the hydrostatic head. The rate of temperature rise and fall during heating and cooling shall not exceed 2 degrees F per minute. The circulation water shall be filtered through a carbon filter treatment system, approved by the Engineer, prior to release into the sanitary sewer system. Evacuate water from the pipe at a controlled rate to prevent negative pressure in the pipe. The Contractor shall provide a sampling plan to the Engineer that demonstrates pollutants are not being discharged into the sanitary sewer system. After liner has cooled down, perform a preliminary television inspection of the newly installed liner. Verify the liner is continuous over the entire length. Verify the liner is free from visual defects such as foreign inclusions, dry spots, lifts, pinholes, seam separation, delamination, and wrinkling beyond the specification allowances. Liner shall be impervious and free of any leakage. Wrinkles in the finished CIPP, that create a void between the 05/31/2022 143 wrinkle and the pipe which reduce the structural integrity of the CIPP, and which adversely decreases the hydraulic capacity of the pipe, or cause a backwater of one (1) inch, are unacceptable and shall be removed and repaired at no additional cost to the Owner. After the curing is complete and verified, all existing active service connections, as determined by the Engineer, shall be reinstated. Reinstate all service laterals using only remote internal methods. Where the CIPP liner does not create dimples at the service connections or in other ways indicate the locations, the exact location shall be determined from the internal inspection data. It shall be the Contractor’s responsibility to accurately locate and reinstate all service connections after the CIPP installation and curing has been completed. All service connections shall be reinstated to a minimum of 95 percent of the original opening, matching the invert of the lateral. 7-20.4(2) Fiberglass Liner CIPP Tube Installation Liner installation shall be in accordance with the requirements of the product Manufacturer and as directed by their Technical Representative. This includes the correction of defective work. Resin Impregnation: The wet out procedure for flexible fiberglass tube liner impregnation shall conform to the following requirements: 1. Furnish glass reinforced plastic tube liner (fiberglass liner) per this specification. 2. Impregnate the flexible fiberglass tube liner with resin under controlled conditions at the manufacturer's plant. 3. Use a volume of resin sufficient to fill all voids in the liner material at nominal thickness and diameter. Volume shall be adjusted by adding 5 to 10 percent excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into the cracks and joints of the host pipe. Keep logs of resin volume actually used in the wet out process and submit to Engineer prior to installation. 4. The impregnated liner shall be stored, transported, and installed in ac cordance with the manufacturer’s recommendations and in such a manner that it will not be damaged, exposed to direct sunlight, exposed to any curing environment, or result in a public safety hazard. All materials may be subject to inspection and review by the Engineer prior to installation. Liner installation shaft conform to the following requirements: 1. Sliding Foil and Winch Cable — upon verification of removal of debris and protrusions, pull in sliding foil as recommended by the manufacturer. 2. Pulling Head or Pulling Manifold and Inverted Roller — Connect liner to the winch cable forming a pulling head or using a pulling manifold. Care shall be taken in mounting a pulling manifold to provide an airtight fit. The rate of the pulling head or manifold shall not exceed the maximum rate recommended by the Manufacturer and in accordance with ASTM F2019. 3. Pull resin impregnated fiberglass liner into position using a power winch. The pulling speed shall not exceed the maximum rate recommended by the Manufacturer. If product is sensitive to elongation, measure overall elongation of the fiberglass liner after the pull-in completion. The acceptable longitudinal elongation shall be less than two (2) percent of the overall length specified by the manufacturer. 4. The fiberglass liner shall be inflated with air until it is fitting tight against the wall of the existing host pipe. The air pressure shall be adjusted to hold the impregnated fiberglass liner in place during the curing process. 05/31/2022 144 Ultraviolet Light Curing: 1. Curing process shall conform with ASTM F2019. 2. Assemble multi-lamp ultraviolet light curing assembly (UV curing assembly) according to Manufacturer’s recommendations for the pipe and liner diameter. Ultraviolet (UV) curing lights shall be tuned or optimized to the photo initiator system of the resin. Provide quantity and strength of UV lamps per manufacturer's recommendation. UV lamps shall not exceed 80 percent of logged hours of usage of the manufacturer’s stated usage rate. UV curing assembly shall have minimum of one CCTV camera and sensors to record temperature and pressure during curing process. 3. While maintaining sufficient air pressure to inflate the impregnated fiberglass liner, insert multi-lamp ultraviolet light curing assembly (UV curing assembly) in order with UV curing bulbs OFF to draw the curing mechanism through the impregnated liner and perform a pre-curing inspection. Upon confirmation that the liner is ready for curing, turn on UV curing bulbs and conduct curing process. Unless approved by Engineer, do not pull UV light train in a downstream direction during the curing process. 4. UV curing assembly shall travel through the impregnated fiberglass liner at a pre-determined speed to allow polymerization of the resin as recommended by the manufacturer. 5. The Contractor shall follow the Supplier’s cool-down instructions prior to relieving the air pressure of the liner. 6. The Contractor shall document a UV curing report and submit a file copy to the Engineer for each pipe. This sheet shall contain, but not be limited to, the following: a. Date of Installation. b. Site number(s) and address. c. The curing method used (i.e. UV). d. Time and rate of travel for UV curing process. e. Pressure and temperature readings. f. Amount of lamps in operation on UV curing assembly. g. Time of installation from start to finish. 7-20.5 Testing 7-20.5(1) Post Installation CCTV Inspections Contractor will review the CCTV inspection video tapes and indicate where the following deficiencies are located: 1. Cracked or damaged liner pipe. 2. Out of round liner pipe. 3. Debris in liner pipe. The findings of the post installation inspections shall be summarized in inspection reports and submitted to the Engineer for review. Final acceptance of the installation will not take place until any deficiencies identified in the inspections are addressed. 05/31/2022 145 7-20.5(2) Material Testing Contractor shall prepare a sample of the installed CIPP liner for subsequent testing of its physical properties. Sampling shall be performed for each separate installation of CIPP or one (1) test per batch-order of sectional liner. The Owner reserves the right to take five (5) random core samples of the installed CIPP liner at no additional cost in accordance with the procedures in ASTM D5813, as is applicable. The method of repair will be as recommended by the Contractor. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP lining using a method of measurement accurate to the nearest 0.005 inch or one (1) test per batch order of sectional liner not taken from actual live installation. The sample shall be prepared using the flat plate sampling method in accordance with the procedures in ASTM F1216. The flat plate sample shall be large enough to provide five sample specimens each for short-term flexural (bending) properties, as per ASTM D790. The sample will be clamped in a mold and placed in the downtube during the curing of the CIPP tube. The sample shall be removed after all the water is removed from the cured pipe tube. The samples shall be identified by Date, Project Name, Size, Thickness, Location, Resin, and Catalyst. The cured sample shall be tested by an independent testing laboratory as recommended by the CIPP liner manufacturer and approved by the Engineer for the short-term flexural (bending) properties and tensile properties, per ASTM D790 and ASTM D638, respectively. The sample shall be double bagged and sealed. The Contractor shall provide liner test results for long-term properties in accordance with ASTM D 2990. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties shall result in the CIPP liner being considered defective Work and shall be rejected. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. For UV-Cured Systems — Contractor shall provide an additional restrained field sample to allow circumferential (hoop) directions of the fiberglass reinforcement, at least 2-inches wide (axial direction of the liner, along the length) to test a representative amount of fibers if glass roving mats are used. The samples are to be tested in a curved beam configuration where the minimum beam width is 2-inches, in accordance with ASTM F2019. 7-20.5(3) Cleanup Following inspection, the Contractor shall clean up the entire Project area. All excess material and debris, not incorporated into the permanent installation, shall be disposed off site by the Contractor at a site approved by the Engineer. 7-20.6 Measurement Measurement for “X-Inch CIPP Pipe” will be linear feet installed. Linear feet installed shall be measured along the invert. The number of linear feet will be measured from the center of manhole to center of manhole. Measurement for “Lateral Reinstatement” will be per each. Measurement for “Excessive Leak Repair” will be per each. 7-20.7 Payment Payment Schedule for “X-Inch CIPP Pipe”, “Lateral Reinstatement”, and “Excessive Leak Repair” is shown in Section 1-09.14. 05/31/2022 146 8-02 ROADSIDE RESTORATION 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: (******) The contractor shall provide a material submittal for topsoil prior to use. 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been supplemented with the following: (******) 8-02.3(16)A1 Submittals 8-02.3(16)A1a Certification of Material 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in advance by the City. 3. Supply Grower’s written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A1b Manufacturer’s Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A1c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 8-02.3(16)A2 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. 8-02.3(16)A3 Site Information If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. 05/31/2022 147 Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)A4 Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as shown in the Special Provisions. 8-02.3(16)A4a Other Materials All other materials not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Engineer. 8-02.3(16)A5 Execution Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy, immediately notify the Engineer for specific instructions. 8-02.3(16)A5a Installation Preparation 1. Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and removing rocks and debris over 1” in diameter. Subgrade soils should be free -draining and without any impervious soils or other materials harmful to plant growth. Notify the Inspector of any subgrade conditions deleterious to plant growth. 2. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas. 3. Thoroughly rototill topsoil to a minimum depth of 6 inches. 4. Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire surface to conform to site grading. Grade edges to 1” below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector. 5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. 8-02.3(16)A5b Sod Installation 1. Moisten sod bed and roll lightly for compaction. 2. Lay sod strips per supplier’s instructions. Tightly butt joints, trim edges to conform to smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick- like fashion. 3. Remove any bumps, undulations, or low-high spots with a light rolling. 4. Water daily for a minimum of two weeks to prevent dehydration. 5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary 05/31/2022 148 to prevent trampling. 6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(16)B Lawn Establishment Section 8-02.3(16)B has been deleted and replaced with the following: (******) 8-02.3(16)B Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than the second mowing. The Contractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. 8-02.3(16)B1 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period of one year from the date of Final Acceptance. 05/31/2022 149 8-02.3(16)B3 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the resp onsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised with the following: (******) Payment will be made for each of the following bid items that are included in the proposal: “Raised Pavement Marker Type 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. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented with the following: (******) 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 with the following: (******) The monument will be furnished and set 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 accordance with RCW58.09.130. 8-13.4 Measurement Section 8-13.4 is supplemented with 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 05/31/2022 150 Section 8-13.5 is supplemented with 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 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 with 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.” 05/31/2022 151 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented with 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 with the following: 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 with the following: (******) Crosswalk Stripe 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. 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 05/31/2022 152 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 with the following: (******) A manufacturer’s technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment Section 8-22.5 is supplemented with the following: (******) “Approach Stripe,” per linear foot. "Remove Paint Line ....." wide," per linear foot.* "Remove Plastic Line ......" Wide," per linear foot.* "Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum 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. 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 i ncluded as a bid item. 9-03 Aggregates 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, 05/31/2022 153 the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1”, ¾”, ½”, and 3/8” sieves 6% 8% U.S. No. 4 sieve 6% 8% U.S. No. 8 sieve 6% 8% U.S. No. 16 sieve 4% 6% U.S. No. 30 sieve 4% 6% U.S. No. 50 sieve 4% 6% U.S. No. 100 sieve 3% 5% U.S. No. 200 sieve 2.0% 3.0% Asphalt Binder 0.5% 0.7% 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. 9-03.22 Cement-based Grout for Abandoning Existing Utilities (Additional Section) Section 9-03.22 is a new section: (******) The Contractor shall submit a mix proposal that has flow characteristics appropriate for filling a utility pipeline. The mix proposal for “Cement-base Grout for Abandoning Existing Utilities” shall be approved by the Engineer prior to commencing work on this item. Cement-based Grout for Abandoning Existing Utilities shall be equal to a 1-sack mix and the materials shall conform to the following: Cement: This material shall be Portland cement as specified in section 9-01. Aggregate: This material shall meet the requirements for fine aggregate as specified in section 9-03.1. Water: Water shall conform to the provisions of Section 9-25.1. Minimum Strength: 100 psi 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised with the following: (******) 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: 05/31/2022 154 (******) 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 spec ified. 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented with 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 with 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 metallic 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 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 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). 05/31/2022 155 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 + 1/8 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: (******) Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide one electronic copy of the pipe manufacturer’s technical literature including 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 or the respective pipe. Materials shall meet the requirements of the following sections: PVC sewer pipe – Section 9-05.12(1) PVC (C900/C905) sewer pipe – Section 9-30.1(5)A All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted in its entirety (******) 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 3/4 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 + 1/8 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 3/4 inch + 1/8 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 05/31/2022 156 ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) Section 9-05.19 is replaced with the following: (******) 9-05.20(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.20(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 9-05.20(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. 9-05.20(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Po lypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: (******) All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer’s recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer’s Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. This section is supplemented with the following new sub-sections: 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 05/31/2022 157 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D. 4. Fittings shall be factory welded, injection molded or PVC. 9-05.52 Dense Foam Section 9-05.52 is a New Section as follows: (******) Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent. 9-08 PAINTS AND RELATED MATERIALS 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: C1 Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application: Shop: The drying time between coats shall not exceed 24 hours in any case System Thickness: 3.0-4.0 mils dry film Coatings: Primer: One coat of Wasser MC- Shieldcoat 100 high solids urethane (1.5-2.0 DFT) Finish: One coat of Wasser MC- Shieldcoat 100 (1.5-2.0 DFT) Color: White 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: (******) Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil should be fertile and free-flowing (pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: 05/31/2022 158 Parameter Range pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50%max (by weight) Clay 25%max (by weight) Silt 15%max (by weight) Organic matter 10%max (by weight) 9-14.7(4) Sod Section 9-14.7(4) is supplemented with the following: (******) Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: Must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for “app roved equal”. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised with the following: (******) Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is supplemented and revised with the following: (******) All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised with the following: (******) 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). 05/31/2022 159 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is supplemented and revised with the following: (******) Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is supplemented and revised with the following: (******) Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and for pressu re rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single- piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. 05/31/2022 160 Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1-06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section and shall read as follows: (******) Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new section and shall read as follows: (******) Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4) Spacers and Seals for Steel Casing Pipe Section 9-30.2(4) is a new section and shall read as follows: (******) Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Run ners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G- 2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Pipe and Fittings Section 9-30.2(6) including title is deleted and replaced with the following: (******) Restrained joints (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to 05/31/2022 161 location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe Section 9-30.2(7) is revised with the following: (******) Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used. The long body pattern with a minimum center ring or center sleeve length of 12 -inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. 9-30.3 Valves Section 9-30.3 is supplemented and revised with the following: (******) The valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. Al l valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 inches to 16 inches) Section 9-30.3(1) is supplemented and revised with the following: (******) All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem and shall be equipped with a standard two (2) inch square operating nut and O -ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 PSI. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C-509 and C-515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension 05/31/2022 162 per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented and revised with the following: (******) In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2 - inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes Section 9-30.3(4) is supplemented and revised with the following: (******) Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2 -piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is supplemented and revised with the following: (******) Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is supplemented and revised with the following: (******) Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) is supplemented and revised with the following: (******) Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy-Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Details, latest revision. 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 actual high point of the line. 05/31/2022 163 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented and revised with the following: (******) Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor-Ten or stainless steel. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: (******) Installation of 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 inciden tal to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented and revised with the following: (******) Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 9-30.5(1) End Connections Section 9-30.5(1) is revised with the following: (******) Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: (******) Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one 4-inches pumper port connection with City of Seattle standard threats and with a 4.875” Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. The operating nut and port cap nuts are 1 -1/4-inch pentagonal. Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 05/31/2022 164 9-30.6 Water Service Connections (2 Inches and Smaller) 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised to read as follows: (******) Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised with the following: (******) 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 with the following: (******) Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 9-30.6(7) Meter Boxes Section 9-30.6(7) has been supplemented with the following: (******) Meter boxes shall be installed per the City of Renton Standard Details for water meters, latest revision. SECTION 10 10-01 MARKING PAINT REMOVAL 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 of job completion. TECHNICAL SPECIFICATIONS Signed: 08/10/2023 Signed: 08/10/2023 Signed: 08/10/2023 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Lift Station and Force Main Improvements – Phase 3 PROJECT NO. WWP-27-4223 Summer 2023 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS THE TECHNICAL SPECIFICATIONS AND PLANS WERE PREPARED UNDER THE DIRECT SUPERVISION OF THE PROFESSIONAL ENGINEERS IDENTIFIED BELOW. Prepared by: RH2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, WA 98021 (425) 951-5400 (p) (425) 951-5401 (f) Table of Contents i DIVISION 1 GENERAL .......................................................................................................................................... 1-1 1.10 GENERAL .......................................................................................................................................................... 1-1 1.11.00 Summary of Work ................................................................................................................................ 1-1 1.11.02 Reuse of Documents ............................................................................................................................. 1-1 1.11.03 Electronic Data ..................................................................................................................................... 1-1 1.13 Permits and Licenses ................................................................................................................................. 1-2 1.20 PRICE AND PAYMENT PROCEDURES ........................................................................................................................ 1-2 1.25.00 Substitution Procedures ....................................................................................................................... 1-2 1.25.13.10 Substitutions Prior to Bid Opening .................................................................................................. 1-3 1.25.13.15 Substitutions After Contract Execution ........................................................................................... 1-3 1.30 ADMINISTRATIVE ................................................................................................................................................ 1-4 1.31 Project Management and Coordination ................................................................................................... 1-4 1.31.01 Contractor’s Responsibility ................................................................................................................... 1-4 1.31.19 Progress Meetings................................................................................................................................ 1-4 1.32.13 Scheduling of Work .............................................................................................................................. 1-5 1.32.16 Construction Progress Schedule ........................................................................................................... 1-5 1.32.29 Periodic Work Observation .................................................................................................................. 1-5 1.33 Submittals ................................................................................................................................................. 1-6 1.33.23 Shop Drawings, Product Data, and Samples ........................................................................................ 1-6 1.40 QUALITY REQUIREMENTS ..................................................................................................................................... 1-7 1.42.19 Reference Standards ............................................................................................................................ 1-7 1.43.20 Warranty .............................................................................................................................................. 1-8 1.45.16 Field Quality Control Procedures .......................................................................................................... 1-8 1.50 TEMPORARY FACILITIES AND CONTROLS .................................................................................................................. 1-9 1.51 Temporary Utilities.................................................................................................................................... 1-9 1.52.00 Construction Facilities .......................................................................................................................... 1-9 1.54 Construction Aids ...................................................................................................................................... 1-9 1.55.26 Traffic Control .................................................................................................................................... 1-10 1.70 EXECUTION AND CLOSEOUT REQUIREMENTS .......................................................................................................... 1-10 1.71 Examination and Preparation ................................................................................................................. 1-10 1.71.23.16 Construction Surveying ................................................................................................................. 1-10 1.74 Cleaning and Waste Management ......................................................................................................... 1-10 1.74.13 Progress Cleaning ............................................................................................................................... 1-10 1.74.23 Final Cleaning ..................................................................................................................................... 1-11 1.75 Starting and Adjusting ............................................................................................................................ 1-11 1.75.16 Startup Procedures ............................................................................................................................. 1-11 1.75.16.10 Startup .......................................................................................................................................... 1-11 1.75.16.12 Startup and Testing Coordination ................................................................................................. 1-12 1.75.16.20 Testing ........................................................................................................................................... 1-13 1.75.16.22 Scheduling of Owner Review for Testing ....................................................................................... 1-13 1.75.16.32 Pump Testing ................................................................................................................................ 1-14 1.78 Closeout Submittals ................................................................................................................................ 1-14 1.78.23 Operation and Maintenance Data ..................................................................................................... 1-14 1.78.39 Project Record Documents ................................................................................................................. 1-16 1.79 Demonstration and Training ................................................................................................................... 1-16 Table of Contents ii 1.79.10 Training .............................................................................................................................................. 1-16 1.80 PERFORMANCE REQUIREMENTS .......................................................................................................................... 1-17 1.81 Facility Performance Requirements ........................................................................................................ 1-17 1.81.30 Seismic Restraint and Anchorage ....................................................................................................... 1-17 1.81.45 Location Designations ........................................................................................................................ 1-18 DIVISION 2 SITEWORK ......................................................................................................................................... 2-1 2.00 GENERAL .......................................................................................................................................................... 2-1 2.05 Common Work for Exterior Improvements ............................................................................................... 2-1 2.10 SITE PREPARATION.............................................................................................................................................. 2-1 2.10.2 Clearing and Grubbing ........................................................................................................................... 2-1 2.10.4 Dewatering............................................................................................................................................. 2-2 2.11 Earthwork Materials ................................................................................................................................. 2-3 2.11.1 Common Work for Earthwork Materials ................................................................................................ 2-3 2.11.2 General Fill ............................................................................................................................................. 2-3 2.11.3 Structural Fill .......................................................................................................................................... 2-4 2.11.4 Pipe Bedding .......................................................................................................................................... 2-4 2.11.5 Trench Backfill ........................................................................................................................................ 2-5 2.11.6 Gravel Backfill for Drains ........................................................................................................................ 2-6 2.11.7 Gravel Base Course ................................................................................................................................ 2-6 2.11.8 Gravel Top Course .................................................................................................................................. 2-6 2.11.20 Geotextile Fabric .................................................................................................................................. 2-7 2.12 Road Surfacing .......................................................................................................................................... 2-7 2.12.2 Cement Concrete Pavement ................................................................................................................... 2-7 2.12.3 Hot Mix Asphalt (HMA)/Asphalt Concrete Pavement (ACP) .................................................................. 2-8 2.20 EARTH MOVING ................................................................................................................................................. 2-8 2.23 Excavation ................................................................................................................................................. 2-8 2.25 Temporary Erosion and Sedimentation Control ........................................................................................ 2-9 2.25.3 Temporary Erosion and Sedimentation Control (No SWPPP) ................................................................. 2-9 2.25.4 Temporary Storm Water Pollution Control (No SWPPP) ...................................................................... 2-10 2.30 SITE IMPROVEMENTS......................................................................................................................................... 2-10 2.31 Fencing and Gates ................................................................................................................................... 2-10 2.31.1 Common Work for Fencing .................................................................................................................. 2-10 2.31.2 Temporary Construction Security Fence ............................................................................................... 2-10 2.31.3 Chainlink Fence .................................................................................................................................... 2-11 2.50 EXCAVATION SUPPORT AND PROTECTION .............................................................................................................. 2-14 2.51 Contractor Designed Shoring .................................................................................................................. 2-14 DIVISION 3 CONCRETE ......................................................................................................................................... 3-1 3.00 GENERAL .......................................................................................................................................................... 3-1 3.05 Common Work for Concrete...................................................................................................................... 3-1 3.06 Maintenance of Concrete .......................................................................................................................... 3-3 3.06.30.71 Resurfacing of Cast-in-Place Concrete ............................................................................................ 3-3 3.10 FORMING AND ACCESSORIES................................................................................................................................. 3-4 3.11 Formwork .................................................................................................................................................. 3-4 3.11.13 Structural Cast in Place Forming .......................................................................................................... 3-4 Table of Contents iii 3.15 Concrete Accessories ................................................................................................................................. 3-6 3.15.19 Concrete Anchors ................................................................................................................................. 3-6 3.20 REINFORCING .................................................................................................................................................... 3-6 3.21 Reinforcement Bars ................................................................................................................................... 3-6 3.21.11 Plain Steel Reinforcement Bars ............................................................................................................ 3-6 3.30 CAST-IN-PLACE CONCRETE ................................................................................................................................... 3-7 3.30.05 Common Work for Cast in Place Concrete ........................................................................................... 3-7 3.31 Structural Concrete ................................................................................................................................... 3-9 3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts ....................... 3-9 3.39 Concrete Curing ....................................................................................................................................... 3-10 3.40 PRE-CAST CONCRETE ........................................................................................................................................ 3-10 3.48 Pre-Cast Concrete Specialties .................................................................................................................. 3-10 3.48.50 Utility Structures ................................................................................................................................ 3-10 3.60 GROUTING ...................................................................................................................................................... 3-11 3.62 Non-Shrink Grouting ............................................................................................................................... 3-11 3.62.13 Non-Metallic Non-Shrink Grout.......................................................................................................... 3-11 3.64 Injection Grouting ................................................................................................................................... 3-13 3.64.23 Epoxy Injection Grouting .................................................................................................................... 3-13 DIVISION 4 MASONRY – THIS DIVISION NOT USED .............................................................................................. 4-1 DIVISION 5 METALS ............................................................................................................................................. 5-1 5.00 GENERAL .......................................................................................................................................................... 5-1 5.05 Common Work for Metals ......................................................................................................................... 5-1 5.05.23 Bolts and Other Connectors For Structural Elements ........................................................................... 5-4 5.50 METAL FABRICATIONS ......................................................................................................................................... 5-5 5.51 METAL STAIRS ................................................................................................................................................... 5-5 5.51.05 Common Work for Stairs and Ladders ................................................................................................. 5-5 DIVISION 6 WOOD, PLASTICS, AND COMPOSITES – THIS DIVISION NOT USED ..................................................... 6-1 DIVISION 7 THERMAL AND MOISTURE PROTECTION – THIS DIVISION NOT USED ................................................ 7-1 DIVISION 8 OPENINGS ......................................................................................................................................... 8-1 8.00 GENERAL .......................................................................................................................................................... 8-1 8.05 Common Work for Openings ..................................................................................................................... 8-1 8.30 SPECIALTY DOORS .............................................................................................................................................. 8-1 8.31 Access Doors and Panels ........................................................................................................................... 8-1 8.31.20 Vault Hatches ....................................................................................................................................... 8-1 DIVISION 9 FINISHES............................................................................................................................................ 9-1 9.00 GENERAL .......................................................................................................................................................... 9-1 9.90 PAINTING AND COATING ...................................................................................................................................... 9-1 9.90.05 Common Work for Painting and Coating ............................................................................................. 9-1 9.90.06 Product and Color Schedule ................................................................................................................. 9-5 9.90.13 Unpainted Items ................................................................................................................................... 9-5 9.91.33 Submerged and Buried Metals Painting .............................................................................................. 9-6 9.91.33.01 - Proposed Ductile Iron Pipe and Fittings Within Wet Well, Meter Manhole and Valve Vaults ...... 9-6 Table of Contents iv 9.91.33.02 – Existing Ductile Iron Pipe Exterior within Cottonwood Lift Station Valve Vault ........................... 9-6 9.97.23 Concrete and Masonry Coatings .......................................................................................................... 9-7 9.97.23.01 – Concrete Exterior – Bottom and Walls ......................................................................................... 9-7 DIVISION 10 SPECIALTIES – THIS DIVISION NOT USED ....................................................................................... 10-1 DIVISION 11 EQUIPMENT .................................................................................................................................. 11-1 11.00 GENERAL ...................................................................................................................................................... 11-1 11.05 Common Work for Equipment .............................................................................................................. 11-1 11.06 Panel Signage ........................................................................................................................................ 11-1 11.10 PUMPS ......................................................................................................................................................... 11-2 11.10.05 Common Work for Pumps ................................................................................................................ 11-2 11.12 Wastewater Pumps ............................................................................................................................... 11-6 11.12.2 Centrifugal Solids Handling Pump ...................................................................................................... 11-6 11.15 Temporary Sewage Pumping and Sewage Storage ............................................................................ 11-10 11.15.01 Coating Removal at Kensington Crest Lift Station, and Coating Removal and Wet Well Leak Repair at Talbot Crest Lift Station ................................................................................................................. 