Loading...
HomeMy WebLinkAboutContractAward Date: April 1, 2019 Awarded to: McClure and Sons, Inc 15714 Country Club Drive Mill Creek, WA 98012-1203 Award Amount: $5,188,392.00 City of Renton 1055 South Grady Way Renton, WA 98057 Aerial Viev CAG-19-029 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications Construction of: Kennydale Reservoir Schedule B PROJECT NO. WTR-27-3956 April 1, 2019 U City of �r�Y 'R Too CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Kennydale Reservoir Schedule B PROJECT NO. WTR-27-3956 April 1, 2019 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS ADDENDUMS: 1-5 City of lY + +. 2 + ���vTo� PROJECT: KENNYDALE RESEROIR- SCHEDULE B McClure and Sons, Inc. Responsible Person: Jon Varriano 15714-Country Club Drive Mill Creek, WA 98012 Emergency Phone Number: 206-730-1665 Foreman: Jesse Thompson 15714-Country Club Drive Mill Creek, WA 98012 Emergency Phone Number: 360-540-6593 Bonding Agent: Keith McNally BK-JET Group 999 W. Riverside Ave. Ste. 510 Spokane, WA 99201 Office: 509-319-2902 BOARD OF DIRECTORS' RESOLUTION APPROVING PRESIDENT'S AUTHORITY TO SIGN BID PROPOSALS AND CONTRACTS Upon a duly made and seconded motion, a majority of the Directors of the Board of Directors of McClure and Sons Inc. adopted the following resolution: WHEREAS, Les McClure, the President of McClure and Sons Inc. has submitted to the. Board of Directors a proposal that he be authorized to sign bid proposals and contracts on behalf of the corporation, And WHEREAS, the Board of Directors has reviewed and discussed among themselves the above -described proposal, it is RESOLVED, That the above -described proposal is hereby approved by the Board of Directors and the President of the Corporation is hereby authorized to enter into the said contract, in the name of and in behalf of this Corporation. The undersigned, Judy McClure, certifies that I am the duly appointed Secretary of McClure and Sons Inc. and that the above is a true and correct copy of a resolution duly adopted at a meeting of the Directors thereof, convened and held in accordance with law and the Bylaws of said Corporation on July 25, 1997, and that such resolution is now in full force and effect. IN WITNESS THEREOF, I have affixed my name as Secretary of McClure and Sons Inc. and have attached the seal of the Corporation to this resolution. Dated: July 25, 1997 (SEAL) Secretary McClure, President MCCLU 15714 C, MILL Cl Registered to Con (CCO I) - G 547 & SONS INC Effective Di VTRY CLUB DR. Expiration l ;K WA 98012 ided by Law as: �n Contractor �1L l l/1990 /6/2019 Business License _'q9 i 1055 South Grady Way Renton, WA 98057 (425) 430-6851 Renton License #: 51301 WA State UBI# 601077878 Expiration Date: 1/31/2020 MCCLURE AND SONS INC 15714 COUNTRY CLUB DR MILL CREEK WA 98012 LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED BELOW BUSINESS LICENSE NON -TRANSFERABLE MCCLURE AND SONS INC 15714 COUNTRY CLUB DR MILL CREEK WA 98012 Mayor, Denis Law Renton Business License #: 51301 WA State UBI# 601077878 Expiration Date: 1/31/2020 ASD Administrator, Jan Hawn Licensee has applied for a City of Renton business license in accordance with Renton Municipal Code (the Code), Title V Business, Chapter 5 Business License. The Licensee agrees to comply with all requirements of the Code, as well as State laws and regulations applicable to the business activity licensed. LICENSE MUST BE POSTED IN THE PLACE OF BUSINESS FOR WHICH IT IS ISSUED 1055 S Grady Way, Renton WA 98057 (425) 430-6851 licensing@rentonwa.gov Request for Taxpayer Give Form to the Form Identification Number and Certification requester. Do not (Rev. October2018) Department of the Treasury Isend to the IRS. Internal Revenue Service ► Go to wwwJrs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. McClure and Sons Inc. 2 Business name/disregarded entity name, if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the Y 4 Exemptions codes apply only to P ( PPY Y a)P 0 following seven boxes. certain entities, not individuals; see n. instructions on page 3): o ❑ IndividuaVsole proprietor or ElC Corporation S Corporation ElPartnership ❑ Trust/estate c single -member LLC Exempt payee code (if any) .� v ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `o y Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting to LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC Is code if an ( Y) is C C another LLC that is not disregarded from the owner for U.S, federal tax purposes. Otherwise, a single -member LLC that o w is disregarded from the owner should check the appropriate box for the tax classification of its owner. O 41 ❑ Other (see instructions) ► (Applles to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 15714 Country Club Drive an 6 City, state, and ZIP code Mill Creek, WA 98012 7 List account number(s) here (optional) El U Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (S. However, fora resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other FM _ m — entities, it is vour emDlover identification number ON). If you do not have a number, see How to qet a TIN, later. Note: If the account is in more than one name, see the instructions for lir Number To Give the Requester for guidelines on whose number to enter. Certification Under penalties of perjury, I certify that: m 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. Certification Under penalties of perjury, I certify that: m 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The CAA codes) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must you have failed to report all int rest acquisition or abandonment o secureet other than interest and *idends, you Sign Signature of Here U.S. pe�stffi` General I cross out item 2 above if you have been notified by the IRS that you are currently subj d dividends on your tax return. For real estate transactions, item 2 does not apply. For ect to backup withholding because mortgage interest paid, property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments re not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (fIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► • Form 1099-DIV (dividends, funds) from stocks or mutual • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-1< (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-0 (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S, person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form �/-9 (Rev. 10-2018) / A� " CERTIFICATE OF LIABILITY INSURANCE DATE (M M/DD/YYYY) 03/22/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Julie Emery NAME: Bell Anderson Agency, Inc. PAHONri Ext : (425) 291-5200 aC, No): (425) 291-5100 E-MAIL JulieE@bell-anderson.com ADDRESS: 600 SW 39th St, Suite 200 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Continental Insurance Company 35289 Renton WA 98057 INSURED INSURER B: Continental Casualty Company INSURER C : McClure & Sons, Inc. INSURER D : 15714 Country Club Drive INSURER E : INSURER F : Mill Creek WA 98012 COVERAGES CERTIFICATE NUMBER: CL18121032417 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCEADDLSUBR INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE �X OCCUR DAMAGE TO PREM SES Ea oNcE ante $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 A Y Y 2075867851 12/12/2018 12/12/2019 LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY PRO ❑ LOC JECT: MOTHER PRODUCTS-COMP/OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO B OWNED SCHEDULED AUTOS ONLY AUTOS Y Y 2075867865 12/12/2018 12/12/2019 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED HNON-OWNED AUTOS ONLY AUTOS ONLY X UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 7,000,000 AGGREGATE $ 7,000,000 A EXCESS LABCLAIMS-MADE Y Y 2075867879 12/12/2018 12/12/2019 DED I X1 RETENTION $ 10,000 $ A WORKERS COMPENSATION YIN AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE (OFFIMandy ory in N ER EXCLUDED? ❑ (Mandatory in NH) NIA 2075867851 -Stop Gap, WA 12/12/2018 12/12/2019 PER OTH- STATUTE X ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Kennydale Reservoir Schedule B WTR-27-3956 The certificate holder is additional insured per attached endorsements #CNA75079XX 0115 & #CA2048 1013. Waiver of subrogation included per the attached endorsements #CNA75008XX 0115 & #CA0444 1013. Coverage is primary & non-contributory per the attached endorsements #CNA75079XX 0115 & #CNA71527XX 1012. Per project aggregate applies per CNA74826XX 0115. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Renton ACCORDANCE WITH THE POLICY PROVISIONS. 1055 S Grady Way AUTHORIZED REPRESENTATIVE Renton WA 98057� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD CNA Business Auto Policy Policy Endorsement WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MCCLURE & SONS, INC. Endorsement Effective Date: 12/12/2018 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Form No: CA 04 44 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 3; Page: 1 of 1 Underwriting Company: Continental Casualty Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 2075867865 Policy Effective Date: 12/12/2018 Policy Page: 52 of 229 ° Copyright Insurance Services Office, Inc., 2011 CNA Business Auto Policy Policy Endorsement DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE AM I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MCCLURE & SONS, INC. Endorsement Effective Date: 12/12/2018 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED,BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON/ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. Form No: CA 20 48 10 13 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 5; Page: 1 of 1 Underwriting Company: Continental Casualty Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 2075867865 Policy Effective Date: 12/12/2018 Policy Page: 55 of 229 ° Copyright Insurance Services Office, Inc., 2011 CNA 1 Business Auto Policy Policy Endorsement It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA71527XX (10-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 15; Page: 1 of 1 Underwriting Company: Continental Casualty Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 2075867865 Policy Effective Date: 12/12/2018 Policy Page: 83 of 229 ° Copyright CNA All Rights Reserved. CNA CNA PARAMOUNT General Aggregate Limit - Designated Projects Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction or Service Projects: EACH OF YOUR CONSTRUCTION PROJECTS LOCATED AWAY FROM PREMISES OWNED BY OR RENTED TO YOU Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: I. For each single designated construction or service project shown in the Schedule above, a separate Designated Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: A. all damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and B. all medical expenses under Coverage C; that arise from occurrences or accidents which can be attributed solely to ongoing operations at that designated project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Designated Project General Aggregate Limit applicable to any other project. II. All: A. damages under Coverage B, regardless of the number of locations or projects involved; B. damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single designated project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and C. medical expenses under Coverage C, caused by accidents which cannot be attributed solely to ongoing operations at a single designated project, will reduce the General Aggregate Limit shown in the Declarations. III. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular designated project. IV. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will CNA74826XX (1-15) Policy No: 2075867851 Page 1 of 2 Endorsement No: 3 The Continental Insurance Co. Effective Date: 12/12/2018 Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT General Aggregate Limit - Designated Projects Endorsement reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. V. If the applicable scheduled construction or service project has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, such project will still be deemed to be the same project. VI. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74826XX (1-15) Page 2 of 2 The Continental Insurance Co. Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Policy No: 2075867851 Endorsement No: 3 Effective Date: 12 / 12 / 2 018 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION WHOM THE NAMED INSURED HAS AGREED IN WRITING IN A CONTRACT OR AGREEMENT TO WAIVE SUCH RIGHTS OF RECOVERY, BUT ONLY IF SUCH CONTRACT OR AGREEMENT: 1. IS IN EFFECT OR BECOMES EFFECTIVE DURING THE TERM OF THIS COVERAGE PART; AND 2. WAS EXECUTED PRIOR TO THE BODILY INJURY, PROPERTY DAMAGE OR PERSONAL AND ADVERTISING INJURY GIVING RISE TO THE CLAIM. (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (10-16) Page 1 of 1 The Continental Insurance Co. Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: Includes copyrighted material of Insurance Services Office, Inc., with its permission. 2075867851 11 12/12/2018 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. additional insured coverage with "arising out of language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Policy No: 2075867851 Page 1 of 2 Endorsement No: 9 The Continental Insurance Co. Effective Date: 12/12/2018 Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 2075867851 Page 2 of 2 Endorsement No: 9 The Continental Insurance Co. Effective Date: 12/12/2018 Insured Name: MCCLURE & SONS, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Kennydale Reservoir Schedule B WTR-27-3956 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids * Proposal & Combined Affidavit & Certificate Form: Non -Collusion Anti -Trust Claims Minimum Wage Form * Department of Labor and Industries Certificate of Registration * Proposal Bid Bond Form * Schedule of Prices ** Certificate of Compliance with Wage Payment Statutes *** Subcontractors List (If bid exceeds $1,000,000 and includes HVAC, plumbing, or electrical subcontractors per RCW) •'• Bond to the City of Renton ❖ Fair Practices Policy Affidavit of Compliance ❖ Contract Agreement (Contracts other than Federal - Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Standard Plans Addendum Not Addendum No2 Addendum No3 Addendum No4 Addendum No5 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 with Bid or within 24 hours of bid *** Submit with Bid or within 1 hour of bid •'• Submit at Notice of Award CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 02 CONT W-3956 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 -___ It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7 th day of March .2011. CITY RENTON r. Denis Law, Mayor Attest: Bonnie 1. Walton, City Clerk RENTON CITY COUNCIL uncii Pr ident CITY OF RENTON SUAt LLMY OFAkERICANS WITH DISABrr = ACT POLICY ADOPTED BY RESOL UTIQN NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With ❑isabilibes Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines- (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection., promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATIQN WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs, (3) AMERICANS WITH DISABII.=5A; f POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATTQN - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. Cf7 ON Mayor Attest: City Clerk RENTON CITY COUNCIL: ouncil President CITY OF RENTON Kennydale Reservoir WTR-27-3956 - Schedule B 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, and shall include but not be limited to: The construction of a 1.29 million gallon welded steel tank above concrete mat with auger -cast pile foundation, site work including excavation, grading, modular block retaining wall, asphalt access road, permeable concrete parking lot, lighting, landscaping, site fencing; site utilities including storm water conveyance piping and detention system, control valve vault, flow meter vault, 16-inch and 12-inch diameter restrained -joint ductile iron water mains and fittings, electrical power and controls. A total of two hundred fifty-five (255) working days will be allowed for the completion of this project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 04_SCOPE OF WORK.DOC LOCATION MAP Kennydale Reservoir Schedule B WTR-27-3956 INSTRUCTIONS TO BIDDERS Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 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 may be examined and copies obtained at the Public Works Department Office. 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. 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. 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. 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 into the work place 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 therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates is included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 07_INSTRUCTION TO BIDDERS 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 "2016 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. A geotechnical engineering evaluation report has been completed based on subsurface explorations at the lift station site and is available for information purposes only. A copy may be obtained 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". The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22. Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit with Bid"? ❑ Has the 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? 07_INSTRUCTION TO BIDDERS ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List (If required)? ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ❑ Have you submitted the Department of Labor and Industries Certificate of Registration form? ❑ Have you submitted or are prepared to submit within 24 hours of the bid the Certificate of Compliance with Wages Paid Statutes form? 07_INSTRUCTION TO BIDDERS CAG-19-029 CITY OF RENTON CALL FOR BIDS Kennydale Reservoir WTR-27-3956 — Schedule B Sealed bids must be completed and filed with the City of Renton, at the City Clerk's office located on the 71h floor of Renton City Hall, until 2:00 p.m. on Tuesday, March 5, 2019. At the bid time, the bids will be publicly opened and read aloud in conference room #511, located on the 5th floor, Renton City Hall. Renton City Hall is located at 1055 South Grady Way, Renton WA 98057. Bids received later than 2:00 p.m. on Tuesday. March 5, 2019, will not be considered. Bidder is fully responsible for ensuring the sealed bids are delivered to the specified location above. The work to be performed within two hundred fifty-five (255) working days from the date of commencement under this contract includes: Construction of a 1,29 million gallon, above ground, welded steel potable water storage tank with concrete mat and auger -cast pile foundation, ladders, site work including excavation, grading, modular block retaining wall, asphalt access road, permeable concrete parking lot, lighting, landscaping, site security fencing, site utilities including storm water conveyance piping and detention system, seismic and flow control valve vault, flow meter vault, 16-inch and 12-inch diameter restrained -joint ductile iron water mains and fittings, electrical power and controls. The Engineer's estimate for this project is $5,500,000 including 10% sales tax. 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." Questions regarding this call for bids or the plan holders' list should be directed to Builders Exchange of Washington, Inc., at 425-258-1303, e-mail http://www/bxwa.com. Questions about the project shall be addressed to Eric F. Ott, Project Manager, City of Renton, Water Utility, 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430-7313, fax (425) 430-7241, EOtt@rentonwa.gov. The City of Renton reserves the right to reject any and all bids and to waive any and all informalities in the bidding process. A certified check or bid bond in the amount of five percent (5%) of the total bid price must accompany each bid. The City's Fair Practices, Non -Discrimination, and Americans with Disability Act Policies shall apply. Published: Daily Journal of Commerce Daily Journal of Commerce February 11, 2019 February 18, 2019 06 W 3956 Call for-Bids.DOC Kennydale Reservoir Site Access Utilities WTR-27-3956 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the schedule of prices. The undersigned further certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. 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. MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT McClure and Sons, Inc. Name of Bidd Signature of Authorized Representative of Bidder*: Printed Name: Les McClure Title"president Address: 15714 Country Club Drive Mill Creek, WA 98012 Contact Name (please print): Les McClure es mcc urean sons.com Phone: (425) 316-6999 Email: bids@mcclureandsons.com *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If business is a CORPORATION, please complete this section: Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of Les McClure Judy McClure Washington With Main Office in State of Washington at Mill Creek If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY, please complete this section: Name: Title (Partner, Member, Manager): Proposal & Affidavit/Certificate - Page 2 of 4 07 COMBINED PROP and TRIPLE FORM W-3674 INDIVIDUAL FORM STATE OF WASHINGTON ) ss County of ) On this day of before me personally appeared to me known to be the individual(s) described in and who executed the foregoing instrument, and acknowledged under oath that (he/she/they) signed and sealed the same as (his, her, their) free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and year last above written. (SEAL) STATE OF WASHINGTON ss County of Snohomish Notary Public in and for the State of Washington, residing at Print Name: My commission expires: CORPORATION FORM On this 5th day of March before me personally appeared Les McClure to me known to be the President (President, Secretary, Treasurer) of the corporation