11-10 11.15.02 Coating Removal at Lake Washington Beach Lift Station .............................................................. 11-15 11.15.03 Force Main Pigging Port Assembly and Flow Meter Manhole Installation at Liberty Lift Station . 11-16 11.15.04 Pump Replacements and Mechanical Improvements at Cottonwood Lift Station ......................... 11-18 DIVISION 12 FURNISHINGS – THIS DIVISION NOT USED ..................................................................................... 12-1 DIVISION 13 SPECIAL CONSTRUCTION ............................................................................................................... 13-1 13.00 GENERAL ...................................................................................................................................................... 13-1 13.60 REHABILITATION CONSTRUCTION ....................................................................................................................... 13-1 13.63 Leak Repair of Talbot Crest Lift Station Wet Well ................................................................................. 13-1 DIVISION 14 CONVEYING SYSTEMS – THIS DIVISION NOT USED ........................................................................ 14-1 DIVISION 15 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 ............................................................................................................... 15-3 15.11.13 Sewer Force Main Installation.......................................................................................................... 15-3 15.20 PIPE AND FITTINGS ......................................................................................................................................... 15-3 15.21 Common Work for Pipe and Fittings ..................................................................................................... 15-3 15.22 Metal Pipe and Fittings ......................................................................................................................... 15-4 15.22.02 Ductile Iron Pipe and Fittings ........................................................................................................... 15-4 15.22.04 Stainless Steel Pipe and Fittings ....................................................................................................... 15-6 15.23 Non-Metal Pipe and Fittings ................................................................................................................. 15-6 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer – Push on Joint............................................... 15-6 15.30 VALVES ......................................................................................................................................................... 15-7 15.31 Common Work for Valves ..................................................................................................................... 15-7 15.32 Isolation Valves ..................................................................................................................................... 15-8 15.32.05 Eccentric (Plug) Valves ..................................................................................................................... 15-8 15.33 Check Valves.......................................................................................................................................... 15-9 Table of Contents v 15.33.02 Swing Check Valves .......................................................................................................................... 15-9 15.40 PIPING SPECIALTIES ....................................................................................................................................... 15-10 15.40.01 Dismantling Joint ........................................................................................................................... 15-10 15.40.03 Pipe, Valve, and Conduit Supports ................................................................................................. 15-10 15.40.11 Joint Restraints – Wedge Style ....................................................................................................... 15-13 15.50 FLOW METERS ............................................................................................................................................. 15-14 15.50.05 Common Work for Flow Meters ..................................................................................................... 15-14 15.51.05 Digital Read Head with Electronic Output ..................................................................................... 15-15 15.53 Electronic Flow Meters ........................................................................................................................ 15-16 15.53.03 Electromagnetic Flow Meters ........................................................................................................ 15-16 15.70 PLUMBING .................................................................................................................................................. 15-17 15.70.05 Common Work for Plumbing .......................................................................................................... 15-17 DIVISION 16 ELECTRICAL ................................................................................................................................... 16-1 16.00 GENERAL ...................................................................................................................................................... 16-1 16.05 Common Work for Electrical ................................................................................................................. 16-1 16.10 ELECTRICAL SITE WORK ................................................................................................................................... 16-6 16.10.1 Common Work for Electrical Site Work .............................................................................................. 16-6 16.10.2 Underground Marking Tape (Detectable Type) ................................................................................. 16-7 16.10.3 Handholes and Pull Boxes .................................................................................................................. 16-8 16.15 Grounding and Bonding for Electrical Systems ..................................................................................... 16-8 16.60 CONDUCTORS .............................................................................................................................................. 16-10 16.61 Low Voltage Wire and Cable ............................................................................................................... 16-10 16.63 Signal Cable ......................................................................................................................................... 16-12 16.70 RACEWAYS, BOXES, AND FITTINGS ................................................................................................................... 16-14 16.71 Raceways ............................................................................................................................................ 16-14 16.72 Boxes and Enclosures .......................................................................................................................... 16-17 16.72.2 Outlet and Junction Boxes ................................................................................................................ 16-17 16.72.3 Watertight Enclosures ...................................................................................................................... 16-18 16.95.1 Common Work for Testing ............................................................................................................... 16-18 16.95.3 Conductor Test Report ..................................................................................................................... 16-20 DIVISION 17 AUTOMATIC CONTROL .................................................................................................................. 17-1 17.00 GENERAL ...................................................................................................................................................... 17-1 17.05 Common Work for Automatic Control .................................................................................................. 17-1 17.06 Control System Integrator ..................................................................................................................... 17-6 17.07 Control System Programmer (Control System Programmer Contracted Directly by Owner) ................ 17-9 17.08 System Description .............................................................................................................................. 17-10 17.10 PANELS....................................................................................................................................................... 17-12 17.12 Equipment Panels................................................................................................................................ 17-12 17.20 PANEL COMPONENTS .................................................................................................................................... 17-13 17.20.3 Terminal Blocks ................................................................................................................................ 17-13 17.21 Power Supply and Protection .............................................................................................................. 17-14 17.21.2 Normal Power Supply ....................................................................................................................... 17-14 17.21.3 Backup Power Supply ....................................................................................................................... 17-14 17.21.5 Line Protection Units – Low Current ................................................................................................. 17-15 Table of Contents vi 17.21.6 Line Protection Units – High Current ................................................................................................ 17-15 17.22 Wire and Cable .................................................................................................................................... 17-16 17.22.2 Wiring .............................................................................................................................................. 17-16 17.22.3 Cables ............................................................................................................................................... 17-16 17.24 Switches and Relays ............................................................................................................................ 17-16 17.24.2 Selector Switch ................................................................................................................................. 17-16 17.24.3 Pushbuttons ..................................................................................................................................... 17-17 17.24.4 Panel Relays ..................................................................................................................................... 17-17 17.25 Indicating Lights and Readouts ........................................................................................................... 17-19 17.25.2 Pilot Lights ........................................................................................................................................ 17-19 17.30 INTELLIGENT CONTROL UNITS ......................................................................................................................... 17-19 17.31.2 Programmable Logic Controller (PLC) System .................................................................................. 17-19 17.33 Network Equipment and Computers ................................................................................................... 17-22 17.33.1 Industrial Network Equipment ......................................................................................................... 17-22 17.40 REMOTE COMMUNICATION DEVICES ................................................................................................................ 17-23 17.41 Radio Systems ..................................................................................................................................... 17-23 17.90 TESTING, STARTUP, AND TRAINING .................................................................................................................. 17-24 17.90.1 Common Work for Testing, Startup, and Training ........................................................................... 17-24 17.91 Tests and Inspections .......................................................................................................................... 17-25 17.92 Startup ................................................................................................................................................ 17-28 17.93 Training ............................................................................................................................................... 17-29 17.94 Documentation ................................................................................................................................... 17-29 17.94.2 Operations and Maintenance Manuals ........................................................................................... 17-29 DIVISION 18 MEASUREMENT AND PAYMENT .................................................................................................... 18-1 18.0 GENERAL ........................................................................................................................................................ 18-1 Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup .................................................... 18-1 Bid Item 2 – Excavation Safety and Shoring .................................................................................................... 18-1 Bid Item 3 – Temporary Sedimentation and Erosion Control .......................................................................... 18-2 Bid Item 4 – Vactor Piping Improvements ....................................................................................................... 18-2 Bid Item 5 – Davit Sleeve Replacement ........................................................................................................... 18-2 Bid Item 6 – Fencing / Gate Replacement ....................................................................................................... 18-2 Bid Item 7 – Kensington Crest Lift Station Coating Removal........................................................................... 18-3 Bid Item 8 – Kensington Crest Lift Station Mechanical ................................................................................... 18-3 Bid Item 9 – Kensington Crest Lift Station Electrical ....................................................................................... 18-3 Bid Item 10 – Lake Washington Beach Lift Station Coating Removal ............................................................. 18-4 Bid Item 11 – Lake Washington Beach Lift Station Mechanical ...................................................................... 18-4 Bid Item 12 – Lake Washington Beach Lift Station Electrical .......................................................................... 18-4 Bid Item 13 – Liberty Lift Station Meter Manhole ........................................................................................... 18-5 Bid Item 14 – Liberty Lift Station Mechanical ................................................................................................. 18-5 Bid Item 15 – Liberty Lift Station Electrical ..................................................................................................... 18-5 Bid Item 16 – Lake Washington No. 2 Lift Station Electrical ........................................................................... 18-6 Bid Item 17 – Long Lift Station Mechanical..................................................................................................... 18-6 Bid Item 18 – Talbot Crest Lift Station Wet Well Coating Removal ................................................................ 18-6 Bid Item 19 – Talbot Crest Lift Station Wet Well Leak Repair ......................................................................... 18-7 Bid Item 20 – Talbot Crest Lift Station Mechanical ......................................................................................... 18-7 Table of Contents vii Bid Item 21 – Talbot Crest Lift Station Electrical ............................................................................................. 18-7 Bid Item 22 – Wedgewood Lift Station Mechanical ........................................................................................ 18-8 Bid Item 23 – Wedgewood Lift Station Electrical ............................................................................................ 18-8 Bid Item 24 – Westview Lift Station Electrical ................................................................................................. 18-8 Bid Item 25 – Cottonwood Lift Station Pumps and Motors ............................................................................. 18-9 Bid Item 26 – Cottonwood Lift Station Mechanical......................................................................................... 18-9 Bid Item 27 – Cottonwood Lift Station Electrical............................................................................................. 18-9 Bid Item 28 – Operations and Maintenance (O&M) Manuals and On -site Owner Training ......................... 18-10 Bid Item 29 – Minor Change ......................................................................................................................... 18-10 Bid Item 30 – Prepare Construction Records ................................................................................................. 18-10 Appendix A – Liberty Lift Station Vactor Discharge Locations Appendix B – Cottonwood Lift Station Telemetry Panel As-Built 1-1 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM Division 1 General 1.10 GENERAL Sections in these specifications titled “Common Work for . . .” shall apply to all following subsections whether directly referenced or not. Sections in these specifications titled “Related Sections” 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. 1.11.00 Summary of Work The Phase 3 Lift Station (LS) and Force Main (FM) Improvements consists of various mechanical, structural, electrical, and force main improvements on multiple lift stations: • This Phase 3 project includes the following sites: Kensington Crest LS and FM, Lake Washington Beach LS and FM, Liberty LS and FM, Lake Washington Number 2 LS and FM, Long LS and FM, Talbot Crest LS and FM, Wedgewood LS and FM, Westview LS and FM, and Cottonwood LS and FM. • The mechanical improvements include, but are not limited to, the following: installation of pigging port access assemblies, pumps, flow meter assemblies, and vactor piping installation inside wet wells. • The structural improvements include, but are not limited to, the following: removal of existing wet well coating, pouring concrete in an existing structure, and installation of outdoor rated Unistrut supported enclosures. • The electrical improvements include, but are not limited to, the following: modifying and replacing existing control panels. The construction will also require temporary pumping during the lift station shutdown for mechanical improvements and removal of existing wet well coating. 1.11.02 Reuse of Documents Contractor and any Subcontractor or Supplier shall not: 1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. The prohibitions of this Paragraph will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 1.11.03 Electronic Data 1. Unless otherwise 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 (also 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 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-2 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 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 documents 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 packages, operating systems, or computer hardware differing from those used by the data’s creator. 4. The Computer Aided Design (CAD) files will be made available to the Contractor upon request. No level of accuracy is implied or should be assumed unless the Engineer expressly states a level of accuracy. CAD files by nature include extraneous information used to develop the drawings but are not part of the final design. Any use of CAD files is solely at the Contractor’s risk and neither the Engineer nor the Owner take responsibility for interpretations by the Contractor, missing information, or inaccurate information. 1.13 Permits and Licenses The Contractor shall acquire and pay all costs for all other necessary permits which may include: • Traffic Control Permit (Talbot Crest LS) • Electrical Permit • Disposal Permit • Mechanical Permit A copy of permits the Owner has acquired are 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. Permits the Owner will acquire after the bid opening will be made available when received by the Owner. 1.20 PRICE AND PAYMENT PROCEDURES 1.25.00 Substitution Procedures Any product or construction method that, in the opinion of the Owner, does not meet these specifications will be considered a substitution. Substitutions must be approved prior to incorporation into the project. The Owner has the right to reject any request for substitution. Incomplete requests will not be reviewed. Requests shall include an explanation of why the request is being made along with drawings, details, specifications, and samples sufficient to allow the Owner to evaluate the proposed City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-3 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM substitute. Requests shall include any change necessary in construction methods with a detailed description and related drawings of the proposed methods. Provide an itemized comparison of each proposed substitution with the specified product or method. If the Contractor believes there are no variations from the bid documents, include a statement to that fact in the request for substitution. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it provides equal or superior form and function to the product specified. The Contractor shall coordinate incorporation 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 and time related to substitutions. The Owner reserves the right to charge the Contractor for the Owner’s time required for incorporating the substitution into the work which may include but not be limited to observation, requests for information, and commissioning. No guarantee is made that product model numbers included in the specifications or on the plans are current at the time of bidding. The bidder shall provide pricing in their proposal for current versions of discontinued models. If the bidder is uncertain of the correct replacement model, or feels there is a price discrepancy, the bidder shall request a substitution following the requirements of section 1.25.13.10 Substitutions Prior to Bid Opening. Requests for price increases after award will not be accepted. 1.25.13.10 Substitutions Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner a minimum of 7 working days prior to bid opening. Approval of substitutions will be only by addendum. The bidder shall include in their proposal all costs for any modifications required to adopt the substitute. 1.25.13.15 Substitutions After Contract Execution After contract execution, the Owner will consider requests for a substitution of products or methods in place of those specified. Submit electronically, or two hard copies of each request for a substitution. Submit requests early enough for the Owner to review the request without affecting the schedule. The Owner will review with reasonable promptness and will provide a response within 12 working days after receipt of all information required for the review, unless the complexity of the proposed substitution requires, in the Owner’s sole opinion, additional review time. If the Owner approves a request for substitution, and the Contractor subsequently requests an alternate substitution for the same or similar work, the Owner reserves the right to charge the Contractor for the costs required to review the alternate substitution. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-4 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.30 ADMINISTRATIVE 1.31 Project Management and Coordination 1.31.01 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 the subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection res ponsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor’s responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements 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 Starting and Adjusting section for details. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any permit 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 is responsible for managing, coordinating, and overseeing its subcontractors, suppliers, manufacturers’ representatives, or any other persons performing Work. The Contractor shall designate and have a competent person, familiar with the project and work being performed, on site at all times when work is being performed.. 1.31.19 Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least every two weeks and at other times as requested by the Owner or as required by progress of the work. The Contractor, Owner, and all Subcontractors active on the site must attend each meeting. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-5 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM Contractor to provide an agenda covering the following items at a minimum, as applicable. 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede planned schedule. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Discussion of upcoming required inspections/approvals. 12. Maintenance of quality and work standards. 13. Effect of proposed changes on progress schedule and coordination. 14. Safety issues relating to work. 15. Other business relating to work. 1.32.13 Scheduling of Work Where the plans or specifications mention notification periods in hours or days, these time periods are assumed to be working days unless specifically stated otherwise. For example, a requirement of 48-hours notification for work desired to be performed at 1:00 pm Monday requires notification be provided no later than 1:00 pm the preceding Thursday. 1.32.16 Construction Progress Schedule Contractor 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 progress of the work. If the current schedule is still in-line with the previous schedule, the Contractor shall inform the Owner with each pay estimate. Non-working day requests shall also be submitted by the Contractor with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non-working day requests. 1.32.29 Periodic Work Observation The Owner may elect to have a Consultant representative on site to monitor, observe and record construction progress. The Contractor maintains complete responsibility 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 Consultant to address means and methods issues on site or to direct safety issues on site. The Consultant does not have the authority to stop the work. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-6 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.33 Submittals 1.33.23 Shop Drawings, Product Data, and Samples Submittals are required for all items installed on this contract. Address submittals to: RH2 Engineering, Inc. 22722 29th Dr. SE, Suite 210 Bothell, WA 98021 Attn: Marine Behr Email: mbehr@rh2.com Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the right to require the Contractor to provide hard-copy submittals at no additional cost to the Owner. When hard-copy submittals are provided, submit six (6) copies; one set will be returned to the Contractor after review. Electronic submittal via email is acceptable, however the Contractor shall follow up with the Owner 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 shall contain sufficient information on each item to determine if it complies with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the Contractor to 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 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. 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 for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8½-inch by 11-inch, 11-inch by 17-inch, or 22-inch by 34-inch sheets and shall contain the following information: • Project Name as it appears on the Document Cover. • Prime Contractor and Applicable Subcontractor. • RH2 Engineering. • Owner’s Name (City of Renton). • Applicable Specification and Drawings Reference. • A stamp or statement that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-7 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM • A place for the Engineer to respond. (Engineer may elect to respond using the Engineer’s standard forms.) 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 for 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: 1. Drawings, dimensions, and weights. 2. Catalog information. 3. Model number, including descriptions for option and accessory codes. 4. Manufacturer’s specifications. 5. Special handling instructions. 6. Maintenance requirements. 7. Wiring and control diagrams. 8. List of contract exceptions. For integrated or package systems (see also 1.61.31), the components, shop drawings, instructions, and other elements may be submitted and reviewed individually. But the initial submittal must include the complete proposed system, and the final submittal must also be for the complete system clearly indicating all changes made during the submittal process. The Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each submittal with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by deducting up to $200 for each hour of review time from the next scheduled payment. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Specific submittal requirements may be 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. 1.40 QUALITY REQUIREMENTS 1.42.19 Reference Standards Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction, Washington, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-8 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM Certain other referenced standards used in this specification are from the latest editions of: • City of Renton Special Provisions City of Renton Construction Administrative Code • City of Renton Amendments, Additions and Deletions to the International Fire Code • City of Renton Amendments to the International Building Code • IBC International Building Code • UPC Uniform Plumbing Code • IMC International Mechanical Code • IFC International Fire 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 • WSEC Washington State Energy Code 1.43.20 Warranty The Contractor shall warrant all work and products for a period of one (1) year following the warranty start date except for those components and listed warrantees below. The warranty start date is the date the final payment (not retainage payment) is sent to the Contractor from the Owner. Warranties in addition to this warranty are listed in the following sections: • Division 7.05 Thermal and Moisture Protection • Division 11.10.05 Pumps • Division 17.05 and 17.90.1 Telemetry systems 1.45.16 Field Quality Control Procedures Unless otherwise noted on the plans or within these specifications, provide 48-hour notice to the Owner and appropriate reviewing agency for all inspections required. 48-hour notice is defined as two complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 48 hours in advance not including the holiday hours or weekend hours.) City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-9 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM Contractor shall schedule and arrange for the following inspections and tests with the appropriate reviewing agency and testing company. • Soils and crushed rock compaction • Asphalt materials and compaction 1.50 TEMPORARY FACILITIES AND CONTROLS 1.51 Temporary Utilities Provide all necessary water for construction-related fire protection and utilities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. 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 for the transfer of electrical and water accounts to the Owner’s name. The Contractor shall make all arrangements for the required construction power. Power is available at some locations on the construction site. The Contractor is responsible for reviewing what is available and providing what is required. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.52.00 Construction Facilities Construct and locate all field offices, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Provide shelters and dry facilities for the workers as required. Provide all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety. Provide first aid kits and equipment as required by law. 1.54 Construction Aids The Contractor or product manufacturer may include work, materials, or components to aid in shipping, storage, installation, or other work for their convenience. Such items shall be removed prior to final project acceptance if they may interfere with the operation or maintenance of permanent work. Some examples include, but are not limited to: • Lifting eyes: Remove only if a safety concern, obstruction, or directed by Owner. • Picking holes: Plug holes of buried and exterior items, or if safety concern. • Intermediate or shipping bracing: Remove and dispose. • Protective shipping adhesives, coatings, or covers: Remove and clean residue. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-10 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.55.26 Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest edition and applicable local codes. The Contractor shall limit delay of traffic to 5 minutes. If flaggers are used, orientation meetings per WAC 296-155-305 of the Standard Specifications 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. See Section 1-10, Temporary Traffic Control, of the Special Provisions of the Contract. 1.70 EXECUTION AND CLOSEOUT REQUIREMENTS 1.71 Examination and Preparation 1.71.23.16 Construction Surveying The Contractor is responsible for surveying and staking and shall stake out the locations 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 expense. All stakes, points, and marks shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. 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 within areas that will not be disturbed by construction. For utility work, 5-foot and 10-foot offset stakes must be provided for major components including, but not limited to: tee s, valves, manholes, catch basins, changes in angle 45-degrees or more, and vaults larger than 4-foot square. Replace all damaged survey monuments in accordance with WAC 332-120. Do not remove monuments until obtaining a permit from the WA Dept. of Natural Resources per WAC 332-120-050. Provide a copy of the application, permit, and re-monumentation report to the Owner. The Contractor shall comply with Section 1-11, Renton Surveying Standards, of the Special Provisions of the Contract. 1.74 Cleaning and Waste Management 1.74.13 Progress Cleaning If an area of the project will be left idle, or minimal work performed for more than two weeks, the Contractor shall clean up the area prior to moving. In this context, clean-up means: stockpiles and materials shall be removed so as not to be obstructions or hazards; surfaces graded smooth as to their purpose; traffic control systems removed, and traffic restored to the satisfaction of the local road agency. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-11 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.74.23 Final Cleaning All areas impacted by the work shall be restored to at least original condition, unless specifically identified otherwise in the plans or specifications. All costs are incidental. Clean up debris and unused material and remove from the site and any buildings. If vehicle traffic causes ruts, repair asphalt (new or existing) in paved areas . In non-traffic areas back track with dozer or excavator and repair to final surface condition including necessary hydroseed, mulch, and landscaping. Eliminate weeds within the construction area prior to project closeout. If the contract includes projects on multiple sites, and the Contractor intends to work sequentially to each site, the Contractor shall clean up the current site prior to moving onto the next. Cleanup means: stockpiles and materials shall be removed so as not to be obstructions or hazards; surfaces graded smooth as to their purpose; traffic control systems removed and traffic restored to the satisfaction of the local road agency. Buildings shall be broom clean and all foreign damage or markings removed or repaired. Equipment shall be washed clean using appropriate 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. Remove existing equipment or materials identified in the contract documents or that interfere with the work. Notify the Owner 48-hours ahead of disposing of all such existing equipment or materials. Owner has first right of salvage. The Contractor is responsible for disposing of all un-salvaged materials. Should the Owner identify salvageable items of their property prior to removal, the Contractor shall protect said items from damage during the work, and will be responsible for reimbursing the Owner should the Contractor damage the items. In addition, remove the following items, intact and operational, and set aside for the Owner: • Telemetry panel 1.75 Starting and Adjusting 1.75.16 Startup Procedures 1.75.16.10 Startup See the Automatic Control section for control system 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. Startup shall not occur on a Saturday, Sunday, Monday, Friday, on an Owner recognized holiday, or the day before or after an Owner recognized holiday unless approved in advance by the Owner. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-12 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM Technically qualified product representatives shall be present for the startup phase. All representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and equipment are functioning correctly. 1.75.16.12 Startup and Testing Coordination 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 placing of all improvements in service shall consist of three parts: “testing,” “startup,” and “operation.” Not less than 20 calendar days before the anticipated time for beginning testing, the Contractor shall notify and submit to the Owner for approval, a complete plan for the following: 1. Schedules for tests: A. Pumps and motors B. Telemetry Panel Factory Demonstration Test (at panel shop) C. Control system D. Meter calibration 2. Detailed schedule of procedures for startup. 3. Complete schedule of events to be accomplished during testing. 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases. Failure to provide proper notification to the Owner may lead to liquidated damages if schedule cannot be maintained . If rescheduling is required because comp onents are not ready for testing , the notification requirements are reset as needed to provide 15 calendar days advance notice to reserve the Owner Representatives’ time. The Contractor shall arrange for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. Measuring devices must be functional, accurate, legible, and scaled appropriately for the test. The Owner has the right to reject or require verification for any measuring device the Owner suspects in its accuracy. At a minimum, the Contractor shall provide: • Calibrated pressure gauge(s) (max scale of 120% to 200% of test pressure) • Air compressor • Voltmeter • Amp meter. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-13 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.75.16.20 Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, do not cover up or test the work without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor’s expense. All necessary equipment shall be set up and the work given a preliminary test so that defects may be discovered and repaired prior to calling out the Owner to witness the test. Final testing consists of individual tests and checks made on equipment intended to provide proof of performance, operation, and control in the presence of the Owner. Assure proper alignment, size, condition, capability, strength, adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Owner to determine that all materials and equipment are of specified quality, properly situated, anchored, and i n all respects ready for use. Any certificates required in these specifications by the manufacturer’s representatives shall be supplied to the Owner prior to startup. All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment 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. Not less than five working days before the anticipated time for beginning the testing, the Contractor shall provide a list of representatives that will be attending the testing. The Owner may request additional representatives at no additional cost if said representatives are identified in these specifications. Qualified product representatives to be on site for the following equipment, at a minimum: • Telemetry Panels Additional representatives required may be identified elsewhere in these specifications. 1.75.16.22 Scheduling of Owner Review for Testing See Division 1.75.16.12 for scheduling and notification requirements. The Contractor shall provide notification two working days and two working hours (to confirm readiness) of the scheduled test(s) to the Owner confirming that the Contractor has successfully completed all preliminary 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 will constitute a failed test in accordance with the section Inspection and Tests of the General Conditions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 48 hours ahead of actual testing. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $200 per hour per Owner Representative on site (minimum of $400 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 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-14 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM relates to the finished construction and documented by the Owner at their discretion. The Contractor must have all systems pre-tested prior to calling the Owner for formal testing. Schedule shall include control system testing starting on Mondays or Tuesdays so that the remainder of the week can be used to identify the stability of the control system for the SCADA system, or pump station. Control system testing shall not start on a Thursday, Friday, or the day before an Owner recognized holiday. The Contractor is required to have all systems pre -tested to their satisfaction prior to calling the Own er for formal testing. 1.75.16.32 Pump Testing See the applicable pump sections of these specifications for pump testing requirements. 1.78 Closeout Submittals 1.78.23 Operation and Maintenance Data Failure to provide acceptable final documentation including operation and maintenance (O&M) manuals and as-built drawings will result in non-payment of the appropriate bid item in the schedule of prices. See also the Automatic Controls section for additional requirements for automatic control systems manuals. Detailed requirements for specific equipment and systems may also be included in their respective specification sections. Remove and preserve all tags and instructions that come packaged with or attach ed to equipment. Deliver all such documents to the Owner bound in a three-ring binder or with the O&M Manual. Insert documents in sleeves if they cannot be punched. Scan all such documents to Adobe PDF format and provide with the O&M Manual. Prior to the receipt of payment for more than 90 percent of the work, deliver to the Owner acceptable manufacturer’s instructions covering equipment and systems O&M procedures, for coatings furnished under this contract, and any additional items indicated by the Owner. At a minimum, provide O&M information for the following: • Telemetry panels • Flow meters • Pumps and motors The operating and maintenance instructions shall include, as a minimum, the following data for each coating and equipment item: Products A. 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-15 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM D. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. Maintenance A. Recommended spare parts. B. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. C. Recommended preventive maintenance procedures and schedules. Schedule shall be provided for daily, weekly, monthly, quarterly, semi-annually and annually maintenance. D. Disassembly and re-assembly instructions including parts identification 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 warranty, parts, or service information. H. Cleaning, repair, and maintenance instructions for each coating system. I. Provide USB flash drive or DVDs utilized in the manufacturer’s instruction program. 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. E. Long term shutdown (mothballing) procedures. F. Equipment specifications and guaranteed performance data. G. General manuals which describe several items not in the contract will not be accepted unless all references to irrelevant equipment are neatly eradicated or blocked out. All operations and maintenance manuals shall be in PDF electronic file format. The PDF files shall be based upon the following types of sources: original PDF files from the manufacturers and / or PDF files created directly from other electronic file formats such as .doc, .docx, .xls, .xlsx, or .dwg but not image formats such as .jpg or .TIF. The use of image formats may be approved, but on a case by case basis. In general, scanning hardcopies into PDF files is not acceptable. Doing so may be approved, but on a case by case basis. Use standard page sizes which are: • 8½ inches by 11 inches • 11 inches by 17 inches • 22 inches by 34 inches City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-16 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM Manuals shall be assembled and indexed so that information on each c oating and piece of equipment can be readily found. 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 minor equipment warranties. Copies of the warranties shall be included in each O&M Manual. See Division 1.43.20 for details regarding required warranties for specific components. 