that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ° NOTARY PUBLIC COMM. EXPIRES e - ° - • MAY 1.0, 2020 ° ° - OOF WA) N ar ublic in and for the State of Was Ington, residing at Mill Creek Print Name: Judy McClure My commission expires: 5/10/20 Proposal & Affidavit/Certificate - Page 3 of 4 07 COMBINED PROP and TRIPLE FORM W-3674 STATE OF WASHINGTON ss County of PARTNERSHIP FORM On this day of before me personally appeared to me known to be a General Partner of the partnership known as that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said partnership, for the uses and purposes therein mentioned, and on oath stated that (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for the State of Washington, residing at Print Name: My commission expires: LIMITED LIABILITY COMPANY (LLC) FORM STATE OF WASHINGTON ss County of On this day of , 20_, before me personally appeared to me known to be a Managing Member of the Limited Liability Company known as and that he/she/they executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on oath stated that (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for the State of Washington, residing at Print Name: My commission expires: Proposal & Affidavit/Certificate - Page 4 of 4 07 COMBINED PROP and TRIPLE FORM W-3674 Name on Registration: Registration Number: Expiration Date: Department of labor and Industries Certificate of Registration McClure and Sons, Inc. MCCLUS1101 MJ 7/6/19 Note: A copy of the certificate will be requested as part of contract execution when project is awarded. 08_L & I REGISTRATION\ Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] McClure and Sons, Inc of [address] 15714 Country Club Drive, Mill Creek, WA 98012 as Principal, and [Surety] Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut 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 highway construction, to wit: KENNYDALE RESERVOIR WTR-27-3956 SCHEDULE B 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 5th McClure and S s, Inc. [Principal] /✓� � [Signature of a t orized official] Les McClure President [Title] day of March 2019 Travelers Casualty anq Surety Company of America IS Y� r ignature of authorize official] By: Diana R. Williams, Attorney -in -Fact [Attorney -in -Fact] 707 West Main Street, Suite 300 [Address] Spokane, WA 99201 509-319-2901 [Telephone Number] p9 PROPOSAL BID BOND Approved by City Attorney Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Travelers Casualty and Surety Company of America Adbk Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Diana R. Williams, of Spokane, Washington, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. On `J'�TT AryO. °•. Ka COWL State of Connecticut /1s� By: City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. a My Commission expires the 30th day of June, 2021 0* *gyp * Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Conipan?es, which remains in full force and effect. Dated this sa, day of Marcy , 2019 ,TT ANpOF & WtlN. 4T Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which the power is attached. City of Renton ADDENDUM NO.5 Kennydale Reservoir- Schedule B SCHEDULE OF PRICES (Note: The bid price shall be stated In figures only, In terms of the units Indicated and as to a total amount. In the event of errors or where conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid. All entries must be typed or entered in ink. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITE NO. ITEM DESCRIPTION UNIIT APPROX QUANTI UNIT PRICE Dollars Cents. EXTENSION AMOUNT Dollars Cents. 1 Mobilization and Demobilization (Max 10% of total of all other bid items without sales tax) Lump Sum 1 $ ,' o e5 $ �l 2 Construction Surveying and Staking Lump Sum 1 3 Trench/Excavation Protection Lump Sum 1 4 Temporary Erosion Control Lump Sum 1 5 Site Clearing and Grubbing Lump Sum 1 9'__�� o 6 129 MG Welded Steel Reservoir Lump Sum 1 7 Reservoir Foundation Lump Sum 1 8 Unforeseen Excavation CY 400 $ 9 Unforeseen Backfill CY 200 10 Electrical Lump Sum 7 $ Z 7 p $ 11 Instrumentation and Control Lump Sum 1 Page 1 Schedule Of Prices City of Renton ADDENDUM NO.5 Kennydale Reservoir- Schedule B SCHEDULE OF PRICES (Note: The bid price shall be stated in figures only, In terms of the units indicated and as to a total amount. In the event of errors or where conflict occurs, the unit price bid shall govern. Illegible figures will invalidate the bid. All entries must be typed or entered in ink. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. TE NO. ITEM DESCRIPTION UNIIT JAPPROX QUANTI UNIT PRICE Dollars Cents. EXTENSION AMOUNT FDollars Cents, 12 Water Yard Piping Lump Sum 1 13 Stormwater Piping and infiltration Facility Lump Sum 1 14 Site Improvements Lump Sum 1 $ $ 15 Fire Station Site Finishing Lump Sum 1 16 Testing, Startup: Training and O&M Manuals Lump Sum 1 $5 $� 17 Record Drawings Lump P Sum 1 18 Additional Pile Depth Installation Vertical Foot 160 r� / / v 19 Force Account Lump Sum 1 d $ 100, 000.00 $100,000-00 Subtotal $ l a v 10% Washington State Sales Tax �—r-r rl—ur� $ / Total Bid Price �� . n '7 Q i ,I Soo Page 2 Schedule Of Prices �A.Aq This form must be submitted with the Bid Proposal or as a Supplement to the Bid no later than 24 hours after the time for delivery of 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. McClurv'anN Sons Inc. Bidder' Bu ness Name 9 C, (04,w . Signat f uthori a Official* Les McClure Printed Name President Title 3/5/19 Mill Creek WA Date City State Check One: Sole Proprietorship ❑ Partnership ❑ Joint Venture ❑ Corporation N State of Incorporation, or if not a corporation, State where business entity was formed: Washington 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. SUBCONTRACTORS LIST Per RCW 39.30-060, every invitation to bid on a contract that is expected to cost one million dollars or more shall require each bidder to submit as part of the bid, or within one hour after the published bid submittal time, the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW (this includes the control system integrator subcontractor as well as other electrical subcontractors), or to name itself for the work. The bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be used for which alternate. Failure of the bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and, therefore, void. Complete the following: If awarded the contract, McClure and Sons, Inc. will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item (s) Subcontractor Name Address Phone No. Bid Item (s) Subcontractor Name Address Phone No State Contractor's License No. to l/�j. f �� 01,5--��� State Contractor's License No. /%J / Bid Item (s) 4L .4ZO 499M49 LS CAO /0 �&D Subcontractor Name S,��b� �(_ 6 ,' / e, fi4 Address Phone No. i4zs gyle7zftl State Contractor's License �a!L,,ey9OW'00 Bid Item (s) Subcontractor Name &�� 6 p/va�f Address r h \file sys\wtr - drirkingwater utility\wtr-27 - water project files\wtr-27-03956 - kennydde 308 zone reservoir\reservcircorstrucbon\bid_docs\o�uctioragr \11 sutxontractorslist.doc Revi sad a/2012 fte 2 Phone No. ��� o7t� (p G State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Subscribed and sworn to be before me on this 5th day of March , 20 19. MCCLU R, �7 • ° 'i ° NOTARY PUBLIC o COMM. EXPIRES a ° MAY 10, 2020 ° IZ ° ° • O WA�N,�``,`�� Notary Public in and for the State of Washington Notary (Print) Judy McClure Residing at Mill Creek My appointment expires: 5/10/20 h.Wile sis\wtr - drirking water utility\wtr-27 -water project files\wtr-27403956 - kemydale 308 zone reservoir\reservoircor'druction\ttd docs\constructioroWe rnert\ll s�artorsIistdoc Revised 9/2006 Bond No. 106999303 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned McClure and Sons, Inc. as principal, and Travelers Casualty and Surety Company of America corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washingtontobecome surety upon bonds of contractors with municipal corporation�s1beaMl one e e laoea � naiy gheyerhoual held and firmly bound tothe City of Renton in the penal sum of Three Hundred Ninety Two &no/100Dollarsfor the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Spokane ,Washington, this 25th day of March Nevertheless, the conditions of the above obligation are such that: i.TIjL•; WHEREAS, under and pursuant to Public Works Construction Contract CAG-19-029 providing for construction of Kennydale Reservoir Schedule B, WTR-27-3956, the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. McClure and Sons, Inc. President Title Travelers Casualty and Surety Company of America Surety Signature Diana R. Williams Attorney -in -Fact Title Travelers Casualty and Surety Company of America TRAVELERS Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the 'Companies"), and that the Companies do hereby make, constitute and appoint Diana R. Williams, of Spokane, Washington, their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. 6JP�TY Ary�e oP L9R C �' O v� 61 FaJ State of Connecticut City of Hartford ss. Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 aTtr mo.n,Le. �,p * Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. AN* Dated this zsch day of March �ygtu�iry,' bJP�TY a� 4P 9 a COWLWXFOFOA@ i CON�. t 2019 Kevin E. Hughes, Assi font Secretary To verify the authenticity of this Power ofAttorney, p/ease ca// us at i-800-421-3880. Please refer to the above -named Attorney -in -Fact and the detai/s of the bond to which the power is attached. RETAINAGE BOND Bond No.107047972 KNOW ALL MEN BY THESE PRESENTS, that McClure and Sons Inc. , as Principal authorized to do business in the State of Washington and Travelers Casualty and Surety Company of America as Surety, a corporation organized and existing under the laws of the State of CT and authorized to transact business in the State of Washington as Surety, are jointly and severally held and bound unto City of Renton as Obligee in the penal sum of Two Hundred Thirty Five Thousand Eight Hundred Thirtv Six Dollars and 00/100 Dollars ($ 235.836.00 ), which is 5% of the Principal's bid. WHEREAS, on the 25th day of March 2019 ,the said Principal, herein, executed a contract with the Obligee, for Kennydale Reservoir Schedule B, WTR-27-3956, Public Works Construction Contract CAG-19-029 WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained fund AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Principal and Surety are held and bound unto the beneficiaries of the trust fund created by RCW 60.28 in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and liens and in the same manner and priority as set forth retained percentages in RCW 60.28. PROVIDED HOWEVER, that: 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 25th day of March 2019 By: Travelers Casualty and Surety Company of America By: 'Attorneyrir�-Fact` U►ana tl. Williams HUB International Northwest LLC Name and Address of Local Agent 999 W. Riverside Avenue Ste 510, Spokane, WA 99201 509-319-2901 Principal POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Surety Bond No. 107047972 Project Description: Kennydale Reservoir Schedule B, WTR-27-3956, Public Works Construction Contract CAG49-029 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Principal; McClure and Sons, Inc. obligee: City of Renton KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Diana R. Williams of the City of Spokane , State of WA , their true and lawful Attorney-fn-Fact, to sign, execute, seal and acknowledge the surety bond(s) referenced above. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 24u' day of June, 2016, Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St, Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company StPaul Mn it Insurance . ry Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 14l2�' o i977 A^D `! u �ro�ay>� _ �et'•�r� U7Oep SI.b''airrr< State of Connecticut City of Hartford ss. Robert L. Raney, Senior Vice President On this the 24t" day of June , 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Pout Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. a.tltR„ xvI �c'�.rwe. C '3a7nxuuA�" Marie C. Tetreauit, Notary Public c� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St, Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any vice Chairman, any Executive Vice President, any Senior Vice President, any vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance;Company, Fidelity and Guaranty Insurance Underwriters, Inc., 5t. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St: Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 25th day 6f March , 2019 � r Kevin E. Hughes, Assistant Secretary �ycout,,,� 3,��'t5'�Sr ,�►�L�r ,,�t i.r *,,N.o,, ...w Y �O�tY • 'v�'�' Ci � t� * �t°` �ea��Yd�'y u ,,d��•,,lt �n eT� '�T ��Ar,� �'`� Mfg 0 To verify the authenticity of this Power of Attorney, ca// X-800-421 3880 or contact us at cvcvrvtrave%rsbondcom. P/ease refer to the Attorney-tn-Fact number, the above -named /ndividua/sand the detaf/s of the bond fo whlch the power is attached. CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE McClure and Sons Inc (Name of contractor/subcontractor/consultant) hereby confirms and declares that: It is the policy of the above -named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status. II. The above -named contractor/subcontractor/consultant complies with all applicable federal, state and local laws governing non-discrimination in employment. III. When applicable, the above -named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. Les McClure Print Agent/Representative's Name President P�ri(it Agnt/Repr� tative's Title presentative's Signature Date igne Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this documents) with the contract. AGREEMENT CONTRACT NO. CAG-19-029 THIS AGREEMENT, made and entered into this 44/Lday oft®rc/ , 2019 by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, Iereinafter 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 2018 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 Kennydale Reservoir-Schedule B, WTR-27-03956, 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 $5,188,392.00, 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. 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. ONTRACi"OR.. "' CITY OF RENTON. = `' McClur , President Denis La , a ol O 1,, A EST' _ _ � e Secretary Jason Set , y PORA,e`\���.�`� FIRM INFORMATION d/b/a McClure and Sons, Inc. ,,CrIECr,,,OREJ ❑ Limited Liability Company ❑ Partnership ® Corporation STATI:OFINCORPORATION:,' Washington CONTRACTOR CONTACT INFORMATION: CITY CONTACT INFORMATION: Les McClure City of Renton 15714 Country Club Drive 1055 South Grady Way Mill Creek,WA 98012 Renton, WA 98057 425-316-6999 425-430-7313 les@mcclureandsons.com Eott@rentonwa.gov 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 by 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. Kennydale Reservoir Schedule B CAG-19-029 WTR-27-03956 Contract Template Updated 12/29/2017 BOARD OF DIRECTORS' RESOLUTION APPROVING PRESIDENT'S AUTHORITY TO SIGN BID PROPOSALS AND CONTRACTS Upon a duly made and seconded motion, a majority of the Directors of the Board of Directors of McClure and Sons Inc. adopted the following resolution: WHEREAS, Les McClure, the President of McClure and Sons Inc. has submitted to the Board of Directors a proposal that he be authorized to sign bid proposals and contracts on behalf of the corporation, And WHEREAS, the Board of Directors has reviewed and discussed among themselves the above-described proposal, it is RESOLVED, That the above-described proposal is hereby approved by the Board of Directors and the President of the Corporation is hereby authorized to enter into the said contract, in the name of and in behalf of this Corporation. The undersigned, Judy McClure, certifies that I am the duly appointed Secretary of McClure and Sons Inc. and that the above is a true and correct copy of a resolution duly adopted at a meeting of the Directors thereof, convened and held in accordance with law and the Bylaws of said Corporation on July 25, 1997, and that such resolution is now in full force and effect. IN WITNESS THEREOF, I have affixed my name as Secretary of McClure and Sons Inc. and have attached the seal of the Corporation to this resolution. Dated: July 25, 1997 t-eettil� 5120. ( Secretary V ,�(SEAL) ,-- dv j es McClure, President 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 K_ ins County, may be found at the following website address of the Department of Labor and Industries: https://fortress.wa.gov/lni/wa el�/prvWa elg ookup.aspx . 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 _March 5, 2019_. 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" may be found at the following website http://lni.wa.gov/FormPub/Detail.asp?DocID=1918 . The State of Washington "Affidavit of Wages Paid — Public Works Contract and Instructions" may be found at the following website hlt2:Hlni.wa.gov/FormPub/Detail.asp?DoclD=1909. State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/05/2019 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer -Caulker -Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non -Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (In Shop), Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Et Tenders Bell/Vehicle or Submersible Operator (Not $113.60 5D 4C Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $58.48 5D 1H King Drywall Tapers Journey Level $59.32 5P 1E King Electrical Fixture Maintenance Workers Journey Level $30.59 5L 1E King Electricians - Inside Cable Splicer $81.32 7C 4E King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E King Electricians - Inside Certified Welder $78.55 7C 4E King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E King Electricians - Inside Construction Stock Person $41.49 7C 4E King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Electricians - Inside Electricians - Inside Electricians - Motor Shop Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electronic Technicians Elevator Constructors Elevator Constructors Fabricated Precast Concrete Products Fence Erectors Fence Erectors Flaggers Glaziers Heat Et Frost Insulators And Asbestos Workers Heating Equipment Mechanics Hod Carriers Et Mason Tenders Industrial Power Vacuum Cleaner Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Insulation Applicators Ironworkers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Journey Level $75.80 7C 4E Journey Level (tunnel) $81.32 7C 4E Journey Level $45.08 5A 1B Cable Splicer $79.60 5A 4D Certified Line Welder $72.98 5A 4D Groundperson $47.94 5A 4D Heavy Line Equipment Operator $72.98 5A 4D Journey Level Lineperson $72.98 5A 4D Line Equipment Operator $62.06 5A 4D Meter Installer $47.94 5A 4D Pole Sprayer $72.98 5A 4D Powderperson $54.55 5A 4D Journey Level $50.57 7E 1E Mechanic $94.22 7D 4A Mechanic In Charge $101.73 7D 4A All Classifications - In -Factory Work Only $18.25 5B 1 R Fence Erector $41.45 7A 31 Fence Laborer $41.45 7A 31 Journey Level $41.45 7A 31 Journey Level $64.56 7L 1y Journeyman $73.58 5.1 4H Journey Level $82.51 7F 1E Journey Level $50.42 7A 31 Journey Level $12.00 1 Boat Operator $61.41 5B 1 K Cook $56.48 5B 1K Deckhand $57.48 56 1K Deckhand Engineer $58.81 5B 1K Launch Operator $58.89 5B 1K Mate $57.31 5B 1K Cleaner Operator, Foamer Operator $31.49 1 Grout Truck Operator Head Operator Technician Tv Truck Operator Journey Level Journeyman Air, Gas Or Electric Vibrating Screed Airtrac Drill Operator Ballast Regular Machine Batch Weighman Brick Pavers Brush Cutter Brush Hog Feeder Burner Caisson Worker Carpenter Tender Caulker Cement Dumper -paving Cement Finisher Tender Change House Or Dry Shack Chipping Gun (under 30 Lbs.) Chipping Gun(30 Lbs. And Over) $12.00 1 $24.91 1 $19.33 1 $20.45 1 $60.04 5D 4C $69.28 7N 10 $48.90 7A 31 $50.42 7A 31 $48.90 7A 31 $41.45 7A 31 $48.90 7A 31 $48.90 7A 31 $48.90 7A 31 $48.90 7A 31 $50.42 7A 31 $48.90 7A 31 $48.90 7A 31 $49.81 7A 31 $48.90 7A 31 $48.90 7A 31 $48.90 7A 31 $49.81 7A 31 8W King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving (incl. $48.90 7A 31 Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydrautic, diamond) $49.81 7A 31 King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 King Laborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including Post Tension $49.81 7A 31 Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman -dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter $49.81 7A 31 When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers - Underground Sewer Et Water Laborers - Underground Sewer Et Water Landscape Construction Landscape Construction Lathers Marble Setters Metal Fabrication (In Shop), Metal Fabrication In Shop), Metal Fabrication (In Shop), Metal Fabrication (In Shop), Remote Equipment Operator $49.81 7A 31 Rigger/signal Person $49.81 7A 31 Rip Rap Person $48.90 7A 31 Rivet Buster $49.81 7A 31 Rodder $49.81 7A 31 Scaffold Erector $48.90 7A 31 Scale Person $48.90 7A 31 Sloper (over 20") $49.81 7A 31 Sloper Sprayer $48.90 7A 31 Spreader (concrete) $49.81 7A 31 Stake Hopper $48.90 7A 31 Stock Piler $48.90 7A 31 Tamper Et Similar Electric, Air Et Gas $49.81 7A 31 Operated Tools Tamper (multiple Et Self-propelled) $49.81 7A 31 Timber Person - Sewer (lagger, Shorer Et $49.81 7A 31 Cribber) Toolroom Person (at Jobsite) $48.90 7A 31 Topper $48.90 7A 31 Track Laborer $48.90 7A 31 Track Liner (power) $49.81 7A 31 Traffic Control Laborer $44.33 7A 31 Traffic Control Supervisor $44.33 7A 31 Truck Spotter $48.90 7A 31 Tugger Operator $49.81 7A 31 Tunnel Work -Compressed Air Worker 0-30 $107.60 7A 31 psi Tunnel Work -Compressed Air Worker 30.01- $112.63 7A 31 44.00 psi Tunnel Work -Compressed Air Worker 44.01- $116.31 7A 31 54.00 psi Tunnel Work -Compressed Air Worker 54.01- $122.01 7A 31 60.00 psi Tunnel Work -Compressed Air Worker 60.01- $124.13 7A 31 64.00 psi Tunnel Work -Compressed Air Worker 64.01- $129.23 7A 31 68.00 psi Tunnel Work -Compressed Air Worker 68.01- $131.13 7A 31 70.00 psi Tunnel Work -Compressed Air Worker 70.01- $133.13 7A 31 72.00 psi Tunnel