1.78.39 Project Record Documents Prior to receiving final payment for the work, deliver a complete set of “As-Constructed” records (also called as-built, or record plans) to the Owner. The Owner has sole discretion to determine if the records provided are legibly and accurately presented and may request revisions, which shall be provided by the Contractor at no additional cost. Records shall be made as follows or as approved by the Owner: • Yellow markings or highlights = deleted items • Red markings = new or modified items Provide “as-constructed” information on all items and work shown on the plans showing details of the finished 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. The Contractor shall comply with Section 1-05.4(2), Contractor Provided As-built Information, of the Special Provisions of the Contract. See also electrical plan requirements in Division 16.05. 1.79 Demonstration and Training 1.79.10 Training See the Automatic Control section for automatic control systems training. At the time that the facility is ready to be put into operation, the Contractor is to conduct an operation and maintenance training meeting with the Owner to explain in detail the operation and maintenance requirements of each of the facility’s components. The training meeting shall not occur on the same days as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and training and after satisfactory repairs and adjustments have been made. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-17 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.80 PERFORMANCE REQUIREMENTS 1.81 Facility Performance Requirements 1.81.30 Seismic Restraint and Anchorage Contractor shall furnish seismic restraint for all equipment, = piping, valves, conduit, and other mechanical and electrical components. Seismic restraint shall be designed to meet IBC (ASCE 7 Chapter 13 – “Seismic Design Requirements for Nonstructural Components”) code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 Sds = 1.15g Seismic Design Category = D A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. Contractor shall submit either of the following in accordance with ASCE 7, 13.2.1 for all components: 1. Project-specific design and documentation prepared and submitted by a registered design professional. 2. Submittal of the manufacturer’s certification that the component is seismically qualified by: a. Analysis b. Testing in accordance with the alternative set forth in ASCE 7, Section 13.2.5. c. Experience data in accordance with the alternative set forth in ASCE 7, Section 13.2.6. Special Certifications are required for the following systems for Seismic Design Categories C, D, E, and F. Systems shall be certified in accordance with ASCE 7, 13.2.2. 1. Mechanical and electrical equipment that must remain operable following the design earthquake. All mechanical and electrical equipment installed under this project falls under this category. 2. Components with hazardous contents. 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. Install seismic restraints when called for in the contract or recommended by the product manufacturer. Install in accordance with the manufacturer’s requirements as applicable. Seismic restraint systems shall be installed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Interference with normal operations and maintenance shall be as determined by the Owner. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 1 1-18 J:\Data\REN\117-037\Specs\PH 3\Technical\1 General.docx 8/10/23 9:00 AM 1.81.45 Location Designations The following location designations shall be used except where otherwise noted on the plans: Dry Locations: Indoor continually dry areas including office, laboratory, blower, and electrical rooms. Wet Locations: All locations exposed to the weather, whether under a roof or not, or within channels, basins or tanks. Damp Locations: Process areas; areas containing pumps, valves, and major piping; all spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Plans. Any areas which do not fall within the definitions for dry, wet, or corrosive shall be considered damp. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed, sewer wet wells, and sewer manholes. Immersed or Submerged Locations: Areas which are periodically, or continuously submerged in, or contain a liquid. 2-1 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Division 2 Sitework 2.00 GENERAL Sections in these specifications titled “Common Work for . . .” shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Exterior Improvements This division covers the work for providing materials and performing all sitework 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 Sedimentation Control Plan • General Fill • Structural Fill • Pipe Bedding • Trench Backfill • Crushed Surfacing • Rock; Rip Rap; Quarry Spalls • Paving • Fencing Other items listed in this section or required by the Owner. 2.10 SITE PREPARATION 2.10.2 Clearing and Grubbing Part 3 – Execution Construction Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the Plans within the construction limits and shall conform to Section 2-01 of the Standard Specifications. Protect trees and tree roots, structures and foundations, utilities, fences, and all other existing improvements not being removed regardless if shown to be protected on the Plans. Remove and relocate permanent improvements that are within the construction limits, such as mailboxes and traffic signs. Locate mailboxes to preserve mail service during construction. Return facilities to original location, or plan location, at completion of local work. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-2 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Do not remove organic material including plants, grasses, trees , and native topsoil unless directed on the Plans. Where the Contractor is allowed to clear areas to facilitate construction but is not required to, restore any areas disturbed by construction to existing or better condition including matching surface restoration with seed, sod, or plantings as shown in adjacent areas required to be modified by the Plans. Restoration shall be completed at no additional cost to the Owner. 2.10.4 Dewatering Part 1 – General Submittals The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep excavations de-watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Prepare a detailed dewatering system plan and submit to the Owner for review prior to the installation of any dewatering system. This plan shall include, as a minimum, the scope, type, size, quantity, method of installation, operation, and removal of all dewatering systems. Part 3 – Execution Installation/Construction Dewatering systems must be positioned away from all building and utility construction so as to not become a part of the permanent facility. Furnish, install, and operate all necessary machinery, appliances, and equipment to meet these water control requirements. De-water and dispose of the water so as not to cause injury to property or a nuisance to the public. Maintain sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outages, and have competent personnel available at all times to operate the equipment. The dewatering system shall not be shut down between shifts, on holidays, weekends, or during work stoppages. Field Quality Control The quality of all water discharged from the site shall meet all State and local requirements. Employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from water prior to discharging. Control groundwater and surface water to prevent the softening of the bottom of excavations, or formation of quick conditions or boils during excavation. Lower ground water to 3 feet below the base of the excavation. The Owner will determine if soil conditions are unsuitable for supporting the improvements. The Contractor will determine soil conditions are unsuitable for performing work, placing materials, and proceeding with construction activities. When the dewatering system does not meet the specified requirements, and as a consequence there is a loosening or disturbance of the foundation soils, instability for 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 foundation soil, slopes, or structure to the satisfaction of the Owner. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-3 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Restoration Remove and backfill dewatering wells in accordance with applicable Federal and State regulations. 2.11 Earthwork Materials 2.11.1 Common Work for Earthwork Materials Part 1 – General Acceptance at Site Owner will review the site near the end of each pay period to determine the equivalent percentage of earthwork completed compared to the total earthwork lump sum price. Contractor will be paid based on the Owners judgement of percentage completed. Part 2 – Products Source Quality Control All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides, hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). Provide certification to the Owner that the fill is free of these chemicals. 2.11.2 General Fill Part 1 – General Summary All fill not specifically defined as another 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 maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. Part 3 – Execution Installation/Construction Compact general fill in uniform layers not exceeding 12 inches in loose thickness and to at least 90 percent maximum dry density based on the ASTM D-1557 (modified) test procedure. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-4 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM 2.11.3 Structural Fill Part 1 – General Summary All fill placed below and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be “Structural Fill” unless other fill materials are specifically shown on the Plans. The structural fill material has been selected to support the weight of the structure in combination with the existing native material and to prevent adverse movement during an earthquake. Take particular care to maintain the integrity of the design by using structural fill where shown. References Structural fill for foundation subgrades, or where free drainage is not required through the structural fill shall conform with 9-03.14(2) “Select Borrow” of the Standard Specifications. Part 2 – Products Components When structural fill will be used around pipes, 100-percent of the material shall pass a 1-inch sieve. Structural fill shall be soil free of organics, debris, and other deleterious materials. The Owner will determine if native on-site materials are suitable for use as structural fill. Part 3 – Execution Installation/Construction The moisture content of the material and weather conditions at the time of placement will be used to determine 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 8 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 or 98 percent of its maximum dry density based on the ASTM D-698 (standard) test procedure. 2.11.4 Pipe Bedding Part 1 – General Summary Fill placed below and around buried utilities. The 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. The grain size has been selected so that the bedding will not migrate into the bottom of the trench. Take care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-5 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM References Pipe bedding used around restrained joint pipe must be crushed surfacing or sand. Rounded gravels and pea gravel are not acceptable. Silty sands may be used with the Owner’s approval but may require additional length of restrained joint pipe. For ductile iron, steel, or concrete pipe larger than 4-inch diameter: Bedding material shall conform with Section 9-03.12(3) “Gravel Backfill for Pipe Zone Bedding” of the Standard Specifications. For PVC and HDPE water piping regardless of diameter: Bedding shall conform with Section 9-03.13 “Backfill for Sand Drains” of the Standard Specifications or as approved by the Owner. For PVC sewer and storm piping, CPEP regardless of diameter, conduit, service lines, and all other piping 4-inch in diameter or less: Bedding shall conform with Section 9-03.13 “Backfill for Sand Drains” of the Standard Specifications or as approved by the Owner. 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 entire length. Excavate bell holes to prevent concentrated loading at joints or bridging of the pipe. All bedding material shall bear on firm subgrade 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. The grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. Take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. References Trench backfill shall consist of materials conforming to Section 9-03.19 “Bank Run Gravel for Trench Backfill” of the Standard Specifications or as approved by the Owner. Part 3 – Execution Installation/Construction Place and compact trench backfill above the pipe bedding to finished grade elevations in unrestored areas or to subgrade elevations in restored areas. In unimproved or landscaped areas place trench backfill in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-6 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM In areas where the trench will support roadways or vehicle access areas, trench backfill shall be placed in uniform layers not to exceed 8 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test procedure (modified proctor) from 0 to 4 feet below finished surface and 90 percent below 4 feet. 2.11.6 Gravel Backfill for Drains Part 1 – General Summary All fill placed around drain pipes in a trench shall be “Gravel Backfill for Drains” to provide drainage for stormwater runoff. References Gravel backfill for drains shall conform with Section 9-03.12(4) of the Standard Specifications. 2.11.7 Gravel Base Course Part 1 – General Summary All fill placed directly under and against paving, foundations, and structures shall be “Gravel Base Course” unless otherwise called out on the Plans. References Aggregate for gravel base course under structures, and foundations shall conform to Section 9-03.10 Aggregate for Gravel Base or 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. Aggregate for gravel base course under roadways, paved areas, sidewalks, and for gravel areas shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. 2.11.8 Gravel Top Course Part 1 – General Summary Gravel travelled surfaces shown on the Plans shall be “Gravel Top Course.” Gravel top course may also be required directly under paving by the road jurisdiction or if shown on the plans. References Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top Course and Keystone of the Standard Specifications. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-7 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM 2.11.20 Geotextile Fabric Part 1 – General Delivery, Storage, and Handling Ship, store, place, overlap, and secure fabric based on manufacturer requirements. Part 2 – Products Materials Chose geotextile fabric to meet the requirements based on place and purpose of use. Geotextile fabric placed between quarry spalls and fill to separate soil fines shall be equal to Tencate Mirafi 160N. Other locations may require a specialized geotextile fabric and if so shall either be identified in the Plans or geotechnical report. 2.12 Road 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. Part 3 – Execution Examination Evidence of pavement damage such as surface cracking, ponding, or other variations in surface consistency shall be investigated by the Contractor and reported to the Engineer. Construction Pavement areas damaged by construction activities shall be removed and reconstructed at the Contractor’s expense to the road agency’s standards. Adjust manhole covers, valve covers, survey markers, and other existing surface features to the finished grade of the new surfacing in conformance with the local road agency standards. Otherwise, set as follows: • Storm sewer grates: 0.10 foot below finished grade. • Valve boxes, manhole covers, survey markers: 0.00 to 0.01 foot below finished grade. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-8 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM 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 Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. All HMA shown on the Plans shall be Commercial HMA unless otherwise noted. Furnish, place, spread, and compact to the thickness shown on the Plans. 2.20 EARTH MOVING 2.23 Excavation Part 1 – General Summary Excavate as necessary to construct the improvements shown. Part 2 – Products Materials All excavated material below the organic layer can be re-used as backfill if it is properly protected from water saturation, meets the specification for the backfill purpose, and is approved by the Owner. 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 s hall 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 locations of each disposal site shall be submitted to the Owner. Part 3 – Execution Installation/Construction Excavation includes the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures, and any other obstacles necessary for the construction of the improvements. Excavation includes utility excavation, structural excavation, and grading excavation. Perform utility excavation to the depths necessary to complete the utility work shown. Perform structural excavation to the limits shown and established by the Owner. Extend the base of the excavation laterally a minimum of 1-foot beyond the structure unless specified otherwise on Plans. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-9 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Excavated material may be stockpiled within the construction limits. Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. Examination The Owner will evaluate the base of the excavation to determine 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. 2.25 Temporary Erosion and Sedimentation Control 2.25.3 Temporary Erosion and Sedimentation Control (No SWPPP) Part 1 – General Quality Assurance The Temporary Erosion and Sedimentation Control (TESC) plans shown on the construction Plans are the minimum requirements for the anticipated site conditions. The Contractor shall add additional TESC facilities or processes as necessary to ensure that eros ion 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 exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, apply to a minimum thickness of 2 inches. Straw shall not include Reed Canary grass. Part 3 – Execution Installation/Construction All TESC 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, grading work, or other work that could result in off-site stormwater or material flows. TESC systems must remain in place throughout the duration of the construction activities. The systems may be relocated to complete construction activities 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. Install systems such as mulch, plastic sheeting and hydroseed as soon as clea ring, grading and excavation are complete if sites are 1-acre or less. For sites larger than 1-acre, complete temporary and/or final surface restoration as clearing, grading and excavation progresses so that no more than ½-acre is exposed at any one time. Take care and diligence to minimize erosion exposure and provide TESC measures as shown on the Plans and required by construction practice. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-10 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Install stabilized construction entrances and wash pads at the beginning of construction activities and maintain for the duration of the project. Keep wash pads clean to prevent the transport of sediment onto adjoining roads. Install earth berms as necessary to prevent surface water migration into excavations or off the project site. Route surface water intercepted by earth berms to an approved stormwater conveyance system. Ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Remove sediment deposited against the earth berm so surface water can flow freely. Do not remove the earth berm before the stabilization of the surface downhill from the berm. 2.25.4 Temporary Storm Water Pollution Control (No SWPPP) 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 Permit requirements and local requirements regardless of weather conditions. If the project is fined by the permitting authority, that fine shall be paid by the Contractor at no additional cost to the Owner. 2.30 SITE IMPROVEMENTS 2.31 Fencing and Gates 2.31.1 Common Work for Fencing Part 3 – Execution Preparation Clear the area along the fence path, remove surface irregularities and grade earth smooth and continuous prior to fence installation. 2.31.2 Temporary Construction Security Fence Part 2 – Products Materials Provide warning signage at the site entrance for the duration of the project. Sign(s) to be no smaller than 2 feet square with language of (or similar) “Construction Site, No Trespassing.” 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. Provide padlocks for all gates and least two (2) keys to the Owner. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-11 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Part 3 – Execution Installation/Construction Provide a 6-foot-tall temporary construction fence surrounding the construction site. Space fence posts at a maximum of 12 feet on center. Maintain fence during construction and secure fence after each workday. Install posts securely directly into the ground or set in temporary concrete base blocks. Attach chain link securely 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 Construction Security Fence. 2.31.3 Chainlink Fence Part 1 – General Summary This section describes the requirements for the chainlink fence located as shown and detailed on the Plans and these specifications. Related Sections • Division 2.31.1 Common Work for Fences References Chainlink Fence Manufacturers Institute Product Manual Specifications DOT Standard Specifications Section 8-12 ASTM F626, A392, A817, F668, F1043, F1083, A121, F567 Submittals Galvanizing information, steel quality standards, hardware quality standards. Dimensional drawings including details, finishes, accessories and foundations. Part 2 – Products Materials Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. Chain-Link (woven wire 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 herein. If no detail is shown on the Plans, the fence shall be a WSDOT Chain Link Type 3 Fence except the fence shall be 3.5 feet tall measured from top tension wire to finished ground elevation. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-12 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Components Fence Fabric: Galvanized wire: ASTM A392 - 1.2 oz./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 drawings with 2-inch diamond mesh and core wire gauge of 9. Polymer coating gauge of 8, if required, shall not be included in the wire size measurement. Selvage of fabric: match existing fence. Steel Fence Framework: Steel pipe - Type I: ASTM F1043 Group IC; minimum yield strength of 50,000 psi. Outside diameter (OD) sizes as shown on the Plans. Type B external coating, hot dip galvanized zinc 0.9 oz/ft² with a clear polymeric overcoat, Type D interior 90% zinc-rich coating having a minimum thickness of 0.30 mils. Accessories Chain link fence accessories per ASTM F626 Provide items required 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 conn ection of rail and brace to terminal posts. Top rail sleeves: 6-inch (178 mm) expansion sleeve with a minimum 0.137-inch wire diameter and 1.80-inch length spring, allowing for expansion and contraction of top rail. Wire ties: 9-gauge galvanized steel wire for attachment of fabric to line posts. Thirteen gauge for rails and braces. 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 inch by ¾-inch. Provide tension (stretcher) bars where chain link fabric meets terminal posts. Tension wire (used when top rails are not required): Polymer Steel Tension Wire ASTM F1664 class 2B, fused and adhered, 6 gauge, with tensile strength of 75,000 psi. Hog ties are permissible. Tie rod, truss rods, and tightener: Steel rods with minimum diameter of ⅜-inch. Capable of withstanding a tension of minimum 2,000 lbs. Nuts and bolts to be galvanized. Finishes Colors shall match existing and be in compliance with ASTM F934. All fence components shall be coated including mesh, posts, caps, clips, and rails. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-13 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM Fabrication Fence frames that require welding shall be hot dipped galvanized in the shop unless approved otherwise by the Owner. Part 3 – Execution Installers Installers shall have a minimum of 2 years of experience. References from three 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 property lines and legal boundaries of work are clearly established. Perform complete utility locates within the areas of fencing to verify conflicting utilities. Fence posts may require adjustment to avoid utilities by a minimum of 2 feet. Installation/Construction Chainlink Fence Framing Installation: A. Install chain link fence in accordance with ASTM F567 and manufacturer’s instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. C. Space line posts uniformly at 10 feet on center maximum and to avoid utilities by 2 feet minimum. D. Check each post for vertical and top alignment and maintain in position during placement and finishing operations. E. Bracing: Install horizontal pipe brace at mid-height for fences 8 feet tall and over, on each side of terminal 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 12½ gauge hog rings 24 inches O.C. Accessories A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 2 2-14 J:\Data\REN\117-037\Specs\PH 3\Technical\2 Sitework.docx 8/10/23 9:10 AM 2.50 EXCAVATION SUPPORT AND PROTECTION 2.51 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 is 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 296-155-650. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit their stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all Plans and calculations, and all submittals must be approved by the Owner prior to starting work. Part 3 – Execution Installation/Construction Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall maintain the undisturbed state of soil below and adjacent to excavation. 3-1 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Division 3 Concrete 3.00 GENERAL Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 3.05 Common Work for Concrete Part 1 – General This division covers that work necessary for furnishing 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 C150 • Coarse aggregate – ASTM C33 • Fine aggregate – ASTM C33 • Admixtures – ASTM C494 • Air-entraining admixtures – ASTM C260 • Fly Ash – ASTM C618 Submittals Submittal information shall be provided to the Owner for the following items: • Concrete mix design including aggregate gradation and substantiating strength data. • Admixture Data • Concrete anchors • Concrete anchor installer certification per ACI/CRSI Adhesive Anchor Installer Certification Program. • Rebar mill certifications • Rebar placement shop drawings • Precast concrete items • Grouts • Injection Grouting information per Division 3.64 Concrete mix 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 gradation, 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 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-2 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM the Contractor. Review of mix submittals by the engineer of record indicates only that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified performance. Part 2 – Products Components Nominal maximum size for aggregates is the smallest standard sieve opening through 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 or 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 agreed to. Water used in concrete shall be potable. Fly ash may be substituted for up to 15 percent of the required cement, except where noted. Mixes Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the International Building Code Section 1905, and the requirements of ACI 318. Part 3 – Execution Inspection See Statement of Special Inspections on the Drawings for special inspection requirements. Provide 24-hour notice to Owner prior to needing the required inspections. Also comply with local building department and permit requirements for inspection and notification. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector’s inspection or the building department inspection. Testing Concrete strength tests shall be performed per section 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 inspection reports and test results. Cylinders used for concrete strength tests shall be 6 by 12. Four by 8 cylinders may be used for mixes with maximum aggregates less than 1-inch, however the testing lab must apply a 0.94 multiplier to the compressive strength test results unless data acceptable to the Engineer is presented that would justify a higher multiplier. All mixes utilizing aggregates over 1 inch shall be tested using 6 by 12 cylinders. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-3 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM When 4 by 8 cylinders are utilized AASHTO T23 requirements shall be followed, and the retainer used with neoprene pads when testing for compressive strength shall be constructed according to ASTM C1231. The Contractor will coordinate all concrete 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 notice, 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 notification and testing agency cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel 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. Additional samples may be taken to verify strength prior to form removal at the Contractor’s expense. 3.06 Maintenance of Concrete 3.06.30.71 Resurfacing of Cast-in-Place Concrete Part 1 – General This division covers that work necessary for repairing spalled and damaged concrete. Repair any areas with deterioration exceeding ½-inch, where rebar is exposed or where directed by the Owner. Part 2 – Products Materials CONCRETE REPAIR MATERIAL: SikaTop 111 PLUS or equal cement-based repair mortar. Mortar shall be ANSI/NSF Standard 61 approved if in contact with potable water and contain a corrosion inhibitor. See Manufacturer’s Literature for primer and auxiliary products appropriate for use with the repair material. SILANE SEALER shall be alcohol based, 95 percent silane. No fillers, sterates or paraffins are allowed. Use DUR A PELL 100 as manufactured by Chemprobe Coating Systems or equal. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-4 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Part 3 – Execution Preparation The Contractor shall be familiar with the product and methods and be prepared to discuss the repair procedure at the Preconstruction Meeting. High pressure power-wash the exposed structure to remove all loose, delaminated concrete to sound concrete. Surface Preparation: Remove loose, delaminated concrete to sound concrete. Where corrosion of the reinforcement exists, continue bulk removal along the reinforcing steel and adjacent areas with evidence of corrosion-induced damage Under-cut all exposed reinforcing steel by a minimum of ¾-inch. The shape of the prepared cavity should be square or rectangular in shape. The edges of the patches shall be saw-cut perpendicular to the surface to a minimum depth of ½-inch. Repair area shall be a minimum of ½-inch deep throughout. Use abrasive blasting to remove residual dust, debris, fractured concrete, and contaminants that prevent proper bonding. Following abrasive blasting, blow out repair areas with oil-free compressed air. The final surface texture should be rough with minimum ⅛-inch amplitude. Treatment of exposed reinforcement: All signs of corrosion should be removed from exposed reinforcing steel by an abrasive blasting, wire wheel or needle scaler. If the cross - sectional area of the reinforcing steel has been significantly reduced, the engineer should be consulted. Prime reinforcing as recommended by the repair material manufacturer. Installation Surface Saturation: Saturate surface with potable water. The base concrete shall be in a saturated surface dry (SSD) condition prior to application of repair material to prevent a rapid loss of moisture from the repair material and into the substrate. Mixing and Application of Repair Material: Mixing and application shall be in strict accordance with the manufacturer’s instructions. Apply the material with adequate pressure before the bond coat dries. Thoroughly consolidate the repair material into the corners of the patch and around any exposed reinforcement in the repair zone. If a second lift is required, thoroughly roughen the surface of the first lift by scoring the soft mortar to achieve an aggressive finish, similar in profile to the prepared concrete substrate. If the second lift will not be immediately applied, keep the first lift moist until application of the second lift. Finish to match existing surface. Cure using curing compound. Apply silane sealer as specified to exposed surfaces and edges of roof slab. 3.10 FORMING AND ACCESSORIES 3.11 Formwork 3.11.13 Structural Cast in Place Forming Part 1 – General The Contractor shall submit a construction joint plan to the Engineer for review prior to formwork and rebar installation if altered from that shown on the Plans. Modifications to City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-5 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM the construction joints shall be submitted to the Engineer no less than 7 working days prior to placing the forms and rebar. Part 2 – Products Materials Unless otherwise directed, coat contact surface of forms with colorless, non-staining, mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Form-release agent for interior of potable water storage structures shall be National Sanitation Foundation Standard (NSF) No. 61 approved for use in direct contact with potable water. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Form ties for use in liquid containment structures shall be standard plastic cone snap-ties with ¾-inch diameter neoprene waterstop washer or removable taper ties. Use Greenstreak X-plugs with removable taper ties or equal. Contractor shall submit to the Engineer form ties to be used for review prior to installation. Part 3 – Execution Installation/Construction Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Conduits, pipes and sleeves of any material not harmful to concrete and within the limitations of ACI 318, Section 6.3 are permitted to be embedded in concrete with approval of the Engineer. Provide a ¾-inch chamfer or radius at all exposed corners and edges, unless specifically stated otherwise on the Plans. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Wall and slab forms shall remain in place for a minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs shall remain in place for a minimum of 14 days AND until concrete has developed 28-day design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, keep footings and floor slab areas free of standing water. Field Quality Control Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus ¼-inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus ½-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-6 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM 3.15 Concrete Accessories 3.15.19 Concrete Anchors Part 1 – General Quality Assurance Installation of adhesive anchors shall be performed by personnel certified in accordance with the ACI/CRSI Adhesive Anchor Installer Certification Program. In lieu of certification the installer shall attend on-site training held by the adhesive manufacturer prior to the installation of adhesive anchors. Part 2 – Products Materials Concrete Anchors shall be Hilti HIT 500-V3, Simpson SET-XP, or as specified in the plans. Threaded rod shall be stainless steel except in dry locations. Part 3 – Execution Installation Install in accordance with Manufacturer’s recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Provide a minimum of 48 hours’ notice to Engineer prior to starting installation. Concrete anchors shall not be us ed to resist tension or fatigue loading without Owner’s evaluation and approval. Use threaded 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. Adhesive shall be inserted with a mixing nozzle. 3.20 REINFORCING 3.21 Reinforcement Bars 3.21.11 Plain Steel Reinforcement Bars Part 1 – General References ACI – American Concrete Institute- latest edition CRSI Manual of Standard Practice – latest edition Part 2 – Products Materials Grade – ASTM A706, Grade 60 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-7 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM ASTM A615, Grade 60 shall be permitted if: (a) The actual yield strength based on mill tests does not exceed fy by more than 18,000 psi; and, (b) The ratio of actual tensile strength to the actual yield strength is not less than 1.25. Detailing – ACI 318 and ACI 315 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. Bar supports for the bottom rebar mat of suspended slabs or beams in water holding structures must be point supports (chairs or dobbies), not continuous. Part 3 – Execution Installation Reinforcing steel shall be detailed in accordance with ACI 315 and 318 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. Welding of reinforcing steel shall not be performed unless specifically approved by the Engineer. If approved, Contractor will arrange and pay for all required Special Inspections associated with welding of reinforcing steel. 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-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or 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. 3.30 CAST-IN-PLACE CONCRETE 3.30.05 Common Work for Cast in Place Concrete Part 1 – General Delivery Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor’s expense. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-8 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Part 2 – Products Components If allowed, curing materials shall conform to ASTM C171 and liquid membrane-forming compounds shall conform to ASTM C309. When concrete is to be coated or stained, use UV-dissipating form release and curing compounds. Part 3 – Execution Preparation Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Position embedded items accurately, and support against displacement or movement during placement. Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. At the beginning of the concrete pour for walls taller than 8 feet, place a 1½- to 2½-inch thick grout pad prior to placing the concrete for the wall. Grout mix shall consist of fine aggregates, concrete and water in the same ratios as used in the wall concrete. The placement of the concrete shall proceed immediately after the grout placement so as to prevent any cold joints. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. Installation Placement shall be in accordance with IBC, Section 1905. Place no concrete when air temperature is below or expected to be below 40 degrees during the 28-day curing period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-9 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie cones. Cut or snap off form ties to a depth of ¾-inch. Chip out rock pockets, holes from form tie removal, and other defects to solid concrete. Repair defects in accordance with 3.01.30.71. Curing See section 3.39. 3.31 Structural Concrete 3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts Part 1 – General Summary All concrete for non-structural applications including thrust blocks, driveways, sidewalks, equipment pads, and fence post foundations. Hydraulic or Structural Concrete may be substituted. Performance Requirements 28-day compressive strength – 4,500 psi minimum Part 2 - Products Mixes Water/cement ratio – 0.45 maximum City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-10 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67) Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum 3.39 Concrete Curing Part 2 – Products Materials Curing compounds are not recommended on surfaces that will receive coatings. If curing compounds are approved and used, the surface must be prepared per the coating manufacturer’s instructions which may include blasting to remove the curing compound. All costs to be included in the contractor’s bid price, there will be no additional compensation. Part 3 – Execution Installation All concrete for structures, sidewalks, drives, curbs, shotcrete (see section 3.37), and where directed by the Owner, shall be water-cured in accordance with ACI 308.1 unless approved in advance by the Owner. If allowed, curing compound shall be applied immediately after finishing or form removal. When plastic or burlap covers are used to augment or protect curing, extend sheeting beyond the edges of the concrete and secure against wind lift. Inspect and adjust curing systems daily, including over weekends and holidays. 3.40 PRE-CAST CONCRETE 3.48 Pre-Cast Concrete Specialties 3.48.50 Utility Structures Part 1 – General Design Requirements All concrete structures identified on the Plans as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. Pre-cast vaults shall conform to ACI 318 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the Plans. Unless shown otherwise on the plans, round structures larger than 30-inch inside diameter, or rectangular structures with longest interior side 30 inches or longer, that utilize riser sections, shall be cast with an integral keyway for interlocking the riser sections. Performance Requirements Pre-cast structures shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and HL-93 traffic loading. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-11 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Part 2 – Products Materials Additional reinforcement shall be provided within the pre-cast concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. All precast structures that consist of sections (base, riser, lid, etc .) shall have the joints sealed with rubber gaskets or mastic, of a material appropriate for the installation. Part 3 – Execution Cleaning Fill picking holes with grout flush to the structure surface, including those in vault lids. Cut, remove, and grind smooth shipping lifting hooks on the vault interior, unless directed otherwise by the Engineer. 3.60 GROUTING 3.62 Non-Shrink Grouting 3.62.13 Non-Metallic 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 other 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 contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change Part 2 – Products Materials Precision Non-Shrink Grout: Provide a high-precision, fluid, non-shrink, quartz or non-catalyzed metallic aggregate grouting material. Provide a ready-to-use grout that hardens free from bleeding, settlement, or drying shrinkage when mixed, placed and cured at any consistency – fluid, flowable, plastic, or damp-pack. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-12 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Provide precision, non-shrink natural aggregate grout that when cured produces the following properties: A. Compressive Strength at fluid consistency (ASTM C109-Modified): 3500 psi (24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days. B. Passes ASTM C1107 as a grade B grout when tested as temperature minimum and maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to 32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C939 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 minimum/maximums. C. Modulus of Elasticity at 28 days at fluid consistency (ASTM C469): 3.0 x 106 psi (20.7 GPa) minimum, 3.9 x 106 (27.0 GPa) maximum. D. Coefficient of Thermal Expansion for fluid consistency (ASTM C531): 7.5 x 10-6/ degrees Fahrenheit maximum (13.5 x 10-6/ degrees Celsius). E. Flexural strength at 28 days for fluid consistency (ASTM C78): 1300 psi (7.9 MPa). F. Resistance to rapid freezing – thawing (ASTM C666, Procedure A): 300 cycles- min RDF 90 percent. G. Split tensile strength at 28 days at fluid consistency (ASTM C496): 450 psi (3.1 MPa). H. Pass 24-hour grout test under stated temperature, time and fluidity constraints. See MBT Protection and Repair 24-hour Grout Form. Precision non-shrink grout shall be MasterFlow 928 or 885 Grout or approved equal. General Purpose Non-Shrink Grout: General Purpose Non-shrink grout shall meet the compressive strength and non-shrink requirements of CRD-C 621, Grades B and C; Corp of Engineers Specification for Non-shrink grout; and ASTM C1107, Grades B and C. General Purpose Non -shrink grout shall be MasterFlow 713, Dayton Superior 1107 Advantage, or approved equal. Provide curing compounds as recommended by the grout manufacturer. Water to be used in mixing the grout shall be potable. Mixes Comply with grout manufacturer’s recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45 degrees Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius) minimum/maximum. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold conditions to achieve minimum as mixed temperatures. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-13 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Part 3 – Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least ¼-inch (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 saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry at time of grouting. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer’s recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45 degrees Fahrenheit (7 degrees Celsius). Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for best results. The minimal requirement is to wet cure until grout has reached final set, followed by two coats of curing compounds. 3.64 Injection Grouting 3.64.23 Epoxy Injection Grouting Part 1 – General Summary This section is for the repair of cracks at least 0.005 inches wide in water holding structures that result in excessive leakage. All requirements shall be in accordance with ACI 503-7 and as specified herein. References Excessive leakage shall be as determined in Section 1.75.16.52. All products in contact with potable water shall have NSF61 certification. Quality Assurance A meeting with the Contractor, Owner and Engineer is required to review the procedures at least five working days in advance of the work. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 3 3-14 J:\Data\REN\117-037\Specs\PH 3\Technical\3 Concrete.docx 8/10/23 9:13 AM Core holes as required per ACI 503.7 shall be repaired watertight and to the satisfaction of the Engineer. Acceptance criteria given in 1.5.7.1 of ACI 503.7 may be waived if, upon additional leak testing, excessive leakage is eliminated as determined by the Engineer. Submittals Submittals shall be in accordance with ACI 503.7-07, Specification for Crack Repair by Epoxy Injection. Provide documentation showing the proposed repair products used successfully on at least five similar projects. Part 2 – Products Materials Materials shall be in accordance with ACI 503.7-07, Specification for Crack Repair by Epoxy Injection. Part 3 – Execution Execution shall be in accordance with ACI 503.7, Specification for Crack Repair by Epoxy Injection. 4-1 J:\Data\REN\117-037\Specs\PH 3\Technical\4 Masonry.docx 8/10/23 9:14 AM Division 4 Masonry – This Division Not Used 5-1 J:\Data\REN\117-037\Specs\PH 3\Technical\5 Metals.docx 8/10/23 9:15 AM Division 5 Metals 5.00 GENERAL This division covers that work necessary for furnishing and installing metalwork as described in these specifications and as shown on the Plans. Sections in these specifications titled “Common Work for . . . apply to all following subsections whether directly referenced or not. 5.05 Common Work for Metals Part 1 – General Related Sections • Division 1.81.45 Location Designations • Division 9 Finishes • Division 1.81.30 Seismic Restraint Submittals Submittal information shall be provided to the Owner for the following items: • Ladders • Calculations and plans stamped by a professional engineer licensed in the State of Washington for all Contractor- or 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 inspections in accordance with section 1704.3 of the IBC and AISC 360. 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 fabrication without special inspection. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will forward this to the Building Official. 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 5 5-2 J:\Data\REN\117-037\Specs\PH 3\Technical\5 Metals.docx 8/10/23 9:15 AM Special Inspection by the Owner does not relieve the Contractor of responsibility of performing his own inspections 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 and A992, Fy  36 ksi Special shapes, plates – ASTM A572, Fy  50 ksi Pipe Columns – ASTM A53, Grade B Type E or S, Fy  35 ksi (see Division 15.22 for steel pipe carrying fluids). Structural Tubing – ASTM A500, Grade B, Fy  46 ksi Stainless Steel Stainless steel shall be type 316 (non-welded) or type 316L (welded) or as called out. Plates – ASTM A240 Fasteners – ASTM F593 Extruded Structural Shapes – ASTM A276 Pipe – ASTM A240 or higher grade or as called out. 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 Aluminum 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. 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 percent iron coating in accordance with ASTM A 653/A 653M. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 5 5-3 J:\Data\REN\117-037\Specs\PH 3\Technical\5 Metals.docx 8/10/23 9:15 AM Manufactured Units Design of Contractor- or Manufacturer-designed components or assemblies shall meet the specific component requirements as provided here-in, as well as all applicable state and federal codes. Design shall include gravity loads and seismic loads in accordance with ASCE 7-10 Chapter 13 “Seismic Design Requirements for Nonstructural 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 be allowed unless specifically shown, or there is no reasonable alternative. Finishes All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be field welded. Isolate and coat dissimilar metals to prevent galvanic corrosion. Aluminum: Division 9 Galvanized steel: Division 9 Stainless steel: Uncoated or Division 9 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/or AWS certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the IBC. Shop welding requiring 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 or allowed, will be inspected by a representative 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. Any cutting or grinding equipment used on stainless steel must be new or only previously used on other stainless-steel material. All stainless-steel shop welds shall be pickled after welding to remove heat damage and contaminants. Field welds must be passivated using an Engineer approved product (Citrisurf 2210 or equal). If the metal will be in contact with potable water, pickling and passivation City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 5 5-4 J:\Data\REN\117-037\Specs\PH 3\Technical\5 Metals.docx 8/10/23 9:15 AM products must be citric acid based and thoroughly removed, or use a product approved by USDA or NSF. Installation Fabrications shall be installed as shown on the approved shop drawings. All members shall be accurately 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 referenced code requirements. Temporary bracing, such as temporary guys, braces, 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 construction. No permanent bolting or welding shall be performed until the structure has been properly aligned. 5.05.23 Bolts and Other Connectors For Structural Elements Part 2 – Products Materials Bolts and other connectors not specifically called out otherwise shall be in accordance with the following. Under no circumstances shall the fasteners be of lesser strength or higher corrosion potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet, damp or corrosive locations shall be Stainless Steel, alloy 304 in raw domestic or treated domestic water, alloy 316 in treatment process and sewage applications, and alloy 317 for acidic transport. Bolts and nuts shall meet ASTM F593B (bolts ¼-inch to 1½-inch in diameter with 30 ksi yield) and F594B (nuts). Use Nitronic 60 bolts and nuts for strong chlorine environments. Steel and cast-iron fabrications: Connection bolts for dry locations shall be ASTM A307 galvanized or zinc plated bolts. Structural Plastic Fabrications: Connection bolts shall be ASTM A307 galvanized in dry applications and Stainless Steel in wet, damp or corrosive locations. Aluminum Fabrications: Connection bolts shall be ASTM A307 galvanized. Aluminum fasteners may be allowed where high strength is not needed (e.g. mounting expanded metal screens, or louver fins), confirm with Engineer prior to use. Steel screws must be galvanized, or zinc plated. 300 Series stainless steel fasteners allowed only with the use of isolating washers. Stainless steel fabrications: Fasteners to match same stainless series as structure (e.g., 300 series fasteners with 300 series structure). City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 5 5-5 J:\Data\REN\117-037\Specs\PH 3\Technical\5 Metals.docx 8/10/23 9:15 AM Bolts installed into hardened concrete and CMU shall be Concrete Anchors per section 3.15.19. Bolts and studs shall be long enough that at least two threads extend beyond the face of the tightened nut. For pump anchor bolts, see Division 11. For mechanical pipe (non-structural) connections, see Division 15.21, “Common Work for Pipe and Fittings.” 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. Dissimilar metals: In damp locations, isolate dissimilar metals using nylon isolation sleeves and washers, Cooper B-Line Nylon Headed Sleeve Kit or equal. For wet locations: avoid dissimilar metals unless specifically approved or shown. Use similar metals with welded connections. If approved or shown, use galvanized mild steel bolts installed into prepped and coated holes with additional field coating over the top of bolt. 5.50 METAL FABRICATIONS 5.51 METAL STAIRS 5.51.05 Common Work for Stairs and Ladders Part 1 – General Design Requirements Stair treads shall be pre- fabricated units that bolt on to stair side rails. Stair treads shall meet all ASCE 7, IBC, and OSHA Section 1910.24 requirements. Ladders shall meet the requirements set forth in the IBC, ASCE 7, OSHA 1910.27, and WAC 296-876. Safety cages, platforms, and fall prevention devices shall be provided as shown o n the Plans. They shall comply with WAC Section 296-876-60065 through 296-876-60080. 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 replaced with proper length ladder. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 5 5-6 J:\Data\REN\117-037\Specs\PH 3\Technical\5 Metals.docx 8/10/23 9:15 AM Part 2 – Products Materials All ladders and ladder accessories shall be hot-dipped galvanized steel, aluminum, 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. 6-1 J:\Data\REN\117-037\Specs\PH 3\Technical\6 Wood Plastics and Composites.docx 8/10/23 9:17 AM Division 6 Wood, Plastics, and Composites – This Division Not Used 7-1 J:\Data\REN\117-037\Specs\PH 3\Technical\7 Thermal and Moisture Protection.docx 8/10/23 9:19 AM Division 7 Thermal and Moisture Protection – This Division Not Used 8-1 J:\Data\REN\117-037\Specs\PH 3\Technical\8 Openings.docx 8/10/23 9:20 AM Division 8 Openings 8.00 GENERAL Sections in these specifications titled “Common Work for . . .” 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 for providing all interior and exterior doors, frames, and windows. Related Sections • Division 5.05.23 Bolts and Other Connectors Submittals Submittal information shall be provided to the Owner for the following items: • Hatches 8.30 SPECIALTY DOORS 8.31 Access Doors and Panels 8.31.20 Vault Hatches Part 1 – General Summary Access hatches shall be of the dimensions and type shown on the project Plans. Related Sections 1.52.20 Locks and Keys Performance Requirements Access doors located in sidewalks or off regularly traveled path areas shall be rated for H-20 (AASHTO) loading. Submittals Provide manufacturer’s statement of load rating. For aluminum frames to be cast in concrete, provide submittal for frame coating. Locate gutter drain outlet location and routing of drain line to its intended location. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 8 8-2 J:\Data\REN\117-037\Specs\PH 3\Technical\8 Openings.docx 8/10/23 9:20 AM © 2023 RH2 Engineering, Inc. Finishes Aluminum hatch frames shall be protectively coated prior to casting in concrete to prevent the accelerated corrosion that occurs when aluminum is in contact with concrete. Warranty Manufacturer shall guarantee against defects in material or workmanship for a period of 5 years. Part 2 – Products Manufacturers Hatches shall be equal to USF Fabrications, Bilco, Halliday, or LW Products. Components Access hatches shall have aluminum diamond plate door leaf (or leaves), stainless steel spring lift, neoprene weather seal, stainless steel hardware, self-latching stainless-steel slam lock, and recessed padlock hasp with cover. An unkeyed 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 drain 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 drainage away from the opening. Compression spring operator lift system enclosed in telescopic tubes, expansion spring, 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 hatches in areas that receive regular vehicle traffic shall be provided with welded clips and hold down bolts to secure the hatch to the frame. Part 3 – Execution Installation Installation shall be in accordance with manufacturer’s instructions. Hatch gutter drain shall be connected to 2.5-inch or larger Schedule 40 PVC pipe and routed to daylight or storm drain unless shown otherwise on the plans. Field Quality Control Frame shall be installed square and true without binding of door throughout the full arc of travel. Mis-operation of door shall be corrected by the Contractor. 9-1 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM Division 9 Finishes 9.00 GENERAL This division covers work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 9.90 PAINTING AND COATING 9.90.05 Common Work for Painting and Coating Part 1 – General Scope The work specified in this Section covers the furnishing and installation of protective coating, complete in place. Shop coating and/or factory applied finishes on manufactured or fabricated items may be specified elsewhere. Regardless of the number of coats previously 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 for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide color choices with physical cards prepared by the coating manufacturer. Electronic (PDF, jpg, etc.) charts, and charts made from office printers or copiers are not acceptable. If the Owner elects to make preliminary selection from an electronic or printed chart, the Contractor must provide physical samples of the colors selected for the Owner’s approval. Provide Safety Data Sheets (SDS) for all materials including solvents. Provide NSF certification for finishes in potential contact with potable water. Submit this information according to the requirements regarding shop drawings included herein. Provide a schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon Contractor-provided schedule, update schedule weekly or as necessary. Provide manufacturer’s approval of coating system applicator. If submitted products are manufactured by a company other than the specified reference standard, provide complete comparison to specified projects including application procedures, coverage rates, and verification that product is appropriate for intended use. Provide information that demonstrates the submitted products are equal to the performance standards of products manufactured by Tnemec Corporation, which is the reference standard. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 9 9-2 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM Performance Requirements All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) 61 or 600 certified for contact with potable water. Certification from the NSF or UL shall be supplied in writing at the time of the submittal process for Finishes . Verify the submitted coatings’ current NSF requirements, restrictions, and applicability to the coated items. Verify finishes used on the project are compliant with primary and 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 specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Quality Assurance The Contractor is 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. For any Contractor initiated substitutions, the Contractor shall verify complete compatibility between coatings provided for the project. If coatings are not compatible per manufacturer’s review it is the Contractor’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 is 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 recommendations for recoat time intervals. The Contractor shall submit to the Owner 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 are subject to inspection by the Owner. Store paint 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 unbroken 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 Collect, contain, transport, and dispose 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 control laws. Provide appropriate containers for collection and disposal of waste, debris, and rubbish. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 9 9-3 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM 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. Or Equal The specified coating establishes the type and quality of the coating desired. Other manufacturers’ products will be accepted provided sufficient information is submitted to allow the Owner to determine that the coatings proposed are 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. Substitutions of the coatings of other manufacturers will be considered only if equivalent systems of coatings can be provided and only if a record of satisfacto ry experience with the system in equivalent applications is available. Offers for substitutions will not be considered which decrease 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 substitutions shall include complete test reports to prove compliance with specified performance criteria. Part 3 – Execution Preparation Take any measures necessary to prevent over-spray of structures and/or components in the field from both preparation and coating work. Should over-spray occur, the Contractor is responsible for all costs associated with any damage resulting from over-spray. Installers Contractor is responsible for quality assurance including the retention of a coating applicator with experience necessary to complete the work as specified. Applicator’s personnel shall be adequately trained for application of specified coatings. Applicator must prove adequate experience with the coatings specified for this project. Examination The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. Preparation If any existing coatings are to be removed, the Contractor shall test the existing coatings for lead content. Present the results to the Owner immediately to determine a remediation plan. 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 are stricter. In general, all surface preparation shall meet Structural Steel Painting Council (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Pipe Fitters City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 9 9-4 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM (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. Apply coatings only during weather meeting the coating manufacturer’s recommendations. Air and surface temperatures, humidity, and all other environmental conditions 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 application and while coating is drying. Materials shall be mixed, thinned, and applied according to the manufacturer’s printed instructions. Dry Film Thickness (DFT) shall be as stated herein or applied based on coverage rates of square feet per gallon (sq. ft./gal). Installation/Construction Apply paint in strict accordance with manufacturer’s printed instructions except that coating thickness specified herein shall govern. Finished coating on all items shall be clean, undamaged, and of uniform thickness and color. Coat in a manner satisfactory to the Owner. The DFT listed in these specifications must be met, regardless of the applied film thickness or number of coats. 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 conditions”. Where conditions are other than normal because of weather, confined spaces, or other reason, longer drying times may be necessary. The manufacturer’s recommendation for recoating time intervals shall be strictly adhered to. Pipe being coated shall be emptied of water for a minimum of 24 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. If, in the Owner’s opinion it is not practical to drain the pipe, the water must stand for at least 48 hours to reach ambient temperature prior to coating the pipe. Do not allow water to flow for at least 24 hours after each coat. Field Quality Control The prime Contractor shall be completely responsible for coating quality. The Contractor shall provide both wet and dry film gauges and make such available to the Owner when requested. If coating inspector finds anomalies and/or defects, the Contractor shall re-prep and recoat those areas per the coating manufacturer’s instructions. Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that meets minimum thickness and does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall performance and/or appearance of the finished project. If, in the Owner’s sole opinion, the finished color of exterior coatings does not match that of the submitted and approved colors, the Contractor will recoat as necessary to achieve the approved color at no additional cost to the Owner. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 9 9-5 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM 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 work shall be done over leak-proof linings. Preparation or coating materials may not be disposed of onsite. 9.90.06 Product and Color Schedule Colors of finish coatings on process equipment, piping, and building surfaces shall conform to the following schedule. All finishes shall be satin unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform to this section. Factory coatings which are damaged shall be recoated in the field in accordance with these specifications. Items of similar purpose shall be painted the same color. Pipes and fittings shall match the existing pipe 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. Exceptions may be listed in individual sections of these specifications. The contractor shall allow no less than 15 working days from the time the Owner is provided with color selections for the Owner to make color choices. 9.90.13 Unpainted Items Part 1 – General Summary Do not coat the following items unless specifically directed otherwise in these specifications or on the Plans. • Pumps and motors • Aluminum, plastic, or stainless-steel items. • Nameplates, labels, or identification tags. • Sensors, switches, transmitters. Field painting is not required for equipment listed below if they come with a factory finish epoxy, polyurethane, or powder coat, unless otherwise noted. Items supplied with only a factory prime coat must be field coated. • Electrical panels City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 9 9-6 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM 9.91.33 Submerged and Buried Metals Painting 9.91.33.01 - Proposed Ductile Iron Pipe and Fittings Within Wet Well, Meter Manhole and Valve Vaults Part 1 – General This section applies to all proposed ductile iron pipe and fittings in the wet well, flow meter manhole and valve vaults. Proposed components, such as valves and flow meters, that are shop coated and to be installed within the meter manhole or valve vaults shall be coated by the Contractor with the top coat listed below. Do not apply urethane top coat to pipe or fittings within the wet well. Part 2 – Products Materials 1. Tnemec a. Optional Primer: Pota-Pox Plus Series N140 (2 to 3 Mil DFT) b. Intermediate Coat: Series 435 Perma-Glaze (40 Mil DFT) c. Top Coat: 1095 Endura-Shield (3 to 5 Mil DFT) 2. Sherwin Williams a. Optional Primer: Corothane 1 Mio-Zinc Primer (2.5 to 3.5 Mil DFT) b. Intermediate Coat: Duraplate 6100 (40 Mil DFT) c. Top Coat: Sherwin Williams Acrolon Ultra (2 to 3 Mil DFT) Part 3 – Execution Surface preparation (Shop) Ductile Iron – SSPC SP1 followed by NAPF 500-03-04/05 Grey White Blast. It is strongly recommended that ductile iron pipe or materials to be field coated 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 surface unsuitable for coating. Surface preparation (Components coated by others) Scarify the surface. 9.91.33.02 – Existing Ductile Iron Pipe Exterior within Cottonwood Lift Station Valve Vault Part 1 - General This Section applies to all existing ductile iron pipe and shackle rods in the Cottonwood Lift Station valve vault. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 9 9-7 J:\Data\REN\117-037\Specs\PH 3\Technical\9 Finishes.docx 8/10/23 9:21 AM Part 2 - Products 1. Carboline a. Prime Coat: Carbomastic 15 Leafing Aluminum Epoxy (6 mils DFT) b. Intermediate Coat: Carbomastic 15 (6 mils DFT) c. Top Coat: Equal to top coat for System 9.91.33.01. Do not substitute with other than leafing aluminum epoxy. Part 3 - Execution Surface Preparation 1. Steel and Ductile Iron: SSPC SP2 Hand Tool Cleaning or SP3 Power Tool Cleaning. 9.97.23 Concrete and Masonry Coatings Part 1 – General Scheduling Most coatings on concrete will require a 28-day concrete curing period prior to coating. Schedule the work accordingly. No additional monetary or time compensation will be given for failure to plan for the required curing duration. 9.97.23.01 – Concrete Exterior – Bottom and Walls Part 1 – General This Section applies to the proposed meter manhole at Liberty Lift Station. 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 Epoxy (16 to 20 Mil DFT) Part 3 – Execution Preparation Allow 28 days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test. Surface shall be clean, dry, and free of contaminants. 10-1 J:\Data\REN\117-037\Specs\PH 3\Technical\10 Specialties.docx 8/10/23 9:24 AM Division 10 Specialties – This Division Not Used 11-1 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Division 11 Equipment 11.00 GENERAL Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment Part 1 – General Related Sections • Division 1.81.30 Seismic Restraint Requirements Submittals Provide submittal information to the Owner for the following items: • Pumps and Motors • Pump Anchor Bolts • Temporary Bypass of Sewage and Construction Phasing Plan • Temporary Storage of Sewage and Construction Phasing Plan 11.06 Panel Signage Part 2 - Products Materials Pump Signage 1. Provide a 2-inch high, temperature resistant metal or vinyl number or name on each pump or pump motor. Number shall face the pump control panels and be placed so as not to be obscured from other equipment. Confirm with Engineer the proper numbering or naming of each pump. Electrical and Control Equipment 1. All components provided under this specification, both field- and panel-mounted, shall be provided with permanently-mounted nametags. The Engineer shall have complete control over the hardware to be labeled and the labeling provided. Provide labels as directed. 2. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. 3. Provide a nameplate for each control center unit door. 4. Electrical equipment name plates and service legends shall be phenolic-engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/16-inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-2 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM 5. 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. 6. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. 7. 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. 11.10 PUMPS 11.10.05 Common Work for Pumps Part 1 - General Summary This section covers work necessary to provide the pumps, complete with motors and accessories, described herein and as shown on the Plans. Related Sections • Division 1.75 Starting and Adjusting • Division 9 Finishes References • HI - Hydraulic Institute. • ASTM - American Society for Testing and Materials. • AISI - American Iron and Steel Institute. • ANSI - American National Standards Institute. Definitions Submersible – Typically 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 exceptions. Pumps that do not meet all of the conditions will be rejected. Performance range shall adhere to the HI 11.6 (submersible sewer pumps) or HI 14.6 (centrifugal and vertical pumps) tolerances stated herein are referenced at the specified design point(s). Flow tolerance is measured at the design point head. Head tolerance is measured at the design point flow. Efficiency is evaluated where a straight line drawn from zero flow, zero head, passes through the design point and crosses the actual pump curve. Grade 2B (±8% Flow, ±5% Head, no less than -5% Efficiency). City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-3 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Submittals Provide the following information: Source Quality Control • A minimum of 5 installations with similarly sized and configured pumps in equivalent fluid applications installed by the Contractor or installer subcontractor. Include location, contact name, and number. • Company name, address, and phone of the closest manufacturer’s authorized service company and a qualified service company. Qualified service may be a company that is not a manufacturer’s authorized service center but can perform competent service and order repair and replacement parts. Authorized service must within the 48 contiguous US states. Qualified service must be within 200 miles of the project site. Product Data: • Specifications and data describing all pump parts, pieces, and components. Include information on materials of construction and proposed coating systems. • Performance curves showing total dynamic head (TDH) in feet, efficiency, and net-positive-suction head required (NPSHR) versus output in gallons per minute (gpm). All losses from the drive shaft, seal, coupling, and other mechanical losses shall be included in the data presented. Catalog or software generated curves may be submitted for preliminary approval and ordering. • Complete list of all pump system components and accessories. • Bearing life (L10) for ball and roller bearings. Calculations supporting L10 of no less than 40,000 hours. Shop Drawings: • Detailed dimensional drawings showing outline dimensions, lengths, overall sizes, materials, and weights for each pump unit and associated accessories. Closeout Submittals: Provide the following submittals prior to project closeout: • Operations and Maintenance manual. • Manufacturer signed warranties with pump serial numbers. Schedule Provide delivery time in time from approval of shop drawings/submittal. All equipment shall be delivered within 20 weeks or less from approval of complete submittal information. Quality Assurance The pump manufacturer is responsible for the motor and pump assembly. Delivery, Storage, and Handling Deliver, store, and handle pumps in accordance with manufacturer’s recommendations. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-4 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Warranty Warrant all pumping equipment described in this section and provided under this contract against defects in materials and workmanship for a period of two years after date of project acceptance. Following pump and motor installation, furnish the 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, to the satisfaction of the Owner, manufacturer’s warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer’s warranty. Upon completion of pump installation, manufacturer’s representative shall provide written certification that equipment is fully warranted as installed. Extra Materials Provide any special tools required for pump 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 manufacturer and include: • Motor • Discharge head, elbow, or pump casing • Couplings • Lifting rails and cable • Power cable • All other necessary appurtenances for complete unit assembly. Accessories All pumps are to include an engraved non-corrodible 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 requiring any disassembly. The nameplate shall include, at a minimum, the following information: • Pump Manufacturer • Pump Model Number • Pump Serial Number • Impeller Number • Impeller Trim City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-5 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM • Design TDH (feet) • Design Flow (gpm) • Supplier Name and Phone Number • Date of Manufacture Source Quality Control Field Pump Performance Testing Pump manufacturer shall have a representative that will oversee the pump vibration and performance during testing and startup. Part 3 - Execution Installation/Construction Install pumps in accordance with manufacturer’s directions. Installation shall be supervised and approved by manufacturer’s representative prior to operating or field testing. 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 misalignment. Connect piping to the pump in a manner which prevents strain on the pump flanges. Field Quality Control Contractor shall be responsible for calibration, startup, and initial performance to meet specifications 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 furnished and installed. The field test shall be conducted and/or supervised by the pump manufacturer’s authorized representative, and observed by the Engineer after the piping and controls have been installed. Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is installed correctly and fully warranted. A performance test as described in the latest edition of Hydraulic Institute’s (HI) 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 instrumentation. 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 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-6 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM observation of the Owner and Engineer. At that time, the following data shall be collected for each pump: • 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 Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is fully warranted installed. Certification shall be provided that pumps meet all requirements set forth in these specifications and submittal literature. The pump installer shall also provide a written report of all test conditions and results. 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. 11.12 Wastewater Pumps 11.12.2 Centrifugal Solids Handling Pump Part 1 - General Part 1 – General This section covers work necessary to provide the submersible non-clog pumps and motors with rail system, complete at the proposed Lift Station. Each pump unit provided for this project shall be Flygt, no substitutions. See lower sections for specific pump model number and operational requirements. Extra Materials Provide (1) spare pump impeller. Part 2 – Products Operational Requirements Pump Nos. 01 and 02 Design Head (TDH) (feet) 32.5 Design Flow (gpm) 300 Minimum Shutoff Head (feet) 50 Flygt Model Number/Impeller No. NP 3102 MT 3~ Adaptive 463 Maximum Motor Horsepower 5 Pump Design The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet well. A machined metal to City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-7 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM metal watertight contact shall accomplish sealing of the pumping unit to the discharge connection. Each pump shall be fitted with sufficient length of stainless-steel chain with spectra cord to reach from bottom to top of wet well plus five feet of slack. The working load of the lifting system shall be 50 percent greater than the pump unit weight. Pump 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 spray coating of acrylic dispersion zinc phosphate primer with a polyester resin pai nt finish on the exterior of the pump. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces 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 The impeller(s) shall be cast of A532 Alloy III A (25% chrome cast iron), dynamically balanced, semi-open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a spiral groove located on a replaceable insert ring. The impeller shall have vanes hardened to Rc 60 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. 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 hydro- dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary and one positively driven rotating corrosion resistant tungsten carbide WCCR ring. The upper secondary seal, 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 carbon-aluminum oxide (AL203) 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 rotation for sealing. The position of both mechanical seals shall depend on the shaft. 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 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-8 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM 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. Seal lubricant shall be FDA Approved, non-toxic. Suction Cover 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 durin g rotation so to remain unobstructed. The insert ring shall be cast of ASTM A-532 Alloy III A (25% chrome cast iron) and provide effective sealing between the multi-vane semi-open impeller and the volute housing. Volute The pump volute shall be of A48 Class 35B gray 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 431 stainless steel ASTM A479 S43100-T. Shaft sleeves will not be acceptable. Bearings The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a two row angular contact ball bearing. The lower bearing shall be a two 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 pump 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 power cable shall be sized according to NEC and OCEA standards 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 rotor, shell type design, housed in an air filled, watertight chamber, NEMA B type. The stator housing shall be of gray cast iron, ASTM A-48, Class 35B. The stator windings and stator leads shall be insulated with moisture resistant Class H insulation rated for 180C (356F) and capable of up to 15 evenly spaced starts per hour. The rotor bars and short 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 City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-9 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM connected to the control panel. The motor and pump shall be designed and assembled by the same manufacturer. 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 percent. The motor shall be designed for operation up to 40C (104F) ambient and with a temperature rise not to exceed 80C (176F). 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. The 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 chloroprene rubber. The motor 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 percent chamber capacity, signaling the need to schedule an inspection. Upon detection, the sensors shall actuate a panel mounted relay which will provide the operator with a visual indication of impending seal failure. Seal lubricant shall be FDA Approved, non-toxic. Pump Removal Rail System The pump removal rail system shall provide smooth, easy, removal and installation of the specified pumps from the lift station. The system shall include for each pump unit a hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracket, 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. Mix 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 operation of the pump. The flush valve shall depend only on the pump flow and pressure to operate and no electrical components shall be allowed. Install per manufacturer’s recommendation. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-10 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Part 3 - Execution Installation of the pump units shall be in accordance with the manufacturer's specifications and direction. The installation shall be supervised and approved by the manufacturer's representative prior to operating or field testing the units. Upon completion of the pump installation, the manufacturer shall provide written certification that the equipment is fully warranted as installed. 11.15 Temporary Sewage Pumping and Sewage Storage 11.15.01 Coating Removal at Kensington Crest Lift Station, and Coating Removal and Wet Well Leak Repair at Talbot Crest Lift Station Part 1 – General Summary This specification provides the requirements for temporary bypass of sewage and construction phasing of the coating removal at Kensington Crest Lift Station, and the coating removal and wet well leak repair at Talbot Crest Lift Station. The intent of this specification is to procure a complete temporary bypassing sewage pumping system (System or Bypass System), from a locally represented supplier, for taking the lift stations offline and removing the coating and performing the leak repair. The Contractor shall be responsible for all aspects of the temporary bypass of sewage and the Owner’s involvement is limited to coordination from the Contractor, operation of the existing as stated in the specifications, and backup contact for remote alarm notification. Contractor shall also provide a complete backup system, include pump, pump lines, plugs, and level transducers, for the Bypass System in case of the Bypass System failure. During the wet well coating removal process at Kensington Crest Lift Station, and wet well coating removal and leak repair process at Talbot Crest Lift Station, the sewage within the wet well needs to be emptied. Below is the description of one alternative to remove the existing sewage in the wet well and re-route the incoming sewage around the lift station temporarily. Contractor may submit other alternatives for review and approval. All work described below must be coordinated closely with the City crew. It is the City’s intention to keep the functionality of the lift station in operation while performing the wet well coating removal and leak repair activities. The lift stations consist of a wet well and a valve vault that house s the isolation and check valves. This proposed Lift Station and Force Main Rehabilitation Phase 3 project includes work to install a pigging port in the Kensington Crest, and Talbot Crest mechanical vaults, downstream of the existing isolation and check valves. If installation of this pigging port is completed before coating removal and leak repair work commences, a Bypass System can divert incoming sewage from entering the wet well and into the just-installed pigging port. This can be accomplished by: plugging the incoming gravity sewer into the wet well and installing a temporary pump from the first gravity sewer manhole upstream from the lift station as identified on the contract plans. The discharge of this temporary pump can be routed across the ground surface to the mechanical vault and connected securely to the pigging port City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-11 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM assembly. Once the Bypass System is in place, the wet well can be emptied and prepared for coating removal and leak repair. Coordinate with the City on the temporary pumps location and piping to minimize traffic impact. Any limited access, lane or road closures during bypass activities require the Contractor to provide a 48-hour written notice to the Owner and residents. The Contractor shall acquire a traffic control permit where bypass activities will impact traffic within the right-of-way. One traffic lane shall be maintained open at all times. If bypassing of the wet well is required overnight, Contractor shall provide temporary fencing to secure the area. Submittals The Contractor shall submit a Plan detailing out materials and supplies, party responsibilities, key contact personnel, schedule, site security, and steps for the temporary bypass of sewage and associated construction phasing. The Plan will be submitted electronically for the Owner’s review. The Plan shall be approved by the Owner prior to installation. The Contractor shall also submit three copies of the following project data, from the System supplier to the Engineer for review. One copy will be returned to the supplier. • Step by step description on how to re-route inflow sewage to bypass the wet well, including how to empty the wet well, prepare the wet well for coating removal, remove the wet well coating, contain the dust and debris during the removal process, where the materials will be disposed and how concrete will be repaired if damaged during the coating removal process. • Equipment staging area. • Anticipated downtime of the lift station. • Technical data sheets for all components, including but not limited to: o Pumps and Motors o Check Valves o Isolation Valves o Sensors and Gauges o Control Panel o Pressure Transmitter o Level Transducer o Generators (if required) o Automatic Transfer Switches (if required) • Dimensional drawings of the System with all devices and equipment indicated. Include weight of the assembled System. • Control panel schematic. • Interior and exterior control panel layout drawing. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-12 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM • Description of pump control functions. • Calculations of System headloss. Project Conditions The Bypass System and backup system shall meet the following requirements: • Kensington Crest Lift Station Pump Capacity: 160 gallons per minute @ 80 feet TDH • Talbot Crest Lift Station Pump Capacity: 110 gallons per minute @ 33 feet TDH • Typical operating band for sewage shall not exceed 2 feet above the invert of the temporary pumping manhole. • Provide level transducer control system for automated pump operation and automated alarm system as detailed below. • Arrive on site to respond to any alarm notifications within 30 minutes of alarm. • Clean and jet all the impacted upstream gravity manholes and pipes after completing the improvements. The number of pump run cycles shall not exceed 10 runs in any given hour. Each pump shall have sufficient fuel capacity to run continuously for 48 hours. Sound attenuation shall be provided, as necessary, for the pumping equipment to meet applicable noise ordinances. It is anticipated that the bypass pumping system and backup system will be individually powered by diesel engines. If bypass pumping system is powered from temporary construction grid power, an emergency generator with block heater and automatic transfer switch shall be provided to operate the System in the event of a power or System failure. Noise generated from routine generator exercise shall comply with the applicable noise ordinances and generator shall be a noise reduction model The existing lift station shall remain fully functional until the Owner has approved in writing the Bypass System for continuous operation. Further, the Bypass System shall remain fully functional until the coating removal has been approved to the satisfaction of the Owner. For Talbot Crest Lift Station, the Bypass System will remain in continuous operation until the wet well leak repair has been approved to the satisfaction of the Owner. The Contractor shall provide all necessary mechanical, electrical, and telemetry components necessary for transitioning between the operations of the existing lift station and the Bypass System. Owner approval of startup and testing for the Bypass System shall be based on, but not limited to, the following criteria: continuous, uninterrupted operations, manhole levels, pump run cycle times and number, and overall system performance. The Owner reserves the right to simulate operational variables and equipment failures, in the presence of the Contractor, to verify the functional integrity of the pumping system. The Owner shall provide a certified operator during this period to provide operational decisions only. The Contractor shall provide equipment operation and maintenance; respond and repair any problems or failures that occur during this period. Any shut downs due to equipment or systems failures shall be corrected immediately by the Contractor. The Owner will provide contact information for on-call operations personnel during the pre-construction meeting. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-13 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM The temporary bypass pumping shall not be commissioned on a Friday. Provide a minimum of 48-hour notice to the City prior to commencing with the temporary measures and wet well improvements for each lift station. The Contractor shall supervise and be responsible for the proper maintenance and care of the Bypass System until the Owner has approved the wet well improvements are ready for permanent operation. Part 2 – Products Manufacturer/Supplier The Contractor shall retain a supplier who is a pump system manufacturer who specializes in the sales, maintenance, and repair of pumps and pumping systems. The retained supplier shall have been continuously engaged in business for at least 10 years and have similar experience providing temporary bypass pumping systems for sewage collection systems. The Contractor shall ensure that the supplier has replacement pumps available within 4 hours from the time of a failed component and personnel available 24 hours per day, 7 days a week to address any and all equipment issues. Components Pumping Equipment The Contractor shall provide sewage pump(s) for meeting the minimum discharge requirements. The Contractor shall have two (2) sets of bypass pumps, piping, and appurtenances to provide a complete redundancy of the Bypass System. Piping and Appurtenances Piping and all pertinent components shall be pressure rated to a minimum of 100 psi and shall be pressure tested to 150 psi. A sewage air release and vacuum valve shall be provided on the discharge side of the temporary pumps. Valve(s) shall be sized for maximum station pumping capacity. A check valve shall be provided on each pump discharge. Automatic Control and Alarm Remote Notification The Contractor shall provide, install, and maintain a reliable temporary automatic control system for 24-hour, 7 days a week temporary bypass operation, alarming, and remote communication. The system shall include three temporary floats and associated switches in the manhole with a high-high float for high level alarm, a high float for pump on operation, and a low float for pump off operation. Float elevations to be determined by the Contractor during construction. All materials within the manhole shall be corrosion resistant for that environment. The system shall also include an autodialer with an interface, or other Contractor-provided device subject to Owner approval, with the capabilities of remotely displaying the following: • Pump start and stop status • Pump failure City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-14 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM • Fuel levels • Sump Level • High-high float level alarm • Engine load Upon any of the listed alarms, the remote communication device shall dial the Contractor’s primary and secondary contact. If the contacts cannot be reached, it shall dial an Owner’s staff contact. Immediately upon being notified, the Contractor shall send a person on-site to determine and fix the cause of the alarm. The Contractor’s electrician shall be on standby in the case it is necessary for them to be on site to fix the issue. When the remote communication device reaches the Contractor’s primary or secondary contact, the Contractor shall notify the Owner’s staff contact solely for the purpose of the Owner being aware of the alarm and the Contactor’s response. The Contractor is fully responsible for the response and ensuring wastewater does not overflow from the sewer collection system. The Contractor shall be responsible for cleaning and jetting all the impacted upstream manholes and pipes if the wastewater backs up into the Owner’s system. Part 3 – Execution General Contractor shall inspect temporary bypass system daily and ensure that system is maintained and is at all times adequately fueled to maintain operation, overnight and over all non-working days. Contractor shall maintain daily records of temporary Bypass System including fuel levels, pump testing in manual mode, float conditions, and draw down time. Installation The Contractor shall procure the pump and controls from the pump manufacturer as a package. The manufacturer’s representative is required to be on site to assist the Contractor with the installation of the Bypass System. Field Quality Control Contractor shall be responsible for calibration, startup, and initial and continued operation and performance to meet specifications herein during the time the Bypass System is in operation. Supplier shall provide a trained, qualified manufacturer's representative to check installation and connection, perform field tests as indicated, and certify to Owner that performance meets all specifications. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-15 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM 11.15.02 Coating Removal at Lake Washington Beach Lift Station Part 1 – General Summary This specification provides the requirements for influent sewage management and construction phasing of the coating removal at Lake Washington Beach Lift Station. The Contractor shall be responsible for all aspects of managing the influent flows including the potential of having a vactor truck on standby. The Owner’s involvement is limited to coordination from the Contractor. The coating removal work at Lake Washington Beach Lift Station is only permitted during the window of November to March. The lift station is located at the City of Renton’s Gene Coulon Memorial Beach Park parking lot and serves the park’s two bathhouses. One or both of the bathhouses may be temporarily closed during the coating removal. The Contractor must coordinate the closure with the City of Renton’s Parks and Recreation Department in advance. During the wet well coating removal process at Lake Washington Beach Lift Station, the sewage within the wet well needs to be emptied. Below is the description of one alternative to remove the existing sewage in the wet well and manage the incoming sewage temporarily. Contractor may submit other alternatives for review and approval. All work described below must be coordinated closely with the City crew. This can be accomplished by: closing the valve or plugging the incoming gravity sewer into the wet well and using the first gravity sewer manhole upstream from the lift station for storage. Once the wet well is isolated and the pumps are turned off, the wet well can be emptied and prepared for coating removal. The Contractor shall maintain the worksite and vicinity to allow usage by the park’s patrons unless approved by the City. The Contractor shall make an appropriate effort to maintain parking and access. Traffic control may be required as determined by the Owner. Coordinate with the City on the parking location of the vactor truck to minimize traffic impact. Submittals The Contractor shall submit the construction sequencing on how they plan to manage incoming influent flows during the coating removal electronically. The submittal shall contain but not be limited to the following: • Step by step description on how to manage incoming flows. • All equipment that will be needed for this operation (including but not limited to vactor truck, and other equipment). • Equipment staging area. • Anticipated downtime of the lift station. • City’s involvement during the process. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-16 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Project Conditions • Clean and jet all the wet well, impacted upstream gravity manholes and pipes after completing the improvements. Part 2 – Execution Construction Sequencing and Coordination The Contractor shall provide City with the schedule and duration of the installation. Provide a minimum of 48-hour notice to the City prior to commencing with the work. Isolation valves can only be operated by the City crew. Contractor shall clean the wet well and vactor truck’s discharge manhole after completing the coating removal. 11.15.03 Force Main Pigging Port Assembly and Flow Meter Manhole Installation at Liberty Lift Station Part 1 – General Summary During the installation of the pigging port assembly and flow meter manhole at Liberty Lift Station, the sewage within the force main will need to be emptied. Below is the description of one alternative to store the existing sewage in the force main and the incoming sewage to the lift station temporarily. Contractor may submit other alternatives for review and approval. All work described below must be coordinated closely with the City crew. It is the City’s intention to minimize the use of the wet well storage while performing the pigging port assembly and flow meter manhole installation. The pigging port assembly and flow meter installation at Liberty Lift Station is only permitted during the window of the last week of June to the first week of August. The Liberty Lift Station consists of a wet well and a valve vault that houses the pumps, isolation valves, and check valves. The force main can be drained by opening the check valve inside the valve vault and lifting the corresponding pump in the wet well to allow the force main to drain back. Ahead of draining the force main, the Contractor will have preassembled the mechanical fittings above grade to limit the down time of the station. Once the line has been drained back, the pig port assembly and flow meter manhole installation ca n be completed. Vactor truck(s) will be on standby at the lift station to provide additional capacity in the wet well and will discharge the flows to a sanitary sewer manhole downstream of the station. Refer to Appendix A for vactor truck discharge locations when bypassing Liberty Lift Station and Force Main. Contractor shall obtain approval from Owner on discharge location. While the wet well will be used for temporary storage, the surrounding manholes’ rim elevations, included in the plans, will limit the storage capacity of the wet well. The Contractor is responsible for determining the maximum level of wastewater in the wet well and surrounding sewer structures. The Contractor is fully responsible for the response and ensuring wastewater does not overflow from the sewer collection system. The Contractor shall be responsible for cleaning and jetting all the impacted upstream manholes and pipes if the wastewater backs up into the Owner’s system. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-17 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Coordinate with the Owner on equipment and vactor truck location to minimize traffic impact. Contractor shall maintain vehicular access from the parking lot to field at all times. Contractor shall provide temporary fencing to secure the construction area, and secure open trenches at the end of each work day. The Contractor shall coordinate with the Owner ahead of construction on the following: site access, working hour restrictions, and inspection requirements during working hours. Submittals The Contractor shall submit the construction sequencing on how they plan to drain the force main for the pigging port assembly and flow meter manhole installation electronically. The submittal shall contain but not be limited to the following: • Step by step description on how to drain the force main and store or re-route inflow sewage to bypass the force main. • All equipment that will be needed for this operation (including but not limited to backup pump, sewage level monitoring and telemetry, vactor truck, and other equipment). • Equipment staging area. • Anticipated downtime of the lift station. • City’s involvement during the process. Project Conditions The approximate values of the components and project requirements are: • Liberty Lift Station influent average flow rate during June - August: 10-30 gallons per minute • Liberty Lift Station influent peak flow rate during June – August: 40-120 gallons per minute • Liberty Lift Station wet well volume (per foot of height): approximately 585 gallons. The bottom of the wet well is filled with grout at a 1:1 slope towards the pumps, which reduces the storage capacity in the bottom 3 feet of the wet well. • Force main pipe volume: approximately 2,500 gallons. • Clean and jet all the wet well, impacted upstream gravity manholes and pipes after completing the improvements. Part 2 – Execution Construction Sequencing and Coordination The Contractor shall provide City with the schedule and duration of the installation. Provide a minimum of 48-hour notice to the City prior to commencing with the work. Isolation valves can only be operated by the City crew. Contractor shall clean the wet well and vactor truck’s discharge manhole after completing with the installation of the pigging port assembly and flow meter manhole. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-18 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM 11.15.04 Pump Replacements and Mechanical Improvements at Cottonwood Lift Station Part 1 – General Summary This specification provides the requirements for temporary bypass of sewage and construction phasing of the pump replacements and mechanical improvements at Cottonwood Lift Station. The intent of this specification is to procure a complete temporary bypassing sewage pumping system (System or Bypass System), from a locally represented supplier, for taking the lift station offline and completing the improvements. The Contractor shall be responsible for all aspects of the temporary bypass of sewage and the Owner’s involvement is limited to coordination from the Contractor, operation of the existing as stated in the specifications, and backup contact for remote alarm notification. Contractor shall also provide a complete backup system, include pump, pump lines, plugs, and level transducers, for the Bypass System in case of the Bypass System failure. During the pump replacements and mechanical improvements at Cottonwood Lift Station the sewage within the wet well and force main needs to be emptied. Below is the description of one alternative to remove the existing sewage in the wet well and force main and re-route the incoming sewage around the lift station temporarily. Contractor may submit other alternatives for review and approval. All work described below must be coordinated closely with the City crew. It is the City’s intention to keep the functionality of the lift station in operation while performing the improvements. The Cottonwood Lift Station consists of a wet well and a valve vault that houses the pumps, isolation valves, and check valves. The force main can be drained back by opening the check valves inside the valve vault and lifting the corresponding pumps in the wet well to allow the force main to drain back. The bypass system will initially pump from the wet well to the force main discharge manhole. Once the force main is empty, the incoming gravity sewer line into the wet well shall be plugged to completely empty the wet well. The temporary pumping system shall be adjusted to pump from the first gravity sewer manhole upstream of the lift station as identified on the contract plans. The bypass suction and discharge piping may be routed across the ground surface, however, the Contractor must maintain access to and throughout the property. Coordinate with the City on the temporary pumps’ and piping locations to minimize traffic impact. Any limited access during bypass activities require the Contractor to provide a 48-hour written notice to the Owner and residents. The Contractor is fully responsible for the response and ensuring wastewater does not overflow from the sewer collection system or back up into the private system upstream of the manhole. The Contractor shall be responsible for cleaning and jetting the bypass manhole if the wastewater level rises above the maximum permissible elevation. . If bypassing of the wet well is required overnight, Contractor shall provide temporary fencing to secure the area. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-19 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Submittals The Contractor shall submit a Plan detailing out materials and supplies, party responsibilities, key contact personnel, schedule, site security, and steps for the temporary bypass of sewage and associated construction phasing. The Plan will be submitted electronically for the Owner’s review. The Plan shall be approved by the Owner prior to installation. The Contractor shall also submit three copies of the following project data, from the System supplier to the Engineer for review. One copy will be returned to the supplier. • Step by step description on how to re-route inflow sewage to bypass the wet well, including how to empty the wet well and drain back the force main. • Equipment staging area. • Anticipated downtime of the lift station. • Technical data sheets for all components, including but not limited to: o Pumps and Motors o Check Valves o Isolation Valves o Sensors and Gauges o Control Panel o Pressure Transmitter o Level Transducer o Generators (if required) o Automatic Transfer Switches (if required) • Dimensional drawings of the System with all devices and equipment indicated. Include weight of the assembled System. • Control panel schematic. • Interior and exterior control panel layout drawing. • Description of pump control functions. • Calculations of System headloss. Project Conditions The Bypass System and backup system shall meet the following requirements: • Cottonwood Lift Station Pump Capacity: 300 gallons per minute @ 32.5 feet TDH. • Typical operating band for sewage shall not exceed the upstream invert elevation of the temporary pumping manhole (approximately 2 feet based on record drawings). • Provide level transducer control system for automated pump operation and automated alarm system as detailed below. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-20 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM • Arrive on site to respond to any alarm notifications within 30 minutes of alarm. • Clean and jet bypass manhole after completing the improvements. The number of pump run cycles shall not exceed the manufacturer’s recommendations in any given hour. If necessary, the pump may idle to reduce the number of run cycles to maintain the required sewage level in the bypass manhole. Each pump shall have sufficient fuel capacity to run continuously for 48 hours. Sound attenuation shall be provided, as necessary, for the pumping equipment to meet applicable noise ordinances. It is anticipated that the bypass pumping system and backup system will be individually powered by diesel engines. If bypass pumping system is powered from temporary construction grid power, an emergency generator with block heater and automatic transfer switch shall be provided to operate the System in the event of a power or System failure. Noise generated from routine generator exercise shall comply with the applicable noise ordinances and generator shall be a noise reduction model The existing lift station shall remain fully functional until the Owner has approved in writing the Bypass System for continuous operation. Further, the Bypass System shall remain fully functional until the improvements have been approved to the satisfaction of the Owner. The Contractor shall provide all necessary mechanical, electrical, and telemetry components necessary for transitioning between the operations of the existing lift station and the Bypass System. Owner approval of startup and testing for the Bypass System shall be based on, but not limited to, the following criteria: continuous, uninterrupted operations, manhole levels, pump run cycle times and number, and overall system performance. The Owner reserves the right to simulate operational variables and equipment failures, in the presence of the Contractor, to verify the functional integrity of the pumping system. The Owner shall provide a certified operator during this period to provide operational decisions only. The Contractor shall provide equipment operation and maintenance; respond and repair any problems or failures that occur during this period. Any shut downs due to equipment or systems failures shall be corrected immediately by the Contractor. The Owner will provide contact information for on-call operations personnel during the pre-construction meeting. The temporary bypass pumping shall not be commissioned on a Friday. Provide a minimum of 48-hour notice to the City prior to commencing with the improvements at Cottonwood Lift Station. The Contractor shall supervise and be responsible for the proper maintenance and care of the Bypass System until the Owner has approved the wet well and valve vault improvements are ready for permanent operation. Part 2 – Products Manufacturer/Supplier The Contractor shall retain a supplier who is a pump system manufacturer who specializes in the sales, maintenance, and repair of pumps and pumping systems. The retained supplier shall have been continuously engaged in business for at least 10 years and have similar experience City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-21 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM providing temporary bypass pumping systems for sewage collection systems. The Contractor shall ensure that the supplier has replacement pumps available within 4 hours from the time of a failed component and personnel available 24 hours per day, 7 days a week to address any and all equipment issues. Components Pumping Equipment The Contractor shall provide sewage pump(s) for meeting the minimum discharge requirements. The Contractor shall have two (2) sets of bypass pumps, piping, and appurtenances to provide a complete redundancy of the Bypass System. Piping and Appurtenances Piping and all pertinent components shall be pressure rated to a minimum of 100 psi and shall be pressure tested to 150 psi. A sewage air release and vacuum valve shall be provided on the discharge side of the temporary pumps. Valve(s) shall be sized for maximum station pumping capacity. A check valve shall be provided on each pump discharge. Automatic Control and Alarm Remote Notification The Contractor shall provide, install, and maintain a reliable temporary automatic control system for 24-hour, 7 days a week temporary bypass operation, alarming, and remote communication. The system shall include three temporary floats and associated switches in the manhole with a high-high float for high level alarm, a high float for pump on operation, and a low float for pump off operation. Float elevations to be determined by the Contractor during construction. All materials within the manhole shall be corrosion resistant for that environment. The system shall also include an autodialer with an interface, or other Contractor-provided device subject to Owner approval, with the capabilities of remotely displaying the following: • Pump start and stop status • Pump failure • Fuel levels • Sump Level • High-high float level alarm • Engine load Upon any of the listed alarms, the remote communication device shall dial the Contractor’s primary and secondary contact. If the contacts cannot be reached, it shall dial an Owner’s staff contact. Immediately upon being notified, the Contractor shall send a person on-site to determine and fix the cause of the alarm. The Contractor’s electrician shall be on standby in the case it is necessary for them to be on site to fix the issue. When the remote communication device reaches the Contractor’s primary or secondary contact, the Contractor shall notify the City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 11 11-22 J:\Data\REN\117-037\Specs\PH 3\Technical\11 Equipment.docx 8/10/23 9:32 AM Owner’s staff contact solely for the purpose of the Owner being aware of the alarm and the Contactor’s response. The Contractor is fully responsible for the response and ensuring wastewater does not overflow from the sewer collection system or back up into the private system directly upstream of the manhole . The Contractor shall be responsible for cleaning and jetting the bypass manhole if the wastewater level rises above the maximum permissible elevation. Part 3 – Execution General Contractor shall inspect temporary bypass system daily and ensure that system is maintained and is at all times adequately fueled to maintain operation, overnight and over all non-working days. Contractor shall maintain daily records of temporary Bypass System including fuel levels, pump testing in manual mode, float conditions, and draw down time. Installation The Contractor shall procure the pump and controls from the pump manufacturer as a package. The manufacturer’s representative is required to be on site to assist the Contractor with the installation of the Bypass System. Field Quality Control Contractor shall be responsible for calibration, startup, and initial and continued operation and performance to meet specifications herein during the time the Bypass System is in operation. Supplier shall provide a trained, qualified manufacturer's representative to check installation and connection, perform field tests as indicated, and certify to Owner that performance meets all specifications. 12-1 J:\Data\REN\117-037\Specs\PH 3\Technical\12 Furnishings.docx 8/10/23 9:33 AM Division 12 Furnishings – This Division Not Used 13-1 J:\Data\REN\117-037\Specs\PH 3\Technical\13 Special Construction.docx 8/10/23 9:34 AM Division 13 Special Construction 13.00 GENERAL This division covers that work necessary for supplying, fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 13.60 REHABILITATION CONSTRUCTION 13.63 Leak Repair of Talbot Crest Lift Station Wet Well Part 1 – General Submittals Submittal information shall be provided to the Owner for the following items: • Wet well rehabilitation methods • Wet well rehabilitation materials Part 2 – Products Materials One of the following options or an approved equivalent must be utilized for repair and resurfacing of the wet well. The Contractor shall receive approval from the Owner or Owner’s representative on the method selected. Provide minimum 72-hour notice to the Owner and Owner’s representative for inspection of the leak repair. Option 1: The Contractor shall adhere to the following requirements: 1. Repair products shall be used to fill voids, bugholes, and/or smooth transitions between components. Repair materials must be compatible and shall be used and applied in accordance with the manufacturer’s recommendations. 2. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures, smooth deteriorated surfaces and rebuild severely deteriorated structures. 3. The following products may be accepted and approved as compatible repair and resurfacing products for use within the specifications: A. 100% solids, solvent-free epoxy grout. B. Factory blended, rapid setting, high-early strength, non-shrink, calcium aluminate repair mortar to be trowel or pneumatically spray applied to the entire surface. 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 13 13-2 J:\Data\REN\117-037\Specs\PH 3\Technical\13 Special Construction.docx 8/10/23 9:34 AM 2. Product: Raven 705CA – Cement Mortar having the following characteristics: a. Product Type: Calcium aluminate mortar b. Tensile Strength, (ASTM C496): > 685 psi c. Compressive Strength, (ASTM C109): > 9,200 psi @ 28 days d. Flexural Strength, (ASTM C293): > 1,650 psi e. Shrinkage @ 90% R.H. (ASTM C596): 0% f. Adhesion to Concrete, (ASTM C882): > 4,000 psi g. Freeze/Thaw (ASTM C666): 100 Cycles, no visible damage h. Density of wet mix: 129 – 139 lbs. /ft3 i. Applied Density: 135 lbs. /ft3 (+/- 5 lbs. /ft3) C. Factory blended, rapid setting, high-early strength, non-shrink, Portland cementitious repair mortar to be trowel or pneumatically spray applied to the entire surface. 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. 2. Product: Raven 755 – Cement Mortar having the following characteristics: a. Product Type: Portland cement mortar b. Tensile Strength, (ASTM C496): > 800 psi c. Compressive Strength, (ASTM C109): >9,000 psi @ 28 days d. Flexural Strength, (ASTM C293): >1,500 psi e. Shrinkage @ 90% R.H. (ASTM C596): 0% f. Adhesion to Concrete, (ASTM C882): > 2,000 psi g. Freeze/Thaw (ASTM C666): 100 Cycles, no visible damage D. Factory blended, High Performance Polymer Cement repair mortar to be spray, trowel or otherwise manually applied to the entire surface. 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. 2. Product: Raven 760HPPC – Polymer Cement Mortar having the following characteristics: a. Product Type: Polymer Cement Mortar b. Tensile Strength, (ASTM C496): > 700 psi c. Compressive Strength, (ASTM C109): > 5,120 psi @ 28 days d. Compressive Strength, (ASTM C579): > 5,210 psi @ 28 days e. Flexural Strength, (ASTM C580): > 1,240 psi City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 13 13-3 J:\Data\REN\117-037\Specs\PH 3\Technical\13 Special Construction.docx 8/10/23 9:34 AM f. Shrinkage @ 90% R.H. (ASTM C596): 0% g. Adhesion to Concrete, (ASTM D7234): > 200 psi E. Factory blended, non-shrink, hydraulic cement to be used for infiltration remediation. 1. Manufacturer: As applicable 2. Product: Hydraulic cement having the following characteristics: a. Product Type: Hydraulic cement b. Compressive Strength, (ASTM C109): >1,000 psi @ 1 hour, > 2,500 psi @ 24 hours c. Shrinkage @ 90% R.H. (ASTM C596): 0% F. Hydrophobic or Hydrophilic injectable chemical grout to be used for the remediation of high volume infiltration or crack repair and/or soil stabilization and void filling. 1. Manufacturer: As applicable 2. Product: Chemical grout as appropriate for infiltration, crack repair and soil stabilization. G. (OPTIONAL) Fiberglass woven roving cloth using E-Glass, 9 oz/yd2 minimum weight; typical of Hexcel or BFG Industries style #7500. Option 2: 1. Patching Material (Strong-Seal QSR): Strong-Seal QSR, a quick-setting fiber-reinforced calcium aluminate corrosion resistant cementitious material, shall be used as a patching material and is to be mixed and applied according to manufacturer’s recommendations and shall have the following requirements: Compressive Strength ASTM C109 > 800 psi, 1 hr. > 1,800 psi, 24 hrs. Bond ASTM C882 > 1,600 psi, 28 days Calcium Aluminate Cement Sulfate resistant Applied Density 105 lbs pcf +/- 5 lbs Shrinkage ASTM C596 0% at 90% R.H. Placement Time 5 to 10 minutes Set Time 15 to 30 minutes City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 13 13-4 J:\Data\REN\117-037\Specs\PH 3\Technical\13 Special Construction.docx 8/10/23 9:34 AM 2. Infiltration Control Material (Strong-Seal Strong-Plug) Strong-Plug, a rapid-setting cementitious product specifically formulated for leak control, shall be used to stop minor water infiltration and shall be mixed and applied according to manufacturer’s recommendations and shall have the following minimum requirements: Compressive Strength ASTM C109 > 1,000 psi, 1 hr. > 2,500 psi, 24 hrs. Sulfate Resistance ASTM C267 No weight loss after 15 cycles @ 2,000 ppm Freeze/Thaw ASTM C666 “Method A” 100 cycles Pull Out Strength ASTM C234 14,000 lbs. Set Time <1.0 minute 3. Grouting Material Strong-Seal Grout 250, a cementitious grout, shall be used for stopping very active infiltration and filling voids and shall be mixed and applied according to the manufacturer’s recommendations. The cementitious grout shall be volume stable, and have a minimum 28-day compressive strength of 250 psi. Strong-Seal Grout 1000, a cementitious grout, shall be used for the same application as Grout 250, but is designed for special soil conditions, and shall be used per manufacturer’s recommendations. The cementitious grout shall be volume stable and have a minimum 28-day compressive strength of 1,000 psi. Chemical grouts may be used for stopping very active infiltration and shall be mixed and applied per manufacturer’s recommendation. Warranty Contractor shall warrant all wet well leak repair work against defects in materials and workmanship for a period of 5 years, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said 5-year period, and any damage to other work caused by such defects or the repairing of same, at their own expense and without cost to the Owner. Part 3 – Execution Delivery, Storage, and Handling of Materials Materials are to be kept dry, protected from weather and stored under cover. Condition of Existing Products The Contractor shall adhere to the following requirements: 1. Standard Portland cement or new concrete (not quick setting high strength cement) must be cured a minimum of 28 days prior to application of any coating product(s). City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 13 13-5 J:\Data\REN\117-037\Specs\PH 3\Technical\13 Special Construction.docx 8/10/23 9:34 AM 2. Remove existing coatings and any loose and unsound material prior to application of the repair materials which may affect the performance and adhesion of the repair materials. 3. Thoroughly clean and prepare existing products to effect a seal with the repair materials. Site Preparation The Contractor shall adhere to the following requirements: 1. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. 2. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be repaired. 3. Temperature of the surface to be repaired should be maintained between 40 and 120 degrees Fahrenheit. No application shall be made to frozen surfaces or if freezing is expected to occur within the substrate within 24 hours after application. 4. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. 5. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to be repaired and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. Surface Preparation The Contractor shall adhere to the following requirements: 1. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the repair materials to the substrate shall be removed. 2. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that only sound substrate remains. 3. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the repair materials. 4. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface suitable for the specified repair materials. 5. Infiltration shall be stopped by using a material which is compatible with the repair products. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 13 13-6 J:\Data\REN\117-037\Specs\PH 3\Technical\13 Special Construction.docx 8/10/23 9:34 AM 6. The area between the wet well and the wet well access hatch shall be a termination point of the specified repair materials. Application of Repair and Resurfacing Products The Contractor shall adhere to the following requirements: 1. Areas where rebar has been exposed shall be repaired in accordance with the Project Engineer’s recommendations. Areas where rebar has been exposed and is corroded shall be first prepared in accordance with the Surface Preparation Section. The exposed rebar shall then be abrasive blasted and coated with a coating product specified by the Project Engineer. 2. Repair products shall be used to fill voids, bugholes, and other surface defects. 3. Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles. These products shall be installed to minimum thickness as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. 4. Repair and resurfacing products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. 5. All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability. Testing and Inspection The Contractor shall adhere to the following requirements: 1. During application of the repair materials, thickness measurements shall be taken, documented and attested to by Contractor for submission to Owner. 2. Visual inspection shall be made by the Project Engineer and/or Ins pector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. 3. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place. 14-1 J:\Data\REN\117-037\Specs\PH 3\Technical\14 Conveying Systems.docx 8/10/23 9:35 AM Division 14 Conveying Systems – This Division Not Used 15-1 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 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 titled “Common Work for . . .” shall apply to all following subsections whether directly 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 installation 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 1.81.30 Seismic Restraint and Anchorage Submittals Submittal information shall be provided to the Owner for the following items: • Ductile iron pipe • Ductile iron fittings • Isolation valves • Brass pipe and fittings • Vactor suction PVC pipe and support assembly • Flow meters • Dismantling joints • Couplings • Other mechanical components listed in this division or required by the Engineer City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-2 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Part 2 – Products Materials All valves, meters, hydrants, specialties, appurtenances, and other such mechanical and plumbing components that are of similar purpose shall be of a single manufacturer and model line. Do not “mix and match” unless specifically stated otherwise or allowed by the Engineer. The intention of this requirement is to maintain consistency across all components installed on the project for function, maintenance, aesthetics, and details of installation. 15.10 BURIED PIPE INSTALLATION Part 1 – General Site Conditions Existing soils are unclassified except where specifically identified on the Plans or specification. Part 3 – Execution Preparation Stringing of pipes in advance of pipelaying may occur but may not create a traffic hazard or block access to roads, driveways, or private property without approval from the local traffic authority and affected property owners. Pipe shall not be strung out more than one (1) week in advance of installation. Any pipe or materials that will not be installed for one (1) week must be stockpiled at a site procured by the Contractor or as provided in this contract. Pothole ahead of pipe-laying a sufficient distance at located utility crossings and where noted on the plans to allow room to make vertical adjustments as necessary to avoid existing utilities. Should the Contractor fail to pothole identified utility crossings, any subsequent adjustments necessary shall not be cause for cost or time claim. If the area potholed is in a travelled area and will be reopened to traffic more than 1 day in advance of pipelaying through the zone, the hole shall be patched with hot or cold mix, the cost of which shall be incidental. Provide the results of potholing to the Owner no less than 2 working days in advance of utility installation. Provide a written record of size, materials, and locations for found utilities to an accuracy of 0.5 foot horizontal and 0.1 foot vertical. Failure to record locations clearly and legibly will result in non-payment. Installation Install pipes to the depth shown on the trench detail, unless superseded by depth shown on the profile. Unless specified otherwise, install pipe to the following tolerances: • Pressure pipes: 0.5 feet horizontal, 0.2 feet vertical. Regardless of vertical tolerance, do not create new high points not otherwise shown on the plans. • Gravity pipes: 0.5 feet horizontal, 0.03 feet vertical. Regardless of vertical tolerance, do not lay pipe with reverse slope. All non-metallic pipe, including service and air valve lines, shall include a tracer wire taped every 5 feet to the top of the pipe. Loop tracer wire to the surface in accessible locations such as valve boxes, meter vaults, or other surface access. If no access is available for more than City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-3 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 1,500 feet, provide a valve box specifically for the tracer wire. Wire shall be solid UF, 12AWG minimum for 2,000 foot runs and less, or 10AWG for runs longer than 2,000 feet. Keep openings in pipe closed during the progress of work. Install plugs to prevent water and debris from entering pipe. No payment will be made to clean pipes. 15.11 Open Trench Pipe Installation 15.11.13 Sewer Force Main Installation Part 1 – General References A. Use materials and installation methods in accordance with the latest edition of the Uniform Plumbing Code and local codes and regulations that are applicable. Install force mains in accordance with all applicable sections of AWWA including C600, C604, and C605. Part 3 – Execution Installation A. Install pipes in accordance with the manufacturer's recommendations. Use types and sizes of pipes as specified herein and/or as shown on the Plans. Where small pipe sizes 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. Properly size any undesignated pipe sizes for the functions to be performed. B. Carefully lay pipe and supports at proper lines and grades. Follow the piping runs shown on the Plans as closely as possible, except for minor adjustments to avoid architectural and structural features. Make major relocations, if required, in a manner acceptable to the Engineer. C. Keep openings in pipes closed during progress of work. D. Form thrust blocking so that bolts, joints, gaskets and flanges of adjacent joints are clear of concrete allowing bolts and joints to be dismantled without removing concrete. All concrete blocking shall have a minimum compressive strength of 4,000 psi unless identified otherwise in Division 3.31.3 or on the Plans. E. Pipe passing through concrete walls or slabs shall be made watertight. 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. If dissimilar metals are adjacent (for example: stainless steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-4 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 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 two threads extend beyond the face of the nut. Non-submerged flange bolts to be ASTM A307 Grade A, zinc plated. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, 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 or chlorine solutions. Stainless steel bolts may be used in lieu of Nitronic but must be assembled using appropriate lubricant or tape.. Cobas Stainless Steel Thread Sealing Tape or approved equal. All shackled thrust restraint systems shall be of stainless steel of Cor-Ten (ASTM 242) construction and manufactured by Star National Products (Ohio) 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, tie rods, and other components shall be one material and not intermixed. Finishes For conditions other than submerged, all nuts and bolts shall be zinc plated , and 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 unless directed otherwise by the Owner. Part 3 – Execution Construction All piping and related equipment to be joined 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. Steel and stainless steel threads shall be protected against galling using steel thread sealing tape equal to Cobas steel thread sealing tape. Tape shall be specific to the steel type used. 15.22 Metal Pipe and Fittings 15.22.02 Ductile Iron Pipe and Fittings Part 1 – General Design Requirements Ductile iron pipe shall have thickness designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures to meet the requirements of Division 1.81.40 unless listed as more stringent below. The pipe thickness shall not be less than that of Class 52 pipe. Flanged joints shall conform to ANSI Standard B16.1 and be of the class shown on the plans. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-5 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Part 2 – Products Manufactured Units Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless otherwise 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. When requested, furnish certification from the manufacturer of the pipe and gasket being supplied that inspection and all of the specified tests have been made, and the results comply with requirements of this standard. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted where ductile iron is called out on the plans. Ductile iron fittings shall be short-body, cement-lined, and for the pressure rating noted in Division 1.81.40. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, and B16.4. Standard cement lining 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 exception 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, nitrile rubber (NBR, Buna-N), chlorinated butyl, or cloth-inserted rubber. Gaskets shall be full-face. Gaskets shall be a minimum ⅛-inch thick. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (PE), flanged (FL), or Victaulic (VIC). Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and coat the exterior per Division 9.91.13.13. Part 3 – Execution Installation The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. The amount of deflection at each pipe joint shall not exceed 3 -degrees per joint (11 inches over 18 feet), or the manufacturer’s printed recommended deflections, whichever is less. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-6 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 15.22.04 Stainless Steel Pipe and Fittings Part 1 - General Related Sections • Division 5.05 Common Work for Metals Design Requirements The pipe wall thickness shall be minimum Schedule 40s and as required by the following table. Pipe Wall Thickness (inches) Nominal Pipe Diameter 1″ 2″ 3″ 4″ 6″ 8″ 10″ 12″ 14″ 16″ 18″ 24″ 30″ 0.133 0.154 0.216 0.237 0.280 0.322 0.365 0.375 0.375 0.375 0.375 0.375 0.375 Part 2 - Products Materials All stainless-steel pipe and fittings shown on the Plans in direct bury applications shall meet ASTM A312, Type 316L, Welded. All heat tints and chromium depleted layers caused by welding shall be removed by pickling prior to on-site delivery. Above-ground stainless steel piping and fittings shall meet ASTM A778 and A774 respectively, welded. ASTM A312 is also acceptable. Piping systems shall be pickled after welding and prior to on-site delivery. Fittings shall be beveled plain-end for welding, mechanical joint connection, or flange as shown on the Plans. Part 3 - Execution Installation Welding of pipe shall be per ASME Welding Code. Passivate field welds per Division 5.05. 15.23 Non-Metal Pipe and Fittings 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer – Push on Joint Part 1 – General Design Requirements Pipe and fittings shall be solid green and meet the requirements of ASTM D3034 for 4-inch to 15-inch Standard Dimension Ratio (SDR) 35, and ASTM F679 PS 46 for 18-inch to 48-inch. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-7 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Part 2 – Products Materials Provisions must be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section with a solid cross-section rubber ring, factory assembled, securely locked in place to prevent displacement during assembly. Standard laying lengths shall be 20 feet and 14 feet plus or minus 1-inch. At manufacturer’s option, random lengths of not more than 15 percent of total footage of each size may be shipped in lieu of standard lengths. All fittings and accessories shall be as manufactured by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 15.30 VALVES 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. Valve 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 operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the Contractor’s expense. Pressure rating shall be per Division 1.81.40 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 percent of the operator shaft failure torque. Provide 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 10 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall be equipped with lever actuator for valves 3 inches and smaller, or handwheel actuator for valves 4 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 operator. Buried valves where the operator nut is more than 3 feet below the valve box lid shall be provided with a solid shaft valve nut extension to reach between 18 inches and 30 inches 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 circum stances City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-8 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 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 instructions and as shown on the Plans. Verify alignment and adjustments after installation. Provide buried valves with all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. 15.32 Isolation Valves 15.32.05 Eccentric (Plug) Valves Part 2 – Products Manufacturers Valves equal to M&H/Kennedy Valve Eccentric Plug Valve, Pratt eccentric valves, or Dezurik PEF. Manufactured Units Eccentric plug valves meeting the requirements of AWWA C517 unless otherwise specified. Port opening area no less than the area of an equivalent nominal diameter round pipe (100% port). 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 or ductile iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a ⅛-inch welded overlay of not less than 90 percent pure nickel, with a raised seat area, so that the plug face contacts only nickel; or 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 seat 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, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V -ring type, externally adjustable and re-packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. Valves shall be equipped with gear actuators oriented as shown on the Plans. Gearing shall be enclosed in steel housing suitable for direct bury and for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into actuator. Actuator shaft shall be City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-9 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM supported on permanently 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. Include a 2-year, non-pro-rated, manufacturer’s warranty. 