Work -Compressed Air Worker 72.01- $135.13 7A 31 74.00 psi Tunnel Work-Guage and Lock Tender $50.52 7A 31 Tunnel Work -Miner $50.52 7A 31 Vibrator $49.81 7A 31 Vinyl Seamer $48.90 7A 31 Watchman $37.67 7A 31 Welder $49.81 7A 31 Well Point Laborer $49.81 7A 31 Window Washer/cleaner $37.67 7A 31 General Laborer Et Topman $48.90 7A 31 Pipe Layer $49.81 7A 31 Landscape Laborer $37.67 7A 31 Landscape Operator $63.76 7A 3K Journey Level $58.48 5D 1H Journey Level $57.32 5A 1M Fitter $15.86 1 Laborer $12.00 1 Machine Operator $13.04 1 Painter $12.00 1 8R 8R 8X King Metal Fabrication (In Shop), Welder $15.48 1 King Millwright Journey Level $61.54 5D 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Buildings Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 213 King Pile Driver Crew Tender/Technician $64.71 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker $74.87 5D 4C 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $79.87 5D 4C 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $83.87 5D 4C 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $88.87 5D 4C 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $91.37 5D 4C 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $96.37 5D 4C 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $98.37 5D 4C 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $100.37 5D 4C 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $102.37 5D 4C 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 7Q 1R King Playground Et Park Equipment Installers Journey Level $12.00 1 King Plumbers Et Pipefitters Journey Level $85.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K King Power Equipment Operators Assistant Engineer $60.98 7A 3K King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K King Power Equipment Operators Bobcat $60.98 7A 3K King Power Equipment Operators Brokk - Remote Demolition Equipment $60.98 7A 3K King Power Equipment Operators Brooms $60.98 7A 3K King Power Equipment Operators Bump Cutter $64.26 7A 3K King Power Equipment Operators Cableways $64.83 7A 3K King Power Equipment Operators Chipper $64.26 7A 3K King Power Equipment Operators Compressor $60.98 7A 3K King Power Equipment Operators Concrete Finish Machine - Laser Screed $60.98 7A 3K King Power Equipment Operators Concrete Pump - Mounted Or Trailer High $63.76 7A 3K Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount With Boom $64.83 7A 3K Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With Boom $64.26 7A 3K Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' $65.48 7A 3K of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $64.26 7A 3K Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom $66.15 7A 3K including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of boom $66.80 7A 3K 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under $64.83 7A 3K 8X 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $60.98 7A 3K 8X King Power Equipment Operators Cranes: Friction cranes through 199 tons $66.15 7A 3K 8X King Power Equipment Operators Cranes: through 19 tons with attachments, $63.76 7A 3K 8X A -frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Operators Deck Engineer/Deck Winches (power) $64.26 7A 3K 8X King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane $63.76 7A 3K 8X Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft $60.98 7A 3K 8X Type King Power Equipment Operators Finishing Machine, Bidwell And Gamaco 8 $64.26 7A 3K 8X Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $60.98 7A 3K 8X King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $64.26 7A 3K 8X Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X King Power Equipment Operators Hard Tail End Dump Articulating Off- Road $64.83 7A 3K 8X Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating Off -road $64.26 7A 3K 8X Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X King Power Equipment Operators Horizontal/Directional Drill Operator $64.26 7A 3K 8X King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $63.76 7A 3K 8X King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $60.98 7A 3K 8X King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour $65.48 7A 3K 8X Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $64.83 7A 3K 8X Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution li Mulch $60.98 7A 3K 8X Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air $63.76 7A 3K 8X Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons $64.26 7A 3K 8X Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $65.48 7A 3K 8X King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 $64.83 7A 3K 8X Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power Equipment Operators Pile Driver (other Than Crane Mount) $64.26 7A 3K 8X King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In $60.98 7A 3K 8X Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber Tired $64.83 7A 3K 8X Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $63.76 7A 3K 8X King Power Equipment Operators Rollagon $64.83 7A 3K 8X King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $63.76 7A 3K 8X King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $64.26 7A 3K 8X King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $64.83 7A 3K 8X King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under $63.76 7A 3K 8X 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric $64.83 7A 3K 8X Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 $64.26 7A 3K 8X To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric $65.48 7A 3K 8X Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric $66.15 7A 3K 8X Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In Height Base To $65.48 7A 3K 8X Boom King Power Equipment Operators Tower Crane: over 175' through 250' in $66.15 7A 3K 8X height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height from base $66.80 7A 3K 8X to boom King Power Equipment Operators Transporters, All Track Or Truck Type $64.83 7A 3K 8X King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And $64.26 7A 3K 8X Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $63.76 7A 3K 8X King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X King Power Equipment Operators Welder $64.83 7A 3K 8X King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X King Power Equipment Operators- Underground Asphalt Plant Operators $64.83 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Assistant Engineer $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Barrier Machine (zipper) $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Batch Plant Operator, Concrete $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Bobcat $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Brokk - Remote Demolition Equipment $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Brooms $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Bump Cutter $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Cableways $64.83 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Chipper $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Compressor $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Concrete Finish Machine - Laser Screed $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Concrete Pump - Mounted Or Trailer High $63.76 7A 3K 8X Sewer Et Water Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $64.83 