15.33 Check Valves 15.33.02 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 tightly, 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 pressures stated in Division 1.81.40. Flanges shall be drilled to ANSI B16.1, Class 125# or as specified in the Plans. Operating pressure range is 10 psi (low) to 30 psi (high). The manufacturer shall certify that the check valve will seal completely with 10 feet of differential head. Part 2 – Products Manufacturers The valve shall be equal to M&H Model 159 Swing Check Valve. Valve swing arm shall be weighted. Swing arm shall be oriented as shown on the plans. If not shown, swing arm shall be located to be free to move without restriction. 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 stiffing box and be connected to the swing arm in the outside of the valve. Finishes The interior and exterior of the valve body, bonnet and seal plate shall be coated with fusion- bonded epoxy meeting AWWA C-550 (latest revision). Interior coating shall be a minimum dry film thickness of 7 Mils, not including primer. Exterior coating shall be a minimum dry City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-10 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM film thickness of 5 Mils, not including primer. Alternatively, exterior may be coated per Division 9.90. Recommended for all applications, especially sewer. 15.40 PIPING SPECIALTIES 15.40.01 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 1.81.40. Joint adjustment range of no less than 2 inches for 12-inch diameter and smaller pipe, and 3 inches for 14-inch diameter and larger pipe. Joint assembly to include limiting rods to prevent pull-out. Part 2 – Products Manufacturers Dismantling joint shall be Romac DJ400 with limit rods or equal. Part 3 – Execution Installation Install per the manufacturer’s instructions. Set the assembly at the midpoint of the adjustment range unless specifically called out otherwise on the Plans. 15.40.03 Pipe, Valve, and Conduit Supports Part 1 – General Summary This section includes providing pipe supports, hangers, guides, and anchors. Related Sections • Division 1.81.30 Seismic Restraint • Division 5.05.23 Bolts and other Connectors References Pipe supports furnished under this section shall comply in all respects with the requirements of the following standards. • ANSI/ASME B31.1 Power Piping • ANSI/MSS SP-58 Pipe Hangers and Supports – Materials, Design and Manufacture • ANSI/MSS SP-69 Pipe Hangers and Supports – Selection and Application City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-11 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Performance Standards Piping systems, including connections to equipment, shall be properly supported to prevent deflection and stresses. Supports shall comply with ANSI/ASME B31.1, except as otherwise indicated. Size hanger rods, supports, clamps, anchors, brackets , and guides in accordance with ANSI/MSS SP 58 and SP 69. Support plumbing drainage and vents in accordance with the Uniform Plumbing Code. Submittals Pipe Hanger/Support Design Calculations Shop drawings of engineered pipe hangers/supports, including details of concrete inserts. Drawings shall include location plan showing location of the hanger/support in relation to the structure and/or equipment. Part 2 – Products Manufacturers Pipe supports, hangers, guides, and anchors shall be Anvil, Unistrut, Tolco, Standon, or equal. Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. Components Provide and install all equipment necessary for compete support systems including , but not limited to, base, riser pipe, anchor bolts, hanger rod, support cradle or clamp, and fasteners. All supports, rods, clips, etc. shall be 316 L stainless steel. Bolts shall be in accordance with 05.05.23. Except as otherwise noted, pipe support components shall comply with the types in ANSI/MSS SP-58. Submerged Supports: Submerged piping shall be supported with hangers, brackets, clips, or fabricated supports and stainless-steel anchors. Point Loads: Any meters, valves, heavy equipment and other point loads on PVC, fiberglass and other plastic pipes shall be supported on both sides according to the manufacturer’s recommendations to avoid pipe stresses. Supports on plastic and fiberglass piping shall be equipped with extra wide pipe saddles or stainless-steel shields. No support shall have metal pieces in contact with plastic process piping. Finishes Unless otherwise noted, all fabricated pipe supports, other than stainless steel or non-ferrous supports, shall be blast-cleaned after fabrication and hot-dip galvanized in accordance with ASTM 123. Other than stainless steel and non-ferrous supports, supports shall be coated in accordance with Division 9.90. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-12 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Part 3 – Execution Installation Piping shall be rigidly anchored to walls, slabs, and ceilings by means of suitable pipe supports, wall brackets, or pipe hangers. Pipe supports, hangers, brackets, anchors, guides , and inserts shall be installed in accordance with the manufacturer’s installation instructions and ANSI/ASME B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. Stand-on Pipe Support: Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Riser Supports: Risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. Support Spacing: Pipe supports shall be placed to meet the following maximum spacing, unless otherwise noted or shown on the Plans: maximum vertical support spacing of 5 feet, and maximum horizontal support spacing of 10 feet. Support shall be provided at horizontal bends, base of risers (vertical bends), floor penetrations, connections to pumps, blowers, and other equipment, valves and appurtenances. Support spacing shall meet the local plumbing code where applicable. Support spacing may be increased from that noted above provided adequate calculations are provided supporting the change. Support Anchorage: Concrete anchors shall be as specified in Division 3, Concrete Anchors. All channel strut type supports shall have a minimum of 2 anchors per support. Suspend pipe hangers from hanger rods, secure with double nuts. Securely anchor plastic pipe, valves and headers to prevent movement during operation of valves. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. Provide ductile iron elbows or tees supported from floors with base fittings . Support base fittings with metal supports, or when indicated on the Plans, concrete piers. Do not use chains, plumbers’ straps, wire, or similar devices for suspending, supporting or restraining pipes. Install riser clamps at floor penetrations and where indicated on the Plans. Field Quality Control Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other work. Properly support, suspend or anchor exposed pipe, fittings, valves and appurtenances to prevent sagging, overstressing or movement of piping and to prevent thrusts or loads on or against connected pumps, blowers or other equipment. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-13 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 15.40.11 Joint Restraints – Wedge Style Part 1 – General Summary This specification is for wedge-action (tooth) style restraints. This type of restraint shall not be used where the Plans or specifications require True Restrained Joints (TRJ). Other terms used for TRJ may include “Bead-locked” or “Fabricated Restrained Joints.” Performance Requirements. All naturally unrestrained joints subject to unbalanced forces shall be restrained to resist testing and operational forces. Restraints shall be rated for the maximum testing and operational pressures. Restraints shall be designed specifically for the material and purpose of the pipe and joint. Provide the quantity of restraints required for fully restraining all working and testing forces. Submittals Provide manufacturer’s information describing applicability and performance ratings. Quality Assurance The Contractor is responsible for verifying compatibility of the pipe and restraint system proposed in their bid. Part 2 – Products Manufacturers Mechanical Joints: EBAA Iron “Mega-Lug,” Romac “Romagrip,” or approved equals. Push-on Joints: US Pipe Field-Lok 350 (ductile iron), Ransom ReiberLok (PVC), EBAA Iron 1900 (PVC), or approved equals. If the Owner has construction standards addressing the type of restraints allowed, those standards shall take precedent over this specification unless specifica lly identified otherwise on the Plans. Components Set-screw type restraints are not permitted. Part 3 – Execution Preparation Verify that the pipe surface where the restraints will affix is not damaged or corroded prior to installation. Any such damaged pipe shall be cut off and disposed of. Clean any dirt or debris from the surface of the pipe. Installation/Construction Install per the restraint manufacturer’s instructions. Bolted style restraints shall be tightened in an alternating pattern in stages, do not tighten circumferentially. If bolted restraint does not come with break-off head bolts, a torque wrench must be used. If pipes require deflection at City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-14 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM the joints, perform the deflection prior to final tightening of the restraints. Do not exceed the manufacturer’s maximum deflection recommendations. Initial setting of wedges may use any commonly used hand tools until the wedge touches the pipe surface. Impact tools are not allowed for wedge engagement and final torquing. Installation of restrained joint push-on pipe that will be deflected must be installed per the manufacturer’s instructions. In general, this requires the pipe to be inserted into the bell at a straight alignment, but not pushed home. The pipe can then be deflected. If the manufacturer’s instructions provide differing, or additional instructions, those instructions shall be followed. Bedding material must sands and/or angular gravels for proper soil-to-pipe adhesion and shall not be a clay, rounded gravel, pea gravel, washed rock, or other poorly graded material. Compaction of bedding around restrained pipe shall be performed in maximum 9-inch lifts using mechanical compaction equipment. Repair If restraints are removed for any reason, the restraints shall be disposed of and not reused. The section of pipe to which the restraints were secured shall be cut off and disposed of. 15.50 FLOW METERS 15.50.05 Common Work for Flow Meters Part 1 – General Design Criteria Meter body and register shall have a minimum pressure rating of minimum 150 psi. Materials, coatings, and components shall be appropriate for the fluid being measured. Meter will be installed inside a manhole or vault with an anticipated ambient temperature range between 40 and 110 degrees Fahrenheit. Submittals Meter shall fit in the space provided on the Plans. Meters that do not fit in the space provided must be approved by the Engineer for acceptance along with the Contractor’s proposed modifications to accommodate the meter. Provide information on meter assembly, available and selected options, readout head, remote transmitter, coatings, and dimensions of all equipment. Part 2 – Products Components Each meter shall be equipped with an indicator-totalizer device with Digital readout head with electronic output per Division 15.51.5. Part 3 – Execution Installation Install the meter in strict accordance with the manufacturer’s recommendation. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-15 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Testing If a meter approved by the Owner is not rated for the system test pressure, a temporary spool, flange(s), or cap(s) must be installed in place of the meter. A visual leak test will be performed under working pressure with the meter in place. The Contractor shall prove correct meter and transmitter performance. Should performance not be acceptable, adjust or replace the unit at the Contractor’s expense. 15.51.05 Digital Read Head with Electronic Output Part 2 – Products Components The totalizer shall read in units of hundreds of gallons. Readout shall gallons per minute (gpm) for instantaneous flow. The transmitter shall provide a contact closure (digital pulse) switch and a loop-powered current output (analog) for connection to the instrumentation system. The pulse output shall be plus or minus 2 percent of actual flow with the range specified for each meter. The current output shall be a 4-20 mA signal that represents the rate of flow through the meter. Scale the transmitter as follows: 0 gpm minimum and 1,000 gpm maximum. The current output shall be plus or minus 0.5 percent of full scale of the instrument the transmitter is controlling. Transmitter electronics shall NEMA 4X rated and shall be tube-mounted to the flow meter. Transmitter shall be 24 VDC powered. The transmitter shall display flow rate in gallons per minute, totalized gallons, and an empty pipe indicator. The electronics shall be NEMA 4X rated. Output shall be 4-20 mA into 800 Ohms with an isolated ground and non-interacting zero and span adjustments. Separate 24 VDC pulse outputs for forward flow shall also be provided. The display and output shall be user scalable for GPM, CFS, or MGD, and shall be password protected. All software shall be battery powered with a battery that has a 10-year service life. The meter, electronics, and transmitter shall be RFI shielded to prevent interference from adjacent high noise electrical equipment such as variable frequency drives, electromagnetic starters, transformers, or transfer switches. Provide the necessary interface between remote instrumentation and the transmitter. Provide a meter with power and signal wiring as recommended by the manufacturer. Ground instrumentation shall be as recommended by the manufacturer. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-16 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM 15.53 Electronic Flow Meters 15.53.03 Electromagnetic Flow Meters Part 1 – General Related Sections • 15.51.05 Digital Read Head with Electronic Output Design Requirements Provide an electromagnetic flow metering system suitable for measuring and transmitting flow rate in a full-flowing pipe. The meter shall be suitable for either horizontal or vertical mounting. The system shall operate within the accuracy required over an ambient temperature range of -10 to +120 degrees Fahrenheit and a process temperature range of +15 to +120 degrees Fahrenheit. Performance Requirements The flow meter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that automatically re-zeroes after each pulse cycle. System accuracy shall be  1 percent of actual flow rate over a fluid velocity range of 1 to 30 feet per second (fps), and within 0.01 fps for velocities less than 1 fps. Repeatability shall be 0.1 percent of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configuration. Part 2 – Products Manufacturers The flow meter shall be Siemens Sitrans model FM MAG 5100W or approved equal at Liberty and Talbot Crest Lift Station. The flow meter shall be Endress and Hauser Proline Promag W 400 or approved equal at Cottonwood Lift Station. Manufactured Units The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and rated for working and test pressures. 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 316 stainless steel or Hastelloy C grounding rings 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. When grounding rings are used, select gaskets with an inside diameter large enough that the gasket cannot wrap over the exposed edge of the grounding ring, blocking it from the process fluid. Finishes The meter liner shall completely encapsulate all wetted areas except for electrodes. The liner shall be certified by the manufacturer as appropriate for the proposed use. The liner shall be ebonite for the Siemens model and hard rubber, polyurethane, or PTFE for the Endress and Hauser model. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-17 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM The meter supplier shall review the liner material specified and confirm that it is appropriate for this project fluid and process. Provide submittal information that the liner material is fully compatible with the liquid it is carrying. 15.70 PLUMBING 15.70.05 Common Work for Plumbing Part 2 – Products Components Joints and Connections • Steel and Brass: Use factory-cut pipe threads where possible; otherwise, cut pipe ends square, remove all fins and burrs, and cut full-depth tapered threads. Apply joint compound to male threads only and engage so that no more than three threads remain exposed. • Copper: Make all joints in copper tubing with 95-5 tin-antimony solder applied in strict accordance with manufacturer's recommendations. Flared connections are only allowed in exposed locations. • Hubless: Install a neoprene gasket and stainless steel clamp and shield coupling joint assemblies with bolts alternatively and incrementally tightened to a minimum 60 inch- pounds torque. Use a single set-point torque wrench manufactured specifically for this purpose. Do not use screwdrivers or other types of wrenches . Re-torque bolts after 24 hours. • Solvent cement: Use solvent cement approved by pipe and fitting manufacturer and apply in accordance with the manufacturer's installation procedures. Fixtures and Trim Use chromium-plated brass bolts, nuts and washers where exposed; otherwise , use brass or bronze bolts, nuts and washers. Make connections gas-tight and water-tight. Do not use bulk material, including putty and plastics, for gaskets. Trim shall match metal parts used with fixtures. Trim shall be stainless steel, except when provided with plumbing fitting by the manufacturer. Exposed trim shall have a satin type finish. Escutcheons shall be provided at each point where pipe or other fittings enter the wall. Part 3 – Execution Examination Prior to work of this section, carefully inspect installed work of other trades and verify that such work is complete to the point where this installation may properly commence. Verify that plumbing may be installed in strict accordance with all pertinent codes and regulations. In the event of a discrepancy, do not proceed with the installation and immediately notify the Owner. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 15 15-18 J:\Data\REN\117-037\Specs\PH 3\Technical\15 Mechanical.docx 8/10/23 9:44 AM Installation Install and locate pipe, fittings and accessories as shown on the Plans. Waste piping vents shall protrude through the roof. In framed walls, waste piping vents shall be concealed. Provide individual vents for each fixture. Except for drain grates, do not embed plumbing in concrete or masonry, always surface mount. Where furring exists, conceal in furring unless shown otherwise on the plans. Where plumbing passes through concrete or masonry, provide a sleeve unless specifically shown otherwise on the plans. Rigidly support wall hung fixtures by means of metal supporting members so that no stress is transmitted to connections. Do not cut into or reduce the size of any load-carrying member without prior approval of the Engineer. Install pipes to clear all beams and obstructions. Locate water hammer arresters in accordance with the manufacturer's recommendation. Provide uniform pitch of at least 1/8-inch per foot, or as otherwise noted, for all horizontal waste and drain piping within the building. Pitch all vents for proper drainage. Cushion all traps and bearings to minimize transfer of sound; firmly anchor all pipes in position. Vertical stacks shall be supported at floors with clamp anchors as required to relieve joint stresses. Conceal all piping unless otherwise shown on the Plans. Provide and conceal air chambers the same size as the branch line at each water connection to a plumbing fixture. Inspection Test all plumbing fixtures for proper and smooth operation when in use. Make sure fixtures are thoroughly clean and free of any foreign material. 16-1 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Division 16 Electrical 16.00 GENERAL The Contractor shall provide all labor, material, tools, equipment and services required to complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and specifications. Sections in these specifications titled “Common Work for . . .” shall apply to all following sections whether directly referenced or not. The Contractor shall reference Division 1.25 regarding substitutes and “or-equals.” 16.05 Common Work for Electrical Part 1 – General Summary Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically, dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. Regulatory Requirements The 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 provided and/or installed with other electrical equipment. • Division 15.51 Flow meter transmitters • Division 17.50 Sensors and controls Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. Definitions Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not otherwise designated on the Plans. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-2 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming 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 word “provide” shall be interpreted to mean furnish and install. Design Requirements Unless otherwise noted, provide enclosures as follows: 1. Indoors Unclassified Locations: NEMA Type 12 2. Outdoors and/or Wet Locations: NEMA Type 4X Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with Division 1 of these specifications. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include at a minimum: a wiring diagram or connection schematic, and an interconnection diagram. Wiring Diagram or Connection Schematic 1. Include all devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). Interconnection Diagram 1. Show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. Show references to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Show bundled wires on a single line with the direction of entry/exit of the individual wires clearly shown. Identify all devices and equipment. Show terminal blocks as actually installed and identified in the equipment complete with individual terminal identification. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Show spare wires and cables. Provide submittal information for the following items: 1. Conduit and Fittings 2. Outlet and Junction Boxes 3. Electrical Handholes and Vaults 4. Wire and Cables City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-3 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 5. 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. Carry out shutdowns only after a shutdown schedule has been submitted and approved by both the Owner and the Engineer. Construction Power See Division 1.51. Part 2 – Products Source Quality Control Provide adequate space and fit for the electrical installation, including, but not limited to, determination 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 National Electric Code (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 maximum dimensions unless approved by the Owner. 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. 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 ⅜-inch. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-4 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Accessories Wire Identification 1. Identify each wire or cable at each termination and in each pull-box using numbered 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 panelboard 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 terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull-box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor en d. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes Refer to each electrical equipment section of these specifications for painting requirements of equipment enclosures. Part 3 – Execution Installation General 1. Complete the wiring, connection, adjustment, calibration, testing and operation of mechanical equipment having electrical motors and/or built-in or furnished electrical components in accordance with electrical code, UL listing requirements and manufacturer’s instructions. Install electrical components that are furnished with mechanical equipment. 2. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. 3. Complete the procurement, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical devices, components accessories and equipment which is not shown or specified but which is nonetheless required to make the sys tems shown and specified properly functional. Workmanship 1. Assign a qualified representative who shall supervise the electrical construction work from beginning to completion and final acceptance. 2. Provide all labor using qualified craftsmen, who have had experience on similar projects. 3. Ensure that all equipment and materials fit properly in their installations. Field Services 1. 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-5 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Installing Equipment 1. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. 2. Install all floor-mounted equipment on 3½-inch high reinforced concrete pads. 3. Install all equipment and junction boxes to permit easy access for normal maintenance. Cutting, Drilling, and Welding 1. Provide any cutting, drilling, and welding that is required for the electrical construction work. 2. 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 materials as the surrounding area and finish to match. Metal Panels 1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls ¼-inch from the wall and paint the back side of the panels with a high build epoxy primer with the exception of stainless-steel panels. Film thickness shall be 10 Mils minimum. Seismic Requirements 1. See Division 1.81.30. Load Balance 1. Balance electrical load between phases as nearly as possible on panelboards, motor control centers, and other equipment where balancing is required. 2. 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. Field Quality Control Minor Deviations 1. The electrical plans are diagrammatic in nature and the location of devices, fixtures, and equipment is approximate unless dimensioned. Based on this, the right is reserved by the owner to provide for minor adjustments and deviations from the locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner’s approval, without extra cost. 2. 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 approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors, and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-6 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Project Record Plans 1. 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 Owner for review prior to final acceptance. 2. After testing and acceptance of the project the Contractor shall furnish in the O&M manuals an accurate connection schematic and interconnection diagram for every service entrance panel, pump control panel, motor control center, and instrumentation panel provided this project. Cleanup and Equipment Protection Equipment Protection 1. Always exercise care 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 protection. Cleaning Equipment 1. 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 1. Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. Final Cleanup 1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Owner. 2. Lamps and fluorescent tubes shall be cleaned, and defective units replaced at the time of final acceptance. 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 1 – General Summary 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 electrical system. Special vaults, grounding, trench backfill requirements may be specified with the particular equipment or electrical system involved. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-7 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Related Sections Wire and cable per Section 16.60. Raceways and conduit per Section 16.70. Design Requirements 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. Part 3 – Execution Construction Provide all excavation, trenching, backfill, and surface restoration required for the electrical work. Excavate to depths as required by Code, particular installation, or 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 larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 12 inches horizontal and 6 inches vertical minimum, except gas line separation shall be 12 inches both vertical and horizontal. Cross concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place back fill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod, roots or debris for 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 communication lines. Tape shall be detectable by a pipe/cable locator or 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 plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Part 3 – Execution Installation Unless noted otherwise on Plans, install approved underground marking tape 12 inches above and directly over the conduit or raceway in all trenches. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-8 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 16.10.3 Handholes and Pull Boxes Part 2 – Products Manufacturers Handholes and Pull boxes shall be Oldcastle 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. Provide handholes with a perimeter of 10 feet or more (e.g., 3 feet by 2 feet) with 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 Permagum sealing compound. Where conduits enter 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 finished grade in all paved areas, roadways and walkways. All handhole edges shall be flush with final surface. 16.15 Grounding and Bonding for Electrical Systems Part 1 – General References Service and equipment grounding shall be per Article 250 of the 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-9 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 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 NEC unless specified otherwise below: 1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27 percent 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 connections except the exothermic welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applications. 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 When available a UFER ground per latest edition of NEC shall be provided as the primary means to ground the electrical system. Ground electrical service neutral at service entrance equipment to supplementary grounding electrodes. Ground each separately derived system neutral to nearest effectively grounded building structural steel member or separate grounding electrode. Provide a ground rod box for each ground rod 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 connections, taps and splices with exothermic 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 Exposed noncurrent-carrying metal parts of equipment, conductor supports or racks, conduits, and other metal appurtenances, including any metal cover and its supporting ring, City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-10 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM shall be bonded together and connected to a common ground. The size of the grounding means shall be as prescribed in the NEC. Where the grounding means is exposed, the grounding conductor shall be not smaller than #8 AWG copper. Ground Connections Above grade ground connections shall be exothermic weld, mechanical, or compression-type connectors; or brazing. Below grade ground connections shall be exothermic weld. Install all ground connections is strict accordance with connector manufacturer’s recommendations and methods. Testing Following completion of the grounding electrode system, if installed, 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 7.13. 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. 16.60 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 Materials Conductors 1. Solid and 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. Aluminum 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-11 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 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. 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: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. Terminations 1. Crimp type terminals 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 screw does not bear directly on the conductor. 3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. Finishes Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: 1. 120/208 Volt, 3 Phase: Red, black and blue. 2. 277/480 Volt, 3 Phase: Yellow, brown and orange. 3. 120/240 Volt, 1 Phase: Red and black. Part 3 – Execution 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 terminals. Size as noted on the Plans. 3. Size #14 AWG wire or smaller shall not be allowed on power circuits. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-12 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Installation Conductor Splices 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted shall be completed using an approved splice kit intended for the type of conductor and the application. The splice shall be in accordance with the splice kit manufacturer’s instructions. 2. Underground Splices: All underground outdoor splices when approved by Engineer shall be completed in an accessible pullbox or handhole using an approved watertight epoxy resin splice kit rated for the application up to 600 volts. Splices will not be allowed to be direct buried. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination 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 panelboard circuits using the panelboard 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 terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motor circuits over ½ horsepower, test cables per 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) 1. 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 or shorter lay, with 100 percent foil shielding and 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 degrees Celsius and for operation at 600 volts. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-13 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Cat 5E Ethernet Cable 1. The Ethernet cable shall be shielded 600V UL rated. The use of a 300V rated cable is not acceptable. All Ethernet cable terminating outside of a telemetry panel shall be grounded at the telemetry panel only. 2. Ethernet cables shall be industrial type Ethernet cable and UL listed for installation in the Motor Control Center. Ethernet cables shall be Allen-Bradley Ethernet Cable with metal In-cabinet RJ45 Connectors, no substitutions. Special Cables 1. Use only coaxial cable recommended for specific applications such as radio antenna systems and computer networks as required by the manufacture or system supplier. 2. Special cables such as triaxial (coax), twin-axial, and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufacturer or suppler. Deviations must be favorably reviewed by the Engineer. Part 3 – Execution Installation Cable Installation 1. Cables shall be continuous from initiation to termination without splices. 2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. 3. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination 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 panelboard circuits using the panelboard 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 terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-14 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 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 NEC requirements for the quantities and sizes of wire installed therein. Grounding of the raceway, junction boxes, fittings and any other boxes is the responsibility of the Contractor. Ground conductors, bushings, connections, clamps and other materials as needed to ground the raceway system is the responsibility of the Contractor. All raceways shall be grounded in accordance with the NEC. 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 NEC. 2. PVC Coated Rigid Steel Conduit (PVC-GRS): 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 Celsius. UL listed for aboveground use and UV 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. 4. Flexible Metal Conduit (Flex-LT): Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. Conduit and 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 straps 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 epoxy coated clamps or PVC conduit wall hangers. 2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be ½-inch all-thread rod and shall meet City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-15 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. Conduit Sealants 1. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, 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 -toxic, 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 for the type and size of penetration. Part 3 – Installation Raceway Applications Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. ABOVE GRADE CONDUITS (non-corrosive areas) shall be: 1. GRS for power and control wiring. 2. GRS for instrumentation and telecommunications wiring. ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be: 1. PVC-GRS for power and control wiring. 2. PVC-GRS for instrumentation and telecommunications wiring. BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs-on-grade) shall be: 1. PVC-40 for power and control wiring. a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-GRS for instrumentation and telecommunications wiring. UNDER SLABS-ON-GRADE CONDUIT shall be: 1. PVC-40 for power and control wiring a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-GRS for instrumentation and telecommunications wiring. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be: 1. Liquidtight flexible metallic conduit for indoor, non-corrosive areas and all motor leads from VFDs. 2. Connection to equipment outdoors or in corrosive areas shall be with non-metallic liquidtight flexible conduit (except for motor leads from VFDs shall be flexible metallic.) City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-16 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Installation 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 otherwise on the construction Plans. Size of Raceways: 1. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance with NFPA 70. 2. Unless specifically indicated otherwise, the minimum raceway size shall be: a) Conduit: ¾-inch All raceways shall contain a separate grounding conductor. Spare conduits shall contain one 3/16-inch diameter nylon pull rope. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. 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. Conduit shall not be routed on exterior of structures except as specifically indicated on the Plans. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. Securely fasten raceways at intervals and locations required by NEC, or the type of raceway employed. Provide all required openings in walls, floors and ceilings for conduit penetration. 1. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. 2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames in masonry and concrete, and by requesting openings in advance. 3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural members and rebar. 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. Plastic 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. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12 inches for metallic conduits and 24 inches for nonmetallic conduits. Install explosion-proof seal-offs in hazardous areas shown on the Plans and as required by the NEC. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-17 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Plastic raceway joints shall be solvent cemented in accordance with re commendations of raceway manufacturer. All conduit openings not encased in a panel shall be sealed with duct seal. Wireway Installation 1. Straight sections and fittings shall be solidly bolted together to be mechanically rigid and electrically continuous. Dead ends shall be closed. Unused conduit openings shall be plugged. 2. Wireways shall be supported every 5 feet minimum. 16.72 Boxes and Enclosures 16.72.2 Outlet and Junction Boxes Part 1 – General Design Requirements In corrosive areas, all junction boxes shall be NEMA 4X. Outlet boxes and switch boxes shall be designed for mounting flush wiring devices . Outlet boxes shall not be less than 4-inch square and 1½-inch deep. Ceiling boxes shall withstand a vertical force of 200 pounds for five minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for five minutes. Part 2 – Products Materials Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the NEC. All boxes shall be of proper size to accommodate devices, connectors, and n umber of wires present in the box. Boxes shall be readily accessible. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of ⅛-inch at every point, and not less than ¼-inch 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 or 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-C-586C and UL 514. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of ⅛-inch. Finishes Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-18 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 16.72.3 Watertight Enclosures Part 2 – Products Manufacturers The watertight enclosure shall be equal to Hoffman. Materials Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations 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. 16.95.1 Common Work for Testing Part 1 - General Submittals Test reports shall be submitted to the Engineer prior to final 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. Prior to scheduling the testing, the Contractor shall have satisfied themselves that the project area is properly cleaned up; all patching and painting deemed necessary properly 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. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-19 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM Part 3 – Execution Site Testing Test all circuits for continuity, freedom from 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: Perform voltage, current and resistance tests on all motors ½ 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 exist. Conduct special test as required for service and/or system ground. Field Quality Control General 1. 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. Operational Tests 1. Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 16 16-20 J:\Data\REN\117-037\Specs\PH 3\Technical\16 Electrical.docx 8/10/23 9:47 AM 16.95.3 Conductor Test Repor t Conductor Test Report Page 1 of 1 PROJECT: OWNER: Contractor Co. Name: Tested by: Phone Number: Test Date: Race- way V C Operating Load Voltage Insulation Resistance - OHMS Label (1) (2) (3) VAB VCB VCA VAN VBN VCN A-B B-C C-A A-G B-G C-G A B C D E F G 1. Refer to raceway and wire schedule and one-line diagram for description of feeder identified by label shown on this report 2. Visual Inspection – Check when completed 3. Continuity Test – Check when completed 17-1 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Division 17 Automatic Control 17.00 GENERAL This division covers all work necessary for furnishing, installing, adjusting, testing, documenting, and starting-up the Instrumentation and Control (I&C) and Telemetry System. Programmable logic controller (PLC) shall provide local, automatic control of on-site pumps. Computer-based telemetry system will provide remote control, alarm presentation, and data logging activities at the Owner's headquarters location. Sections in these specifications titled “Common Work for . . .” shall apply to all following related subsections whether directly referenced or not. These specifications are an integral part of the contract documents for the I&C and Telemetry portion of this contract. The written descriptions of system performance contained herein are given to assist the Contractor in interpreting the contract plans but are not intended to be all-inclusive. The Contractor shall be aware that all automatic control systems do not require the same components and accessories for complete system operation. Therefore, these specifications do not include all accessories and appurtenances required for a complete system. The Contractor shall, however, provide all accessories and appurtenances to result in a completely operational system as required to meet the functional requirements of these documents. Where specific equipment specifications are given, they are used to represent the level of quality required by these documents. 17.05 Common Work for Automatic Control Part 1 – General Summary The work under this division covers construction specifically described in these specifications. Project Plans will be provided for this project. All work incidental and necessary to the completion of the project described herein shall be completed under the bid item listed in the bid proposal, and no other compensation will be allowed. The work generally consists of the following: • Detailed system layout and design for the particular equipment bid in accordance with these functional specifications. • Furnishing of I&C equipment including delivery, storage, software, programming, installation, testing, startup, and documentation. • Providing operator maintenance manuals for all equipment and devices provided by this Contract. • Providing system training to the operators of the proposed equipment. Related Sections • Division 16 Electrical City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-2 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM References The project Plans are based on Instrument Society of America (ISA) standards numbers S5.1, S5.2, S5.3, and S5.4. The Contractor is encouraged to be familiar with these standards since the project plans do not contain wiring or ladder diagrams, but are based on the functional requirements of the ISA format. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations: • American National Standards Institute (ANSI). • Institute of Electrical and Electronic Engineers (IEEE). • National Electrical Manufacturers Association (NEMA). • Underwriters' Laboratories (U/L). • Instrument Society of America (ISA) All equipment and materials, and the design, construction, installation, and application thereof shall comply with all applicable provisions of the National Electrical Code (NEC), the Occupational Safety and Health Act (OSHA), and any applicable Federal, State, and local ordinances, rules and regulations. All materials and equipment specified herein shall be within the scope of Underwriter’s Laboratory (UL) examination services, be approved by the UL for the purpose for which they are used and shall bear the UL label. All control panels shall bear a label by UL or by an approved testing authority for the completed assembled panel. Definitions Contractor: The Contractor, as distinct from the Control System Integrator, shall install panels and other materials furnished by the Control System Integrator and provide all materials and work necessary and thereby, satisfy all requirements that are within the scope of this section. Control System Integrator: A single company subcontracted by the Contractor, who shall design and furnish the system, provide the instrument panels; provide the PLCs, RTU, startup, training services, and other instrument components. Control System Programmer: A single firm, pre-selected and contracted by the Owner, who shall furnish all programming, startup and training services related to programming. The Control System Programmer shall be RH2 Engineering, Inc. Submittals All submittals shall be complete, neat, orderly and indexed. Partial submittals will not be accepted. Submittal information shall be provided to the Owner for the following items: • Telemetry Panels • Operation and Maintenance Manuals per Division 1.79.2 and Division 17.94 • Full size nameplate wording schedules, in lettering style proposed for use. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-3 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM In addition to the requirements of Division 1.33, the Contractor shall develop and submit the following information provided by the Control System Integrator. Hardware Submittals Before any components are fabricated, and/or integrated into assemblies, or shipped to the site, the Contractor shall prepare a complete hardware submittal. The Engineer shall require five (5) sets, including fully detailed shop drawing, catalog cuts, wiring connections, and such other descriptive matter and documentation as may be required to fully describe the equipment and to demonstrate its conformity to these Specifications. The decision of the Engineer, upon the acceptability of any submittal, shall be final. Catalog information shall be submitted for all components and equipment, regardless of whether or not it is of the same manufacture as that listed in the Specifications. System Plan Submittals Following approval of the hardware submittal, the Control System Integrator shall prepare complete system interconnect wiring diagrams and panel layout plans for approval. Plans The Control System Integrator shall develop all shop drawings required for design, fabrication, assembly and installation of the control system. Shop drawings shall include all plans required in manufacture of specialized components and for assembly and installation of them. Plans shall be prepared with a CAD program capable of exporting to AutoCAD format, and printed on 11-inch by 17-inch media. Plans shall have borders and title blocks identifying the project system, revisions to the plans, and type of plan. Each revision of a plan shall carry a date and brief description of the revisions. Diagrams shall carry a date and brief description of the revisions. Diagrams shall carry a uniform and coordinated set of wire numbers and terminal block numbers in compliance with panel work wiring. Additionally, one set of electronic .DWG files shall be provided to the Owner. Elementary Diagrams The Contractor shall provide elementary diagrams for all discrete loops. Loop diagrams shall be prepared in compliance with ISA S5.4 and shall be provided for all analog loops. Elementary diagrams and loop diagrams shall show circuits and devices of a system. These diagrams shall be arranged to emphasize device elements and their functions as an aid to understanding the operation of a system and maintaining or troubleshooting that system. Elementary and loop diagrams shall also show wire numbers, wire color codes, signal polarities, and terminal block numbers. Panel Fabrication and Arrangements Plans The Contractor shall provide arrangement plans of all panel front- and internal-mounted instruments, switches, devices, and equipment indicated. All panel mounting details shall be shown. Outer dimensions of all panels shall be included on the plan. Deviations from approved arrangements require approval prior to installation. Arrangement plans shall be drawn to scale using standard Architectural or Engineering scales. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-4 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Site Conditions Specified instrumentation and control equipment shall be modified, if necessary, to make it suitable for operation in the ambient conditions specified in Division 16. Warranty In addition to any other warranties required by the specifications, the entire PLC system will be warranted against defects in materials, workmanship, and software functions for a period of 1 calendar year following the successful completion of the Functional Acceptance Test (FAT). The Contractor or designated service organization will be available on 24-hour notice to correct any system problems without charge to the Owner during the warranty period. In addition, the Contractor will provide four 2-day site visits during the warranty period to perform inspection and calibration of the equipment or other work at the request of the Owner. Extra Materials The Contractor shall supply sufficient spare parts, components, and assemblies to replace any defective or malfunctioning control component provided in this system. Control components are considered any device or combination of devices without which normal automatic control as outlined in this specification cannot be accomplished, and includes: 1. Two (2) spares of each part, component, or assembly, if more than ten (10) of those components are normally in use in the system. 2. One (1) box of each fuse type provided on this project. If ten (10) or more of a fuse type is provided for the project, then two (2) spare boxes shall be provided. 3. One (1) spare circuit breaker of each rating type provided on this project. 4. One (1) spare relay of each rating type provided on this project. 5. One (1) spare of each type of DC power supply and UPS module. 6. One (1) spare of each type of PLC module and processor. Spare part components shall be packaged for at ease of field installation by non-trained personnel, so that no soldering or special skills are required for installation . All spare parts shall be delivered in a hinged plastic box that is purposefully made for this contract. The box shall have a parts list permanently attached to the inside lid which lists all parts and refers to them by numbered code visible on the outside of the package. Fragile components shall be adequately protected with cut foam. Electronic components shall be wrapped in ultra-violet inhibiting file. The exterior of the box shall be labeled “Telemetry Spare Parts – Wastewater Department.” Provide the box with lifting handles. Part 2 – Products Components These Specifications list major instruments required to provide the process instrumentation system. All instrument functions specified on this list shall be provided by the Control System Integrator. Any additional instruments required to complete the instrument loops because of certain characteristics of the particular equipment selected by the Control System Integrator City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-5 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM shall be provided. Such additional instruments shall be provided and included in the original contract price even though not specified in the instrument index or on the Plans. The following systems utilize automatic control: • Pump controls • Engine generator set controls Accessories Provide all accessories required to furnish a complete control system that meets the requirements of the Plans and Specifications. Source Quality Control Material shall be new, free from defects, and of the quality specified . All equipment and materials utilized in the system shall be the products of Manufacturers with at least 5 years of experience in the manufacture of similar equipment. Similar items in the system shall be the products of the same Manufacturer. All equipment shall be of industrial grade and of standard construction, shall be capable of long, reliable, trouble-free service, and shall be specifically intended for control and monitoring of operation of motor-driven pumps and equipment. All equipment shall be of modular design to facilitate interchangeability of parts and to assure ease of servicing. Part 3 – Execution Installers Installation shall be performed by the workers who are skilled and experienced in the installation of I&C and Telemetry systems. Installation Installation and testing procedures shall be as specified in these and subsequent sections of this division. The control system shall be installed in accordance with the installation plans and instructions prepared by the Control System Integrator. Installation shall include all elements and components of control system and all conduit and interconnecting wiring between all elements, components, sensors, and valve operators. Equipment shall be located so that it is readily accessible for operation and maintenance. Field Equipment Equipment shall be provided as specified on the Plans such that ports and adjustments are accessible for in-place testing and calibration. Where possible, equipment shall be located between 48 inches and 60 inches, unless specified otherwise on the Plans, above the floor or a permanent work platform. Instrumentation equipment shall be mounted for unobstructed access, but mounting shall not obstruct walkways. Equipment shall be mounted where shock or vibration will not impair its operation. Support systems shall not be attached to handrails, process piping or mechanical equipment except for measuring elements and valve positioners. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-6 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Instruments and cabinets supported directly by concrete or concrete block walls shall be spaced out not less than ⅝-inch by framing channel between instrument and wall. Steel used for support of equipment shall be hot-dip galvanized after fabrication. Support systems including panels shall be designed in accordance with the Seismic Restraint and Anchorage section of Division 1.81 of these specifications and to prevent deformation greater than ⅛-inch under the attached equipment load and an external load of 200 pounds in any direction. Electrical Power Connection Electric power wiring and equipment shall be in compliance with Division 16 . Power disconnect switches shall be provided within sight of equipment and shall be labeled to indicate opened and closed positions and specific equipment served. “Within sight of” is defined as having a clear unobstructed view from the equipment served and within 50 feet of the equipment served. Disconnect switches shall be mounted between 36 inches and 72 inches above the floor or permanent work platform. Where equipment location is such that the above requirements cannot be met by a single disconnect switch, two switches, one at the equipment and one at the work platform, shall be provided. Signal Connection Electrical signal connections to equipment shall be made on terminal blocks or by locking plug and receptacle assemblies. Jacketed flexible conduit shall be used between equipment and rigid raceway systems except that flexible cable assemblies may be used where plug and receptacle assemblies are provided and the installation is not subject to mechanical damage in normal use. The length of flexible conduit or cord assemblies shall not exceed 2 feet. Flexible cable, receptacle and plug assemblies shall be used only where specified. 17.06 Control System Integrator Part 1 – General Division of Responsibility All instrumentation and industrial electronic systems shall be provided under the supervision of a single Control System Integrator, chosen by the Contractor, which is regularly engaged in the design and installation of such systems of similar scope and complexity. The Control Systems Integrator shall be enjoined by the Contractor as a Subcontractor. The assignment of specific responsibilities herein to the Control System Integrator shall not, in any way and under any conditions, diminish the Contractor's full and complete responsibility for all work performed and all materials installed under the contract. The contract between the Contractor and the Control System Integrator shall specifically require that the Control System Integrator conform to and meet all requirements specified in the contract documents. The assignment of a Control System Integrator that is an equipment supplier shall not be acceptable. Control System Integrator’s Responsibility The Control System Integrator shall be solely and completely responsible for the final design and assembly of the entire control system. Responsibilities include: City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-7 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM • Provision of, and the detailed design of, custom control panels and the motor control center. The plans show general layout of the control panels. The Integrator shall provide detailed scaled design of all components on and in the control panels and determine specific requirements. • The design of all interconnecting wiring of control equipment including remote control panels, packaged equipment panels, mechanical equipment with control components, etc. • Testing of the control panels in the Control System Integrator’s shop. • Coordinate with the Contractor for specific requirements and locations of raceway penetrations and field wiring in control panels. • The Control System Integrator shall supply the Contractor with all necessary detailed installation plans and/or written instruction for installation of all control components and sensing devices for proper system operation. • Coordinate with the Control System Programmer who has been selected by the Owner and are under separate contract with the Owner, to allow in-shop testing of the programming of all control devices and to execute the functions listed in the control strategies. • Develop an assembly and testing schedule, with the Control System Programmer to allow for testing of all new programs in the Control System Integrator’s shop. • Provide installation assistance. • Provide Startup and Training Services. General and Electrical Contractor’s Responsibilities The General and Electrical Contractor shall be responsible for the following equipment and services: • Review of the Control System Integrator’s submittals and wiring diagrams for coordination with space requirements, raceway requirements of field wiring, etc. • Supply the Integrator with submittals of equipment related to the control system that the Integrator must include in their submittals and integrate. Such as motors, packaged control panels that the Integrator does not build, etc. • Installation of the control panels provided by the Control System Integrator. • Installation of the interconnecting wiring in accordance with these documents and the Control System Integrators wiring diagrams. • Installation of I&C and Telemetry System components in accordance with these documents and plans or instructions of the Control System Integrator. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-8 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Part 3 – Execution Installers The Control System shall be designed, constructed, programmed and commis sioned by full time employees with a minimum of 5 years of experience (minimum of 1 year with Integrator). Integrators List The Control System Integrator shall be selected by the Contractor from the following acceptable companies (Alphabetical Listing): • L2 Systems LLC – Everett, Washington • Process Solutions, Inc. – Stanwood, Washington • Quality Control Corporation (QCC) – Lynnwood, Washington • S&B Inc. (Stead & Associates) – Bellevue, Washington • Systems Interface Inc. – Mukilteo, Washington • Taurus Power and Controls, Inc. – Kent, Washington • Technical Systems, Inc. – Lynnwood, Washington Alternative Integrators Alternate Control System Integrators not listed above shall be considered for acceptability by the Owner based on following qualifications: 1. The Control System Integrator shall be an instrument and control system manufacturing company. 2. The Control System Integrator’s manufacturing and assembly facility shall be located within a 100-mile drive from Renton, WA. 3. The Control System Integrator shall be specialized in the design, assembly, testing, installation and service of municipal water and wastewater control and communication systems in the Pacific Northwest for at least 5 years. 4. The Control System Integrator shall employ technicians and engineers with documented experience in the design, assembly, testing, installation, operation, calibration, trouble-shooting, service and repair of control, and communication systems for municipal water and wastewater utilities. 5. The Control System Integrator shall have completed the design, assembly, testing and installation of control systems that include the instruments and devices cited on the Plans by specific manufacturer's name. An alternate Control System Integrator selected by the Contractor shall be subject to the approval by the Owner. Prior to placement of purchase orders for services and equipment, the Contractor shall provide the following information about the selected alternate Control System Integrator for review by the Owner: City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-9 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 1. Description of ownership and organization of Integrator. 2. Resumes of principals and/or key employees who will be working directly in the engineering, assembly, testing and commissioning of the system for this project. 3. Description of expertise in design, assembly, testing and installation of control systems for municipal utility facilities. 4. Description of municipal control systems designed, assembled and installed in the last 5 years. Description shall include: • Names of employees involved in each system. • Detailed description and plans of each system. • Cost of each system. • Names and telephone numbers of persons involved in operation and maintenance of each system. • Description of the service capabilities normally provided by the company including resumes of employees assigned to field service and listing of service equipment. • Additional information that may assist the Owner in ascertaining the company's general ability to perform the work. The acceptability of the Integrator will be determined solely by the Owner. Approval of Personnel and Alternatives The Contractor and the selected Control System Integrator shall anticipate that the Owner may withhold approval of the selected Integrator or employee if, in the opinion of the Owner, the Control System Integrator or employee does not have the experience, capability or an acceptable performance and execution record of similar projects in the past. Neither the Contractor or Control System Integrator or employee not approved by the Owner, shall be entitled to an extension of time or to any claim for damages because of extra and unanticipated costs, hindrances, delays or complications caused by or resulting from the Owner not approving any Control System Integrator or employee for whatever reason. 17.07 Control System Programmer (Control System Programmer Contracted Directly by Owner) Part 1 – General Division of Responsibility The Control System Programmer shall be selected and contracted for the control system programming by the Owner. The Control System Programmer Contracted by the Owner is RH2 Engineering, Inc., who may be contacted at (425) 951-5358. It is the responsibility of the Control System Programmer to provide PLC programming that will accomplish control of the proposed and modified systems as described in the Specifications and Plans. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-10 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Control System Programmer’s Responsibility: The Control System Programmer Responsibilities include: • Develop a testing schedule to allow for testing of all new telemetry panel programs. • Notify the Control System Integrator of all components needed to test equipment panels. • Software testing of the control panels in the Control System Integrator’s shop. • Programming of the PLC, operator interface, and HMI Computer System. • Provide required software startup, troubleshooting, and commissioning services needed to complete implementation of programs. 17.08 System Description Part 1 – General Summary The I&C and Telemetry system functions required are specified on the Plans and in subsequent sections of this Division. Design and Performance Requirements The system shall be designed to provide the control capabilities and functions indicated and implied by the Plans and these Specifications and to provide trouble-free operation with minimum maintenance. The system shall readily enable manual operation of any and all functions in the event of failure of any one component. The control system shall be designed and assembled by the Control System Integrator to provide: • Control of motor driven pumps, equipment, and processes. • Monitoring of operation of motor driven pumps, equipment, and processes. • Indication of operating status of motor driven pumps, equipment, and processes. • Monitoring and indication of pressures, temperatures, levels, and flows, as indicated and implied by the Plans and Specifications. • The capabilities indicated and implied by the Plans and Specifications. The I&C and Telemetry System shall be designed and assembled by the Control System Integrator to be an integrated system composed completely of components which are specifically designed and used for and in conjunction with control and operation of motor-driven pumps and process control equipment. The Control System Integrator shall supply all interfacing equipment, appurtenances and accessories and all such devices that may be required for proper interfacing as part of the control system. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-11 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Project Conditions RTU sites included in this project are: 1. Kensington Crest Lift Station 2. Lake Washington Beach Lift Station 3. Liberty Lift Station 4. Lake Washington No. 2 Lift Station 5. Talbot Crest Lift Station 6. Wedgewood Lift Station 7. Westview Lift Station 8. Cottonwood Lift Station Level Control Panel Part 2 – Products Manufacturers The telemetry components of the RTU shall be manufactured by Allen-Bradley to be consistent with the Owner’s existing system. Components The I&C and Telemetry System shall include the instruments, control devices, Remote Telemetry Unit, Human Machine Interface, input and output devices, sensors, interfacing devices, cabinets, enclosures and other components indicated and implied by the Plans and Specifications. The following is a list of the RTUs to be provided by the Control System Integrator: • Kensington Crest Lift Station Telemetry Panel • Lake Washington Beach Lift Station Telemetry Panel • Liberty Lift Station Telemetry Panel • Lake Washington No. 2 Lift Station Telemetry Panel • Talbot Crest Lift Station Telemetry Panel • Wedgewood Lift Station Telemetry Panel • Westview Lift Station Telemetry Panel • Cottonwood Lift Station Level Control Panel Part 3 – Execution Preparation The Control System Integrator shall be responsible for the coordination and integration of control system with the motor control and other related equipment. The Control System Integrator shall communicate directly with the Manufacturer(s) and Supplier(s) of all related City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-12 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM equipment to determine all details of the equipment, which may influence or affect the control system. The Control System Integrator shall determine all requirements for and shall cause integration of the control system into a unified operating system. The Control System Integrator shall define all requirements for all interfacing equipment and shall supply all appurtenances, accessories and all such devices, which may be required for proper interfacing as part of the control system. The Control System Integrator shall be responsible to obtain submittal information on equipment supplied by other disciplines and to integrate them into the control system to form a complete working package as outlined by the contract documents. Installation The system shall be completely assembled in the shop by the Control System Integrator. All components and equipment shall be prewired to the maximum extent possible. All Process Control shall be done within the control panels unless specifically listed on the Plans as other. 17.10 PANELS 17.12 Equipment Panels Part 1 – General Related Sections Division 10.14.23 Panel Signage. All panels shall be labeled. References Panels shall meet the requirements of UL-913 for sewer systems. All panels shall bear the appropriate label. The provider of the panels shall be a UL-508A certified facility. All field modifications shall be in conformance with UL-913. Design Requirements Control equipment panels shall be enclosures conforming to the requirements of the National Electrical Manufacturers Association (NEMA) and shall be NEMA 12 for indoor use and NEMA 4X Stainless Steel for outdoor use. Part 2 – Products Components • Enclosure shall be constructed of steel (indoor) or stainless steel (outdoor). • Minimal metal thickness shall be 14-gauge. • All doors shall be rubber-gasketed with continuous hinge and key locking latch mechanism. • Wherever practical, enclosures shall be a manufactured item. • All doors shall be provided with quick-release latches to secure cover. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-13 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM • Panels shall be sized to adequately dissipate heat generated by equipment mounted in or on the panel. • Enclosure shall include a backpan. • Enclosure shall be finished in ANSI 61 gray polyester powder coating inside and out over phosphatized surfaces. • The enclosure shall be oversized to accommodate future racks and auxiliary devices as required. • All outdoor enclosures shall be provided with a control panel heater and ventilation fan and filter with built-in thermostat to provide adequate climate control. Fabrication Panels should be completely fabricated, and instruments installed and wired in the manufacturer's factory (where possible). All wiring shall be completed and tested prior to shipment. All external connections shall be by way of numbered terminal blocks. Panel cutouts for instruments and devices shall be cut, punched or drilled and smoothly finished with rounded edges. 17.20 PANEL COMPONENTS Part 1 – General Design Requirements All components shall be suitable for installation inside the I&C and Telemetry system panel enclosure. 17.20.3 Terminal Blocks Part 1 – General Design Requirements Terminal blocks shall be one-piece molded plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, and be clearly visible with the protective cover removed. Fusible terminal blocks shall be provided with a LED blown fuse indicator for each terminal. Part 3 – Execution Installation All wires between panel-mounted equipment and other equipment shall be terminated at terminal 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 terminal block screws and for the number and size of the wires terminated. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-14 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 17.21 Power Supply and Protection 17.21.2 Normal Power Supply Part 1 – General Design Requirements All equipment panels shall be provided with 120-volt, 60-Hz power. Make provisions for conduit entry and provide a terminal block for termination of the circuit wires. All electronic control panel components shall require a 120 VAC-24 VDC power supply. DC power supply shall be sized to provide at least 50 percent more current than the peak current demands of the control panel. DC power supply shall have UPS backup power capabilities as identified in Section 17.21.3. Protection equipment shall consist of circuit breakers and fuses to protect electrical circuits from short circuits and overloads. Part 2 – Products Manufacturers DC power supplies shall be Puls Inc., Sola Inc., Allen-Bradley, or approved equal. Fuses shall be Bussmann Manufacturing Model ABC or MDA rated for Branch circuit, or approved equal. Circuit Breakers shall be Allen-Bradley rated for Branch circuit, or approved equal. Part 3 – Execution Construction Branch circuits shall be individually fused with an indication of fuse opening. All fuse holders for the panel shall be grouped on a single sub-panel. They shall be so situated that when the panel door is opened there is a clear view of the indicators and clear access for replacement of the fuses. Provide DC power supplies as required to power instruments requiring external DC power of the appropriate voltages, with sufficient voltage regulation and ripple control to assure that the instruments being supplied can operate within their required tolerances . The power supplies at all RTUs shall include batteries for a backup power supply and charging equipmen t. 17.21.3 Backup Power Supply Part 1 – General Design Requirements All equipment panels shall have an Uninterruptable DC Power Module that interfaces with the Normal DC Power Supply. The Uninterruptable DC Power Module shall be capable of powering the control panel equipment for a period of not less than 24 hours after normal power failure. Transfer shall be a non-mechanical, non-interruptible, smooth transfer to battery backup. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-15 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Remote equipment batteries shall be sealed lead-acid batteries of sufficient ampere hour capacity to meet the above requirements. Performance Requirements The master console shall display power failure, and also a low battery condition alarm for the new equipment. A power failure alarm shall occur in the format currently used by the system. A low battery condition alarm shall cause the alarm indicator to flash but will not sound the audible alarm. The indicating light shall go off when the alarm condition is clear. Part 3 – Execution Installation Batteries, battery chargers, and necessary wiring shall be installed to meet the above specifications. 17.21.5 Line Protection Units – Low Current Part 1 – General Design Requirements The line protection unit shall isolate and protect the I&C electronics from current and voltage surges in the transmission lines. Each protection unit shall have: • An isolation transformer with a minimum of 1,500 volts AC isolation, primary to secondary, and a minimum saturation current of 100 milliamps (ma) S.C. or as required to protect the I&C equipment from damage. • Separate line-side and equipment-side terminal blocks. • Two clip-mounted, replaceable gas discharge tubes rated at 90 volts striking voltage and 5,000 ampere peak pulse current capacity and suitable ground strap. Part 2 – Products Manufactured Units The line protection unit shall be a complete unit, mounted on a separate chassis, and be field replaceable without soldering. The chassis shall be a ¼-inch-thick plate. 17.21.6 Line Protection Units – High Current Part 1 – General Design Requirements The line protection unit shall isolate and protect the I&C electronics from current and voltage surges in the transmission lines. Each protection unit shall have: • A minimum continuous operating current rating of 30 amps or larger as required to protect the telemetry equipment from damage. • A minimum peak surge current rating of 80 KA. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-16 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM • Separate line-side and equipment-side terminal blocks. • LED indicator for circuit diagnostics. • A response time less than or equal to 1 nanosecond. The line protection unit shall be a complete unit available as a surface mount or DIN rail. Part 2 – Products Manufacturers The line protector shall be an Allen-Bradley Model 4983-DC120-20 or equal. 17.22 Wire and Cable 17.22.2 Wiring Part 1 – General References All electrical wiring shall be in accordance with the NEC. Design Requirements Wires shall be 600-volt class, PVC insulated, stranded copper and shall be the sizes required for the current to be carried but not less than No. 14 AWG conductor size. Wires for signal circuits shall be twisted shielded pairs not smaller than No. 18 AWG. Part 3 – Execution Installation All power wiring shall be supported on a sheet metal raceway or enclosed in a plastic wiring duct. Wiring for signal circuits shall be separated at least 6 inches from any power wiring. 17.22.3 Cables Part 1 – General Design Requirements Cables and connectors shall be industry standard, shielded, and shall be provided to connect all peripherals and equipment. 17.24 Switches and Relays 17.24.2 Selector Switch Part 2 – Products Manufacturers Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-17 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 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 minimums to ¼-inch maximum. 17.24.3 Pushbuttons Part 2 – Products Manufacturers Heavy-Duty, Watertight, and Corrosion-Resistant 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 Functions Pushbutton for “Emergency Help” applications shall have maintained contacts and red mushroom head operators. 17.24.4 Panel Relays Part 1 – General Design Criteria Relays shall be provided as necessary to perform switching functions required of control panels and other control circuits 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. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amps; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-18 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Part 2 – Products Manufacturers Control Relays Square D Class 8501, Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series; or equal. Time Delay and Timing Relays Allen Bradley 700 Type HR; IDEC GE1, RTE or GT3 Series; or equal. Manufactured Units Control Relays 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 relays shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for continuous duty. Time Delay Relays Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for the application. 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 wiring diagrams. Minimum accuracy (plus or minus) shall be as follows: 1. Repeat accuracy – ½ percent. 2. Timing change over full voltage range – ½ percent change over full temperature range. 3. Scale tolerance – 5-percent. Timing Relays Timing 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. Timing 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 wiring diagrams. Minimum accuracy (plus or minus) shall be as follows: 1. Repeat accuracy – ½ percent. 2. Timing change over full voltage range – ½ percent change over full temperature range. 3. Scale tolerance – 5 percent. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-19 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Part 3 – Execution Installation Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the Plans; however, provide as required on all circuits. Provide additional 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 application. 17.25 Indicating Lights and Readouts 17.25.2 Pilot Lights Part 2 – Products Manufacturers Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-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, corrosion resistant, water -tight, oil-tight, 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. 17.30 INTELLIGENT CONTROL UNITS 17.31.2 Programmable Logic Controller (PLC) System Part 1 – General Summary Work involved in this contract includes providing new PLC equipment and programming to provide the functions shown on the Plans and described herein. Performance and Design Requirements • The PLC system modifications shall accomplish the control requirements of the loop descriptions, Plans, and Specifications. • The design application and installation of the PLCs shall conform to NEMA ICS 1.1. • PLC programming shall be documented. • All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per ANSI/IEEE C37.90.2. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-20 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM Part 2 – Products Manufacturers PLC components added to this Contract shall be Allen-Bradley. No substitution. Refer to project Telemetry Panel plans for specific Allen-Bradley component numbers and quantities. Components Input/Output (I/O) Modules a) Provide plug-in modular-type I/O racks with cables to connect to all other required PLC system components. b) Provide I/O system with: 1. I/O solid state boards with status lights indicating I/O status and board failure. 2. Electric isolation between logic and field device. 3. Interchangeable boards for similar I/O type to allow substitution of operating boards for failed units by the operator. 4. Capability of withstanding low energy common mode transient to 1500 V without failure. 5. Incorporate noise suppression design. 6. Capable of meeting or exceeding surge-withstand capability tests, per ANSI/IEEE C37.90.1. 7. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60- 109.66. c) Discrete I/O modules: 1. Interface to ON/OFF devices. 2. I/O status indicator on module front. 3. Voltage rating to match circuit voltage. 4. Output module current rating: a. Match maximum circuit current draw. b. Minimum 1.5 A/point for 120 V AC applications. 5. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. 6. Individually fused outputs with blown fuse indication. d) Analog I/O modules: 1. Input modules to accept signals indicated on Plans or Specifications. 2. 12-bit minimum resolution. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-21 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 3. I/O chassis supplied power for powering connected field devices. 4. Isolated (differential) inputs and outputs. 5. User configurable for desired fault-response state. 6. Provide output signals as indicated on Plans and Specifications. 7. Individual D/A converter for each output module. 8. Individual A/D converter for each input module. Data Highway Communications 1. All PLC controllers shall be capable of EtherNet/IP communications. Any additional industrial protocols shall be provided through protocol converters. PLC Peripheral Devices 1. PLC Peripheral Devices Graphical Operator Interface a. The data entry and display module shall consist of a 6.5-inch color screen display. b. The unit shall be capable of reading PLC data table register values and pre-defined messages and writing into PLC memory to modify register values. c. The readout module will be used as a local operator interface device for entering operational parameters and reading out process data including display of all alarms by tag number. d. A complete index of parameters and corresponding memory locations and a complete cross reference of alarms will be permanently attached to each PLC enclosure. e. The unit will be self-contained, 24 VDC powered and rated minimum NEMA 12 suitable for panel mounting. f. Communications will be direct with the Ethernet Switch via shielded CAT 5E Ethernet Cable. g. The touch screen panel shall be an Allen-Bradley PanelView Plus 7 Standard Terminal, 6.5-inch Color Display, Part Number 2711P-T7C21D8S, No Substitutions. Part 3 – Execution Installers Control System Integrator and programmers shall have had experience in design, installation, and start-up of at least three similar installations using the proposed hardware and software. Installation Provide a completely integrated distributed programmable controller system capable of analog and sequential control, data acquisition and display, alarm annunciation and communications City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-22 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM using the PLC system. I/O cards and memory shall be added as necessary to complete work shown on the Plans and described in the specifications. The system shall provide true distributed control wherein each PLC is an intelligent stand-alone controller programmed for the specific functions required at its respective location. Certain information in the form of control commands, interlocks and data will be passed directly between the PLCs for use in executing the local control programs. Input/Output Connection Requirements 1. Make connections to I/O subsystem by terminating all field wiring on terminal blocks within the I/O enclosure. 2. Prewire I/O modules to terminal blocks. 3. Provide terminal blocks with continuous marking strip. 4. Size terminals to accommodate all active data base points and spares. 5. Provide terminals for individual termination of each signal shield. 6. Field wiring shall not be disturbed when removing or replacing an I/O module. PLC Installment 1. Component placement: a. Mount all components according to manufacturer's instructions. b. Locate incoming line devices (isolation or constant voltage transformers, local power disconnects, surge suppressors, etc.) so as to keep power wire runs within an enclosure as short as possible. c. If items such as magnetic starters, contactors, relays and other electromagnetic devices are located within the same enclosure as the PLC system components, provide at least 6 inches of separation between the magnetic area and the control area. d. Oversize enclosure to accommodate future racks and auxiliary devices as required. 2. Provide enclosure with a single quick disconnect of incoming power. Mount disconnect switch or breaker on enclosure exterior and label. 3. Enclosures shall comply with these specifications. 4. Enclosures shall be equipped with H2S inhibitor(s) suitable for the enclosed volume. 17.33 Network Equipment and Computers 17.33.1 Industrial Network Equipment Part 1 – General Design Requirements All specified “industrial network equipment” shall comply with the following minimum specifications: 1. Rated for a 5-30VDC power supply. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-23 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 2. UL listed. 3. Designed for an industrial environment. 4. Operating temperature of -40 degrees Fahrenheit to 176 degrees Fahrenheit. 5. IP66 rated water and dust resistant. 6. Control network device shall be capable of remote monitoring using OPC protocol. 7. All devices on fiber backbone shall have a minimum of two sets of transmit/receive ports. 8. Twisted pair network speed shall be a minimum of 100Base-TX. 9. Fiber optic network speed shall be a minimum of 100Base-FX. These requirements do not apply to non-industrial network equipment. Part 2 – Products Control Network Equipment Data highway communications shall be accomplished on a control networ k consisting of nodes, one at each PLC or computer workstation and a physical link layer consisting of cables and all interfacing hardware. Control Network equipment shall consist of the following devices. Unmanaged Ethernet Switch N-Tron 308TX Ethernet Switches, quantity as shown on Plans. No Substitutions. Part 3 – Execution Installation All network equipment in Control Panels shall be installed as per Plans, specifications and product installation instructions. All components shall be suitable for installation in the environment where installed. All devices shall be installed as specified by the manufacturer. All devices shall be installed to be field serviceable without taking the facility out of service. Device displays shall be positioned to be easily read when viewing directly into control panels. 17.40 REMOTE COMMUNICATION DEVICES 17.41 Radio Systems Part 1 – General Performance Requirements Provide components as necessary to re-use existing radios. Part 2 – Products Radio Communication Equipment 1. CalAmp GT-NFF-AL PolyPhaser. Refer to plans for quantities. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-24 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 2. 18-inch Pigtail cable between the CalAmp VIPER SC radio and the PolyPhaser P/N 250-0697-103. This is an RG400 TNC to N-Male cables. Refer to plans for quantities. 3. CalAmp 250-5099-005 DIN rail mounting kit, Viper-SC. Refer to plans for quantities. Part 3 – Execution Installation All radio equipment shall be installed as per Plans, specifications, and product installation instructions. All devices shall be installed as specified by the Manufacturer. 17.90 TESTING, STARTUP, AND TRAINING 17.90.1 Common Work for Testing, Startup, and Training Part 1 – General Summary Total system hardware start-up is the responsibility of the Control System Integrator. Maintenance The Control System Integrator shall be solely and completely responsible for all hardware maintenance of the system from time of start-up to the date of acceptance, by formal action of the Owner, of all work under the contract. The Control System Integrator shall perform all such work required or considered to be required by the Owner to cause and maintain proper operation of the system and to properly maintain the system. Warranty The Contractor shall cause the Control System Integrator to make any and all repairs, replacements, modifications and adjustments required to eliminate any and all defects in design, materials and workmanship which are disclosed within the 1-year guarantee period. The Control System Integrator shall begin all repairs, replacements, modifications and adjustments within 24 hours of notification by telephone by the Owner and shall complete such repairs, replacements, modifications and adjustments within 48 hours of notification. Should the Control System Integrator fail to begin the work within 24 hours or complete the work within 48 hours, the Owner may proceed to undertake or complete the work. In such event, the Contractor and his surety shall be liable for all costs incurred by the Owner. Part 3 – Execution Field Quality Control Equipment Manufacturer’s Support 1. The Control System Integrator shall pay for services of equipment manufacturer's field service representative(s) to: a. Inspect equipment covered by these Specifications. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-25 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM b. Supervise adjustments and installation checks. c. Conduct start-up of equipment and perform operational checks. d. Provide Owner with a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. Repairs The Control System Integrator shall correct all deficiencies and defects and make any and all repairs, replacements, modifications, and adjustments as malfunctions or failures occur. The Contractor and the Control System Integrator shall anticipate that the Owner may delay acceptance of all work under the contract if, in the judgment of the Owner, malfunctions or failures in operation of the control system repeatedly occur after start-up. Both the Contractor and the Control System Integrator shall not be entitled to an extension of time or to any claim for damages because of hindrances, delays or complications caused by or resulting from delay by the Owner in accepting the work because of malfunctions or failures in operation of the control system. 17.91 Tests and Inspections Part 1 – General Summary Materials, equipment, and construction included under this specification shall be inspected in accordance with the specifications. Testing shall be performed by the Control System Integrator in accordance with Division 16, and this and subsequent sections of this division. Testing shall be required to determine if installed equipment and system(s) will operate in the manner in which they are intended to operate. The decision of the Owner upon the acceptability of the test procedures and conformance shall be final. The work will not be accepted until all testing has been satisfactorily performed. Scheduling The Contractor shall prepare factory and field test procedures to demonstrate conformance of the complete system to this specification. The Contractor shall submit the detailed test procedures within 4 weeks after the notice to proceed for the Engineer’s review and approval. The Contractor shall furnish all labor, materials, tools, equipment, instruments and services necessary to perform all specific functional testing of all installed equipment and systems at no additional cost. The Control System Integrator and Contractor shall notify the Owner and Engineer (Control System Programmer) of the factory testing date 30 days before testing. The Contractor and Control System Integrator shall include in the schedule 10 consecutive working days as part of the factory testing for the Control System Programmer to test the control system software with the hardware supplied by the Control System Integrator at the Control System Integrator’s shop. The Control System Integrator and Contractor shall submit to the Engineer (Control System Programmer) a detailed field-testing schedule identifying each day that both the Control City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-26 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM System Integrator and Control System Programmer will need to be on site for field testing of equipment. A preliminary schedule shall be submitted to the Engineer for review 60 days before testing. A final schedule shall be submitted to the Engineer for review 30 days before testing. The Contractor and Control System Integrator shall include in the construction schedule 10 consecutive working days between the completion of field testing and the startup phase for the Control System Programmer to perform field software testing. Startup shall not proceed until the software field testing is complete. Part 2 – Products Factory Testing All factory testing of control panels and computer systems shall be performed at the Control System Integrator’s shop. The completed control system shall be tested in the shop by the Control System Integrator and the Control System Programmer. All motor control centers and VFDs supplied by the Control System Integrator shall be interconnected with the control system and powered with rated incoming voltage. Testing shall be conducted in two phases. The initial hardware testing shall include, but not be limited to, operation of all input and output (I/O) points, control devices and motor controllers. The subsequent testing shall include, but not be limited to, testing of RTU programming and Operator Interface provided by the Control System Programmer. The initial hardware testing of the control system shall include the following: 1. The entire assembled panels shall be meggered and tested to be free from grounds and shorts. 2. Energize each discrete input and output and simulating each analog input and output using a loop simulator and calibrator. Circuits not energized shall be tested for continuity. Discrete input signals shall be tested in both the “on” and “off” state. Analog signals shall be tested at a minimum of three values (4 mA, 12 mA, and 20 mA). The test results shall be documented by the Control System Integrator in checklist format. The final test results shall be signed by both the Engineer and Control System Integrator prior to shipment of equipment to the job site. 3. Provide signal generators, multimeters, and other test equipment as required to verify proper operation of the assembled panels. 4. The Control System Integrator shall interconnect the control panels with the motor control centers and VFDs for both hardware and software testing phases . Control panels shall initially be hardware tested in one group. Similarly, the motor control centers and VFDs shall be hardware tested in another group. After both groups of hardware are confirmed to be operating correctly, the Control System Integrator shall interconnect the equipment with Ethernet cables and analog and discrete wiring as shown on the Plans. The equipment shall remain connected for the remainder of the factory testing period. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-27 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 5. Correct, replace, or repair control panel and motor control center wiring, and/or components until testing demonstrates proper operation. Control panels and motor control centers shall not be shipped to the job site until testing has demonstrated complete operation of the panels. 6. Provide updated and complete as-built drawings for the control panels and motor control centers at the time of final factory testing. The Engineer shall review the drawings against the panel construction at the time of final factory testing . Drawings which do not reflect the actual construction of the panel shall be revised and reviewed again by the Engineer. As-built drawings that require revisions shall be submitted to the Engineer for review prior to shipment of equipment to the job site . This review process shall be repeated as necessary so that as -built drawings reflect the actual construction of the panels and motor control centers at the time of shipment. Panels and motor control centers shall not be shipped to the job site until the as-built drawings are updated, complete, and reflect the actual as -shipped status of the equipment. Upon completion of the initial hardware testing, Control System Programmer shall conduct software testing for final inspection by the Owner. The Control System Integrator shall provide for time, equipment and support in their shop for Control System Programmer to completely demonstrate the functions of the entire control system. All control functions and all status and alarm monitoring and indication shall be demonstrated under simulated operating conditions. Simulating equipment shall be provided and wired into the control system for this testing. Testing shall be continued for the time period required by the Owner to observe and verify any revisions and as described above in the scheduling portion of this specification. Part 3 – Execution Field Quality Control Following installation by the Contractor, the Control System Integrator will verify the correctness of the interconnecting wiring and energize all control equipment in the field. Each point at the controller(s) shall be checked for proper functional operation through communication with the central computer. Field Tests The Control System Integrator in conjunction with the Contractor shall conduct field tests of all panels, motor control centers, VFDs, and instrumentation in the presence of the Engineer after installation of the equipment at the site. Testing shall be conducted by physically actuating signaling devices, installing temporary jumpers, or artificially imposing signals on the field wiring. This shall be done to establish proper operation of the field devices, the integrity of the field wiring, and the proper connection of field devices to the panels. The Contractor and Control System Integrator shall coordinate with the Engineer to provide for as complete testing of the control system as is practical prior to placing the equipment on line for actual control and monitoring. The Contractor and Control System Integrator shall make corrections or repairs to the wiring and/or devices as necessary to provide proper operation of the system. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-28 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM After the initial testing is complete, commissioning shall be accomplished by the Control Systems Integrator, Control System Programmer, and Contractor, with the Owner and Engineer present. Commissioning shall include operation and verification of all control components and features of the entire control system. Each function shall be demonstrated to the satisfaction of the Owner. Repairs Should any part of the system fail during the test, the test shall be rescheduled and repeated to the satisfaction of the Owner after repairs. 17.92 Startup Part 1 – General Summary All testing, startup and operation shall not be cause for claims for delay by the Contractor, and all expenses accruing therefrom shall be deemed to be incidental to this contract. The Contractor shall make arrangement for all materials, supplies and labor necessary to efficiently complete the testing, startup and operation. Startup shall consist of testing, by a simulated operation, all operational equipment and controls. The purpose of these tests 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. Scheduling Factory representatives of all major units shall be present for the startup phase. The test shall continue until it is demonstrated that all functions of controls and machinery are correct. Part 3 – Execution Field Quality Control When the installation of the Control System is substantially complete, the Contractor shall commence with calibration and field testing. Testing shall determine that all system components connect up correctly to each other so that the system works as designed. Refer to section 17.91 for field testing requirements. All components of the control system shall be calibrated by the Control System Integrator after completion of installation. Each component shall be adjusted to be within the Manufacturer's required range and for the specific application. Components that cannot be properly calibrated or that are found to exceed the Manufacturer's specified range or accuracy shall be removed and replaced at no additional cost to the Owner. The control system shall be placed into operation by the Control Sys tems Integrator and Control System Programmer. The Control System Integrator shall calibrate all instruments, indicators, recorders, loops, etc. and shall provide a five-point calibration test results sheet for each calibrated instrument supplied by the Control System Integrator. The five-point calibration shall include one point City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-29 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM at: Minimum input range value, Maximum input range value, Midrange input value, no other point less than 25 percent of span to any other point. Test forms shall identify each instrument tested, input conditions vs. output signal results in tabulated form, and shall be submitted to the Engineer prior to final commissioning. Repairs All deficiencies observed during the start-up will be corrected by the Contractor. 17.93 Training Par t 1 – General Submittals Submit index of all training offered by PLC system equipment manufacturers including operation and maintenance. The Control System Integrator shall prepare and assemble specific instruction materials for each training session and shall supply such materials to the Owner at least 2 weeks prior to the time of the training. The Control System Programmer will provide additional training that is separate from this contract. Part 3 – Execution Hands-On Training The Control System Integrator shall conduct specifically organized training sessions in operation and maintenance of the control system for personnel employed by the Owner. The training sessions shall be conducted to educate and train the personnel in maintenance and operation of all components of the control system. Training shall include, but not be limited to, the following: 1. Preventative maintenance procedures 2. Trouble-shooting 3. Calibration 4. Testing 5. Replacement of components At least two separate training sessions, each at least 4 hours in duration, shall be conducted at the facilities after start-up of the system. 17.94 Documentation 17.94.2 Operations and Maintenance Manuals Part 1 – General Summary Two types of operation and maintenance manuals (O&M) will be required for the contract: City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-30 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 1. General manuals for use by the Water Department staff for daily operation, maintenance and troubleshooting. 2. Technical manuals for use by trained electronics technicians for technical and “board level” maintenance and repair. Submittals Prior to the receipt of payment for more than 50 percent of the work, the Contractor shall deliver to the Owner five sets of acceptable manufacturer's operating and maintenance instructions covering each piece of mechanical and electrical equipment, or equipment assembly, furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with and index and bound in a suitable hard-cover binder. Manuals shall be assembled and indexed so that information on each piece of equipment can be readily found. Any additional operating and maintenance instructions from the Control Systems Programmer will be submitted separately. Quality Assurance Manuals shall be purposefully made for this installation, and general manuals which are vague or have limited applicability will not be accepted. The manuals shall be written in a non- technical format suitable for reading by water system operators with no previous automatic control equipment experience. The decision of the Owner on the acceptability of the manual shall be final. Part 2 – Products Materials The Control System Integrator shall prepare and assemble detailed operation and maintenance manuals in accordance with the project general requirements. The manuals shall include, but not be limited to, the following: 1. Name, location and phone number of nearest supplier and spare part warehouse. 2. Step by step operating procedures. 3. Narrative of overall system performance and operation. 4. Listing of all equipment setpoints. 5. Preventative maintenance procedures 6. Trouble-shooting of master and remote equipment. 7. Calibration 8. Testing 9. Replacement of components 10. System schematics/shop drawings 11. As-built elementary and one-line diagrams 12. Catalog data and complete parts list for all equipment and control devices 13. Listing of recommended spare parts. City of Renton Summer 2023 Lift Station and Force Main Improvments – Phase 3 Division 17 17-31 J:\Data\REN\117-037\Specs\PH 3\Technical\17 Automatic Control.docx 8/10/23 9:49 AM 14. Listing of recommended maintenance tools and equipment. 15. Warranties. 16. Disassembly and reassembly instructions. All plans shall be provided on hard copy and in electronic form on disk. Electronic drawing files shall be provided in AutoCAD .DWG format with all “xrefs” bound. If “xrefs” are not bound, all “xref”.DWG files shall be provided unlinked with instructions to reestablish the links. Files shall be in AutoCAD 2010 or later format. 18-1 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Division 18 Measurement and Payment 18.0 GENERAL 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 herein but required according to the plans and specifications and general practice shall be included in Contractor’s bid price in the most closely applicable bid item. If a minimum bid amount has been established for any item and the bidder’s entry is less than the minimum specified amount, the Owner will unilaterally revise the price to the minimum specified amount and recalculate the total. The recalculated total will be used by the Owner for award purposes and to fix the contract price amount and the amount of the contract bond. If a maximum or fixed bid amount has been established for any item and the bidder’s entry exceeds the maximum or fixed specified amount, the Owner will reduce the bid item price to the maximum or fixed specified amount and relocate the offsetting amounts to bid items of the Owner’s choosing. Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup Measurement for Mobilization, Demobilization Site Preparation, and Cleanup shall be lump sum. When 5 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 50 percent of the amount bid for mobilization, or 5 percent of the total contract amount, whichever is the least shall be paid. No more than 50 percent of the bid amount for this item will be paid before final payment request. This bid amount may not be more than 10 percent of value of total contract. The 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; traffic control for deliveries; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing, move all personnel and equipment off site after contract completion; cleanup site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Bid Item 2 – Excavation Safety and Shoring Measurement for Excavation Safety and Shoring shall be per the lump sum bid price and based upon the percentage of total work complete at time of measurement. Payment for Excavating Safety and Shoring shall be full compensation for all material, equipment, tools, labor and all else necessary for and incidental to provide safety and shoring work as shown in the plans, detailed in the contract specifications, or as required by governing safety codes. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-2 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Price includes design of the shoring system as required by applicable codes and standards, whether shown on the plans or not. Bid Item 3 – Temporary Sedimentation and Erosion Control Measurement for Temporary Sedimentation and Erosion Control shall be per the lump sum bid price and based upon the percentage of total work complete at time of measurement. Payment for Temporary Sedimentation and Erosion Control shall be full compensation for all material, equipment, tools, labor and all else necessary for and incidental to provide all temporary erosion and sedimentation control relating to construction of improvements as shown in the plans, and detailed in the contract specifications, including but not limited to: silt fence, temporary trenching, temporary mulching, plastic sheeting, hydroseed, construction sedimentation control, control of water, dewatering, restoration of damage caused by storm events and all other work necessary for a complete installation, operation and maintenance of all temporary sedimentation and erosion control. Bid Item 4 – Vactor Piping Improvements Measurement for Vactor Piping Improvements shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Vactor Piping Improvements shall be full compensation for all material, equipment, tools, labor and all else necessary for and incidental to provide and install the vactor piping extensions as shown on the plans and detailed in the contract specifications. Bid Item 5 – Davit Sleeve Replacement Measurement for Davit Sleeve Replacement shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Davit Sleeve Replacement shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the replacement of the davit sleeves at Talbot Crest and Cottonwood Lift Stations as shown on the plans and detailed in the contract specifications including but not limited to: sawcut and removal of concrete, haul and disposal of excess material, installation of new and relocated davit sleeves, and restoring the existing surface with grout. Bid Item 6 – Fencing / Gate Replacement Measurement for Fencing / Gate Replacement shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Fencing / Gate Replacement shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the fencing work at Lake Washington Beach and Liberty Lift Stations as shown on the plans and detailed in the contract specifications including but not limited to: removal of existing fencing, swing gates, and slide gates; sawcut and removal of HMA; cast-in place concrete; swing access gates; coating to match existing; and all other work necessary for a complete installation of fencing and gate replacement. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-3 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Bid Item 7 – Kensington Crest Lift Station Coating Removal Measurement for Kensington Crest Lift Station Coating Removal shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Kensington Crest Lift Station Coating Removal shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the coating removal inside the existing wet well for Kensington Crest Lift Station as shown on the plans and detailed in the contract specifications. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation, and temporary bypass pumping shall be included in this pay item. Should the existing wet well or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 8 – Kensington Crest Lift Station Mechanical Measurement for Kensington Crest Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Kensington Crest Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Kensington Crest Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing a pigging port inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation shall be included in this pay item. It is anticipated that the Contractor completes the work with minimal lift station downtime and that minimum or no temporary bypass will be needed. If necessary, temporary bypass shall be included in this pay item. Should the existing valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 9 – Kensington Crest Lift Station Electrical Measurement for Kensington Crest Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Kensington Crest Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Kensington Crest Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, operation testing. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-4 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Bid Item 10 – Lake Washington Beach Lift Station Coating Removal Measurement for Lake Washington Beach Lift Station Coating Removal shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Lake Washington Beach Lift Station Coating Removal shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the coating removal inside the existing wet well for Lake Washington Beach Lift Station as shown on the plans and detailed in the contract specifications. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation, and vactor truck(s) for temporary bypass of the wet well and force main shall be included in this pay item. Temporary bypass pumping shall not be included in this pay item as it is anticipated that the minimal influent flows are manageable during the lift station downtime. Should the existing wet well or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 11 – Lake Washington Beach Lift Station Mechanical Measurement for Lake Washington Beach Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Lake Washington Beach Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Lake Washington Beach Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing a pigging port inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation shall be included in this pay item. It is anticipated that the Contractor completes the work with minimal lift station downtime and that minimum or no temporary bypass will be needed. If necessary, temporary bypass shall be included in this pay item. Should the existing valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 12 – Lake Washington Beach Lift Station Electrical Measurement for Lake Washington Beach Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Lake Washington Beach Lift Station Electrical shall be ful l compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Lake Washington Beach Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, operation testing. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-5 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Bid Item 13 – Liberty Lift Station Meter Manhole Measurement for Liberty Lift Station Meter Manhole shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Liberty Lift Station Meter Manhole shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the installation of the manhole and flow meter as shown on the plans and detailed in the contract specifications including but not limited to: removing existing asphalt and native material; temporary and final excavation, backfill, and compaction; meter manhole; access hatch; cast-in place concrete for the thrust collar; haul and disposal of excess material; control of water; select backfill; import structural fill; finish grading and all other work necessary for site earthwork; installing the flow meter, fittings, supports, ladder for the proposed manhole for Liberty Lift Station. The temporary bypass of sewage associated with the meter manhole installation will be included in Bid Item No. 14. Bid Item 14 – Liberty Lift Station Mechanical Measurement for Liberty Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Liberty Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Liberty Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing a pigging port inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation, and vactor truck(s) for temporary bypass of the wet well and force main shall be included in this pay item. Should the existing valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 15 – Liberty Lift Station Electrical Measurement for Liberty Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Liberty Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Liberty Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, operation testing, clearing and grubbing, removing existing asphalt and native material, trench excavation, dewatering, removal of unsuitable materials, disposal of excess materials, bedding, backfill, compaction, conduit, warning tape, surface restoration, hand hole and all other work necessary for electrical conduit installation. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-6 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Bid Item 16 – Lake Washington No. 2 Lift Station Electrical Measurement for Lake Washington No. 2 Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Lake Washington No. 2 Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Lake Washington No. 2 Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, operation testing, surface mounted conduits, telemetry panel, pedestal, removal and disposal of the building roof, and installing the new building roof. Bid Item 17 – Long Lift Station Mechanical Measurement for Long Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Long Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Long Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing a pigging port inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation shall be included in this pay item. It is anticipated that the Contractor completes the work with minimal lift station downtime and that minimum or no temporary bypass will be needed. If necessary, temporary bypass shall be included in this pay item. Should the existing valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 18 – Talbot Crest Lift Station Wet Well Coating Removal Measurement for Talbot Crest Lift Station Coating Removal shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Talbot Crest Lift Station Coating Removal shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the coating removal inside the existing wet well for Talbot Crest Lift Station as shown on the plans and detailed in the contract specifications. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation, and temporary bypass pumping shall be included in this pay item. Should the existing wet well or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-7 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Bid Item 19 – Talbot Crest Lift Station Wet Well Leak Repair Measurement for Talbot Crest Lift Station Wet Well Leak Repair shall be per Force Account bid price per 1-09.7 of the Special Provisions/Standard Specifications. Payment for Talbot Crest Lift Station Wet Well Leak Repair shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the leak repair inside the existing wet well for Talbot Crest Lift Station as shown on the plans and detailed in the contract specifications. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation, and continued use of the mobilized temporary bypass pumping shall be included in this pay item. Should the existing wet well or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Owner has estimated and included in the proposal, dollar amount for this item to provide a common proposal for Bidders. The Owner does not warrant expressly or by implication that the actual amount of work will correspond with the estimate. Payment will be made on the basis of the amount of Work actually authorized by the Engineer and performed by the Contractor. Cost for this bid item shall be $10,000. Bid Item 20 – Talbot Crest Lift Station Mechanical Measurement for Talbot Crest Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Talbot Crest Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Talbot Crest Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing a pigging port and flow meter inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation shall be included in this pay item. It is anticipated that the Contractor completes the work with minimal lift station downtime and that minimum or no temporary bypass will be needed. If necessary, temporary bypass shall be included in this pay item. Should the existing valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 21 – Talbot Crest Lift Station Electrical Measurement for Talbot Crest Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Talbot Crest Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Talbot Crest Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-8 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM of old equipment, building and installing new automatic control system, operation testing, and flow meter raceway and conductor installation. Bid Item 22 – Wedgewood Lift Station Mechanical Measurement for Wedgewood Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Wedgewood Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Wedgewood Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing a pigging port inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation shall be included in this pay item. It is anticipated that the Contractor completes the work with minimal lift station downtime and that minimum or no temporary bypass will be needed. If necessary, temporary bypass shall be included in this pay item. Should the existing valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 23 – Wedgewood Lift Station Electrical Measurement for Wedgewood Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Wedgewood Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Wedgewood Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, operation testing. Bid Item 24 – Westview Lift Station Electrical Measurement for Westview Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Westview Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Westview Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, operation testing. City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-9 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM Bid Item 25 – Cottonwood Lift Station Pumps and Motors Measurement for Cottonwood Lift Station Pumps and Motors shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Cottonwood Lift Station Pumps and Motors shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Cottonwood Lift Station pumps and motors improvements as shown on the plans and detailed in the contract specifications including but not limited to: removal and disposal of existing pumps, motors, fast-outs, base elbows and pump guide rails; installing the proposed pumps, motors, fast-outs, base elbows and pump guide rails; pouring concrete in the bottom of the fiberglass wet well; providing all labor and materials necessary for testing and startup. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation, and temporary bypass pumping shall be included in this pay item. Should the existing wet well or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. Bid Item 26 – Cottonwood Lift Station Mechanical Measurement for Cottonwood Lift Station Mechanical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Cottonwood Lift Station Mechanical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Cottonwood Lift Station mechanical work as shown on the plans and detailed in the contract specifications including installing piping and fittings in the existing wet well; installing a flow meter, piping and fittings inside the existing vault, and all mechanical work and equipment not listed in the other bid items. Cost for removal and off-site disposal of waste material and necessary safety equipment and ventilation shall be included in this pay item. Should the existing wet well, valve vault or any equipment, pipes or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the owner shall be incidental to this pay item. The temporary bypass pumping associated with the mechanical improvements will be included in Bid Item No. 25. Bid Item 27 – Cottonwood Lift Station Electrical Measurement for Cottonwood Lift Station Electrical shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment for Cottonwood Lift Station Electrical shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental for the completion of the Cottonwood Lift Station electrical and automatic control system improvements as shown on the plans and detailed in the contract specifications including but not limited to removal and disposal of old equipment, building and installing new automatic control system, installing Owner provided telemetry panel, operation testing, clearing and grubbing, removing existing asphalt and native material, trench excavation, dewatering, removal of unsuitable materials, City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-10 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM disposal of excess materials, bedding, backfill, compaction, conduit, warning tape, surface restoration and all other work necessary for electrical conduit installation. Bid Item 28 – Operations and Maintenance (O&M) Manuals and On-site Owner Training Measurement for Operations and Maintenance (O&M) Manuals and On-site Owner Training shall be per the lump sum bid price and based upon the percentage complete at time of measurement. Payment shall be lump sum. Partial payment of up to 20 percent ($1,000) of the total bid item cost is allowed prior to initial owner training. Final 80 percent ($4,000) of 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 $5,000. Payment shall cover the complete cost of providing all labor and materials necessary to provide three (3) copies of the Operations and Maintenance Manuals as described in the specifications and train the Owner’s personnel on site with manufacturer certified representatives for the following items: Power and Telemetry equipment, and Meters as shown on the Plans and detailed in the contract specifications. Bid Item 29 – Minor Change Measurement for Minor Changes shall be per Force Account bid price. Payments or credits for changes amounting to $50,000 or less may be made under the Bid item “Minor Change”. At the discretion of the City, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes, in the Washington State Department of Standards and Specifications Manual. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor. If the Contractor is in disagreement with anything required by the order for Minor Change , the Contractor may protest the order as provided in Section 1-04.5, Procedure and Protest by the Contractor, in the Washington State Department of Standards and Specifications Manual. Payments or credits will be determined in accordance with Section 1-09.4, Equitable Adjustment, in the Washington State Department of Standards and Specifications Manual. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for “Minor Change” in the Proposal to become a part of the Bid by the Contractor Bid Item 30 – Prepare Construction Records Measurement for Prepare construction Records shall be per the lump sum bid price and based upon the acceptance of the construction records. Payment for Prepare Construction Records shall be full compensation for all material, equipment, tools, labor and all else necessary and incidental to 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 providing records of all structural, City of Renton Summer 2023 Lift Station and Force Main Improvements – Phase 3 Division 18 18-11 J:\Data\REN\117-037\Specs\PH 3\Technical\18 Measurement and Payment.docx 8/10/23 9:52 AM mechanical and electrical equipment for maintenance purposes. The price for this work will be $5,000. Failure to comply with the as-constructed requirements and furnish acceptable construction records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. APPENDIX A Liberty Lift Station Vactor Discharge Locations Liberty High School Liberty Lift Station Liberty Lift Station Force Main Discharge Manhole Liberty Lift Station Force Sanitary Sewer Manhole, TYP. Gravity Sanitary Sewer, TYP. Recommended discharge locations, TYP. Coordinate with City for approval. APPENDIX A - LIBERTY LIFT STATION VACTOR DISCHARGE LOCATIONS APPENDIX B Cottonwood Lift Station Telemetry Panel Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.comWiring SpecificationsControl Panel LabelsLegend-P1725D00Drawings ListTelemetry UpgradesRenton 2018 Sewer & StormwaterTelemetry Upgrades2018 Sewer and Stormwater Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com-P1725P002018 Sewer and StormwaterTelemetry UpgradesCottonwood Lift Station Telemetry PanelPanel Layout Diagram -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com00CP1725Control Wiring DiagramPower DistributionCottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com01CP1725Control Wiring DiagramDigital Inputs Slot 0/1Cottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com02CP1725Control Wiring DiagramDigital Inputs Slots 2/3Cottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com03CP1725Control Wiring DiagramDigital Inputs Slot 4Cottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com04CP1725Control Wiring DiagramDigital Outputs Slot 0Cottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com05CP1725Control Wiring DiagramAnalog Inputs Slot 5Cottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater -Quality Controls Corporation5015 208th St. SW, Suite 1-BLynnwood, WA 98036(425) 778-8280www.QualityControlsCorp.com06CP1725Control Wiring DiagramBackup Float and Pump ControlCottonwood Lift Station Telemetry PanelTelemetry Upgrades2018 Sewer and Stormwater Bill of Materials Quality Controls Corporation 5015 208th St. SW, Unit 1-B, Lynnwood, WA 98036 (425)778-8280 PROJECT NAME:P1725 Renton 2018 Sewer & Stormwater Telemetry Upgrades QCC PROJECT NO.:P1725 Item No.Name / Tag No.Qty.Description Manufacturer Man. Part No.Vendor COTTONWOOD LIFT STATION TELEMETRY PANEL 21.0 Enclosure - NEMA4X 1 Enclosure: 48"H x 36"W x 16"D, NEMA4X SS, 3 pt. Latch, keylocking/padlocking handle Saginaw SCE- 48EL3616SSLPPL Industrial Controls Supply 21.1 Enclosure - Backpanel 1 Backpanel: 45" x 33", Steel, White Saginaw SCE-48P36 Industrial Controls Supply 21.2 Enclosure - Swingpanel 1 Swing Panel Kit: 44" x 32.63", for wall mount panels Saginaw SCE-DF48EL36LP Industrial Controls Supply 25.0 Sunshade 1 Sunshade: Shade Aide for small HMIs, maintains NEMA 4X rating, covers 7"H x 9.5"W screen sizes Smith & Loveless H87A379 Smith & Loveless 26.0 Panel Light 1 Light Fixture: LED, 120VAC Connector with 6' Flying Leads, On/Off Switch Banner WLB32ZC285PBQ MC WESCO 26.1 Panel Light - Door Switch 1 Light Switch: Door Activated Hoffman ALFSWD North Coast Electric 27.0 Fan - Type 1 1 Cooling Fan: 6" Axial, 115 VAC, 239 cfm Comair Rotron 4WT42 Grainger 27.1 Fan - Type 1 2 Fan Filter Guard: 6", Guard, Filter, Retainer Comair Rotron 3RP16 Grainger 27.2 Fan - Type 1 1 Wire Fan Guard: 6", Nickel Chrome Plated Comair Rotron 4YD91 Grainger 27.3 Fan - Type 4X 2 Shroud: NEMA 4X, Stainless Steel Rittal 3238.08 Stoneway Electric 29.0 Heater 1 Heater: PFH-T, 120VAC, 200 Watt, Thermostat controlled Pfannenberg 17020715034 Industrial Controls Supply 30.0 Fan - Thermostat 1 Thermostat: Normally open close on rising temp. range 30-140 degrees, FLZ530 Pfannenberg 17121000010 Industrial Controls Supply 32.0 Receptacle 1 Receptacle Outlet: Duplex, 15A, 120VAC, Din Rail Mount, UL 508A Allen-Bradley 1492-REC15 North Coast Electric 35.0 Surge Protector 1 Surge Protector: 120VAC, 20A, DIN Rail, Form C contacts Allen-Bradley 4983-DC120-20 North Coast Electric 37.0 UPS - DC 1 Uninterruptible Power Supply: QUINT UPS, 120- 240VAC input, 24VDC Output, 10A Phoenix Contact 2320225 WESCO 37.1 UPS - Battery 2 Battery: 12V, 40Ah, to be wired in series for 24VDC PowerSonic PS-12400-12 Amazon Page 1 of 22 6/19/20188:18 AM Bill of Materials Quality Controls Corporation 5015 208th St. SW, Unit 1-B, Lynnwood, WA 98036 (425)778-8280 PROJECT NAME:P1725 Renton 2018 Sewer & Stormwater Telemetry Upgrades QCC PROJECT NO.:P1725 Item No.Name / Tag No.Qty.Description Manufacturer Man. Part No.Vendor 38.0 Power Supply 1 Power Supply: UNO Power, 120VAC to 24VDC, 10A, 240W Power Supply Phoenix Contact 2904372 WESCO 38.1 Power Supply 1 Power Supply: QUINT Power, 24VDC to 24VDC, 5A, 120W Converter Phoenix Contact 2320034 WESCO 40.0 Circuit Breaker 1 Circuit Breaker: 20A, 1 Pole, Thermal Magnetic UL489 Eaton FAZ-C20/1-NA-SP Platt Electric 40.1 Circuit Breaker 1 Circuit Breaker: 10A, 1 Pole, Thermal Magnetic UL489 Eaton FAZ-C10/1-NA-SP Platt Electric 40.2 Circuit Breaker 3 Circuit Breaker: 5A, 1 Pole, Thermal Magnetic UL489 Eaton FAZ-C5/1-NA-SP Platt Electric 40.3 Circuit Breaker 6 Circuit Breaker: 3A, 1 Pole, Thermal Magnetic UL489 Eaton FAZ-C3/1-NA-SP Platt Electric 40.4 Circuit Breaker 9 Circuit Breaker: 2A, 1 Pole, Thermal Magnetic UL489 Eaton FAZ-C2/1-NA-SP Platt Electric 55.0 ISR - 2 Channel 2 Intrinsically Safe Relay: 2 Channel, Rated Class I, Div.2, Interface to Class I, Div. 1, 20-250VAC or 20- 125VDC, Selectable NO or NC. Turck IM1-22EX-R Branom Instrument 56.0 ISB 1 Intrinsically Safe Barrier: Configurable For 2, 3, Or 4 Wire Devices, Rated Class I, Div.2, Interface to Class I, Div. 1, 24VDC, 4-20 mA, HART Turck IM33-11EX- HI/24VDC Branom Instrument 57.0 Signal Isolator - 2 Wire 1 Signal Isolator: Powers 2-wire Transmitter Input, (0/4- 20 ma and 0/2-10V) to (0/4-20 ma and 0/2-10V), DC Powered, DIP Switch Selectable I/O PR Electronics 3104 Field Instruments & Controls 60.0 Hand Switch - Pushbutton 2 Pushbutton: 30.5 mm, Black, Full Guard, NEMA 4X, 1 N.C. Contact Allen-Bradley 800H-AR2D2 North Coast Electric 60.1 Hand Switch - Contacts 7 Contact Block: 1 Normally Open, 1 Normally Closed Allen-Bradley 800T-XA North Coast Electric 62.0 Hand Switch - 2 Position Selector 1 Hand Switch: 2 Position, 30.5 mm, Black Knob, NEMA 4X, 1 N.O. - 1 N.C. Contact Allen-Bradley 800H-HR2A North Coast Electric 63.0 Hand Switch - 3 Position Selector 2 Hand Switch: 3 Position, 30.5 mm, Black Knob, NEMA 4X, 1 N.O. - 1 N.C. Contacts Allen-Bradley 800H-JR2A North Coast Electric 65.0 Pilot Light - Non PTT 6 Indicator Light: Red Lens, 12-130 VAC/VDC Universal Power, 30.5 mm, NEMA 4X Allen-Bradley 800H-QRH2R North Coast Electric Page 2 of 22 6/19/20188:18 AM Bill of Materials Quality Controls Corporation 5015 208th St. SW, Unit 1-B, Lynnwood, WA 98036 (425)778-8280 PROJECT NAME:P1725 Renton 2018 Sewer & Stormwater Telemetry Upgrades QCC PROJECT NO.:P1725 Item No.Name / Tag No.Qty.Description Manufacturer Man. Part No.Vendor 65.1 Pilot Light - Non PTT 2 Indicator Light: Green Lens, 12-130 VAC/VDC Universal Power, 30.5 mm, NEMA 4X Allen-Bradley 800H-QRH2G North Coast Electric 70.0 Control Relay - DPDT 12 Control Relay: 24VDC, DPDT, Indicator Light Idec RH2B-UL-DC24 Industrial Controls Supply 70.1 Control Relay - 4PDT 7 Control Relay: 24VDC, 4PDT, Indicator Light Idec RH4B-UL-DC24 Industrial Controls Supply 70.2 Control Relay - DPDT 1 Control Relay: 120VAC, DPDT, Indicator Light Idec RH2B-UL-AC120 Industrial Controls Supply 70.3 Control Relay - DPDT 13 Relay Socket: DPDT Blade, DIN Rail Mount Idec SH2B-05 Industrial Controls Supply 70.4 Control Relay - 4PDT 7 Relay Socket: 4PDT Blade, DIN Rail Mount Idec SH4B-05 Industrial Controls Supply 72.0 Time Delay Relay - ON Delay 1 Time Delay Relay: ON-delay, DPDT, 120VAC, .1s to 10 Hr Idec GE1A-C10HA110 Industrial Controls Supply 72.1 Time Delay Relay - ON Delay 2 Relay Socket: 8-Pin, Dual tier, DIN Rail Mount Idec SR2P-05 Industrial Controls Supply 73.0 Time Delay Relay - OFF Delay 1 Time Delay Relay: True OFF-delay, 120VAC, DPDT, .1s to 10 Min, Pin terminals Idec GT3F-2AF20 Industrial Controls Supply 75.0 Terminals 75 Terminals: 600V, 25A, #12-#30 AWG Allen-Bradley 1492-J3 North Coast Electric 75.1 Terminals 10 Terminals: Grounding, #12-#30 AWG Allen-Bradley 1492-JG3 North Coast Electric 76.0 Terminals - Fused 30 Terminal: Fused, 1/4" x 1-1/4", Indicating 24 VDC LED Allen-Bradley 1492-H5 North Coast Electric 76.1 Terminals - Fused 25 Fuses: 1/4 Amp, 1/4"x 1-1/4", Glass, Fast Acting Bussmann AGC-1/4-R Industrial Controls Supply 76.2 Terminals - Fused 8 Fuses: 1/8 Amp, 1/4"x 1-1/4", Glass, Fast Acting Bussmann AGC-1/8-R Industrial Controls Supply 78.0 Fuses - Drawer 1 Utility Box: DIN Mount, Drawer ABB-Entrelec XUS000424 Platt Electric 79.0 Ground Bar 1 Ground Bar: 12 terminal, copper alloy, Wire range #6 - #14 AWG. Electric Motion EM4251-12-SS-O Electric Motion Page 3 of 22 6/19/20188:18 AM Bill of Materials Quality Controls Corporation 5015 208th St. SW, Unit 1-B, Lynnwood, WA 98036 (425)778-8280 PROJECT NAME:P1725 Renton 2018 Sewer & Stormwater Telemetry Upgrades QCC PROJECT NO.:P1725 Item No.Name / Tag No.Qty.Description Manufacturer Man. Part No.Vendor 80.0 PLC 1 Programmable Logic Controller: CompactLogix, 2 Ethernet and 1 USB Ports, 24VDC, 512 KB, Embedded 8 DI & 8 DO, 8 I/O Expansion Allen-Bradley 1769-L18ER-BB1B North Coast Electric 81.0 PLC I/O Terminal Block 5 Terminal Block: Point I/O, 8 Pin Allen-Bradley 1734-TB North Coast Electric 82.0 PLC DI 4 Digital Input Module: 8 Inputs, 24 VDC Allen-Bradley 1734-IB8 North Coast Electric 84.0 PLC AI 1 Analog Input Module: 4 Inputs, 0/4-20 mA Allen-Bradley 1734-IE4C North Coast Electric 90.0 OIT - PanelView 1 Operator Interface: PanelView Plus 7 Standard Terminal, 7 in. Color Display, Touch Input, 24VDC input, 50 W max consumption Allen-Bradley 2711P-T7C21D8S North Coast Electric 91.0 Ethernet Switch - Unmanaged 1 Ethernet Switch: Unmanaged, Five 10/100BaseTX RJ- 45 Ports, 10-30 VDC N-tron 308TX Industrial Controls Supply 121.0 Radio - Mounting Kit 1 Mounting Kit: DIN rail mount kit for Viper series routers CalAmp 250-5099-005 Tessco 122.0 Surge Arrestor 1 Surge Protector: Single Gas Tube, aluminum body, N-F on surge/protector sides Polyphaser GT-NFF-AL North Coast Electric EAST VALLEY LIFT STATION TELEMETRY PANEL 21.0 Enclosure - NEMA4X 1 Enclosure: 48"H x 36"W x 16"D, NEMA4X SS, 3 pt. Latch, keylocking/padlocking handle Saginaw SCE- 48EL3616SSLPPL Industrial Controls Supply 21.1 Enclosure - Backpanel 1 Backpanel: 45" x 33", Steel, White Saginaw SCE-48P36 Industrial Controls Supply 21.2 Enclosure - Swingpanel 1 Swing Panel Kit: 44" x 32.63", for wall mount panels Saginaw SCE-DF48EL36LP Industrial Controls Supply 25.0 Sunshade 1 Sunshade: Shade Aide for small HMIs, maintains NEMTA 4X rating, covers 7"H x 9.5"W screen sizes Smith & Loveless H87A379 Smith & Loveless 26.0 Panel Light 1 Light Fixture: LED, 120VAC Connector with 6' Flying Leads, On/Off Switch Banner WLB32ZC285PBQ MC WESCO 26.1 Panel Light - Door Switch 1 Light Switch: Door Activated Hoffman ALFSWD North Coast Electric Page 4 of 22 6/19/20188:18 AM