7A 3K 8X Sewer Et Water Attachment Over 42 M King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $64.26 7A 3K 8X Sewer Et Water Attachment Up To 42m King Power Equipment Operators- Underground Conveyors $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Cranes friction: 200 tons and over $66.80 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Cranes: 100 tons through 199 tons, or 150' $65.48 7A 3K 8X Sewer Et Water of boom (including jib with attachments) King Power Equipment Operators- Underground Cranes: 20 Tons Through 44 Tons With $64.26 7A 3K 8X Sewer Et Water Attachments King Power Equipment Operators- Underground Cranes: 200 tons- 299 tons, or 250' of boom $66.15 7A 3K 8X Sewer Et Water including jib with attachments King Power Equipment Operators- Underground Cranes: 300 tons and over or 300' of boom $66.80 7A 3K 8X Sewer Et Water including jib with attachments King Power Equipment Operators- Underground Cranes: 45 Tons Through 99 Tons, Under $64.83 7A 3K 8X Sewer Et Water 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Underground Cranes: A -frame - 10 Tons And Under $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Cranes: Friction cranes through 199 tons $66.15 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Cranes: through 19 tons with attachments, $63.76 7A 3K 8X Sewer Et Water A -frame over 10 tons King Power Equipment Operators- Underground Crusher $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Deck Engineer/Deck Winches (power) $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Derricks, On Building Work $64.83 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Dozers D-9 Et Under $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Drill Oilers: Auger Type, Truck Or Crane $63.76 7A 3K 8X Sewer Et Water Mount King Power Equipment Operators- Underground Drilling Machine $65.48 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Elevator And Man -lift: Permanent And Shaft $60.98 7A 3K 8X Sewer Et Water Type King Power Equipment Operators- Underground Finishing Machine, Bidwell And Gamaco Et $64.26 7A 3K 8X Sewer Et Water Similar Equipment King Power Equipment Operators- Underground Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Sewer Et Water Attachments King Power Equipment Operators- Underground Forklifts: Under 3000 Lbs. With Attachments $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Grade Engineer: Using Blue Prints, Cut $64.26 7A 3K 8X Sewer Et Water Sheets, Etc King Power Equipment Operators- Underground Gradechecker/Stakeman $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Guardrail Punch $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off- Road $64.83 7A 3K 8X Sewer Et Water Equipment 45 Yards. Et Over King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off -road $64.26 7A 3K 8X Sewer Et Water Equipment Under 45 Yards King Power Equipment Operators- Underground Horizontal/Directional Drill Locator $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Horizontal/Directional Drill Operator $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Hydralifts/Boom Trucks Over 10 Tons $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Hydralifts/Boom Trucks, 10 Tons And Under $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Sewer Et Water Including 8 Yards King Power Equipment Operators- Underground Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Loaders, Plant Feed $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Loaders: Elevating Type Belt $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Locomotives, All $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Material Transfer Device $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Mechanics, All (leadmen - $0.50 Per Hour $65.48 7A 3K 8X Sewer Et Water Over Mechanic) King Power Equipment Operators- Underground Motor Patrol Graders $64.83 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Mucking Machine, Mole, Tunnel Drill, $64.83 7A 3K 8X Sewer Et Water Boring, Road Header And/or Shield King Power Equipment Operators- Underground Oil Distributors, Blower Distribution Et Mulch $60.98 7A 3K 8X Sewer Et Water Seeding Operator King Power Equipment Operators- Underground Outside Hoists (Elevators And Manlifts), Air $63.76 7A 3K 8X Sewer Et Water Tuggers, Strato King Power Equipment Operators- Underground Overhead, Bridge Type Crane: 20 Tons $64.26 7A 3K 8X Sewer Et Water Through 44 Tons King Power Equipment Operators- Underground Overhead, Bridge Type: 100 Tons And Over $65.48 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Overhead, Bridge Type: 45 Tons Through 99 $64.83 7A 3K 8X Sewer Et Water Tons King Power Equipment Operators- Underground Pavement Breaker $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Pile Driver (other Than Crane Mount) $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Posthole Digger, Mechanical $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Power Plant $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Pumps - Water $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Quick Tower - No Cab, Under 100 Feet In $60.98 7A 3K 8X Sewer Et Water Height Based To Boom King Power Equipment Operators- Underground Remote Control Operator On Rubber Tired $64.83 7A 3K 8X Sewer Et Water Earth Moving Equipment King Power Equipment Operators- Underground Rigger and Bellman $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Rigger/Signal Person, Bellman (Certified) $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Rollagon $64.83 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Roller, Other Than Plant Mix $60.98 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Roller, Plant Mix Or Multi -lift Materials $63.76 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Roto-mill, Roto-grinder $64.26 7A 3K 8X Sewer Et Water King Power Equipment Operators- Underground Saws - Concrete $63.76 7A 3K Sewer Et Water King Power Equipment Operators- Underground Scraper, Self Propelled Under 45 Yards $64.26 7A 3K Sewer Et Water King Power Equipment Operators- Underground Scrapers - Concrete Et Carry All $63.76 7A 3K Sewer Et Water King Power Equipment Operators- Underground Scrapers, Self-propelled: 45 Yards And Over $64.83 7A 3K Sewer Et Water King Power Equipment Operators- Underground Service Engineers - Equipment $63.76 7A 3K Sewer Et Water King Power Equipment Operators- Underground Shotcrete/Gunite Equipment $60.98 7A 3K Sewer Et Water King Power Equipment Operators- Underground Shovel , Excavator, Backhoe, Tractors Under $63.76 7A 3K Sewer Et Water 15 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoe: Over 30 Metric $64.83 7A 3K Sewer Et Water Tons To 50 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes, Tractors: 15 $64.26 7A 3K Sewer Et Water To 30 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 50 Metric $65.48 7A 3K Sewer Et Water Tons To 90 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 90 Metric $66.15 7A 3K Sewer Et Water Tons King Power Equipment Operators- Underground Slipform Pavers $64.83 7A 3K Sewer Et Water King Power Equipment Operators- Underground Spreader, Topsider Et Screedman $64.83 7A 3K Sewer Et Water King Power Equipment Operators- Underground Subgrader Trimmer $64.26 7A 3K Sewer Et Water King Power Equipment Operators- Underground Tower Bucket Elevators $63.76 7A 3K Sewer Et Water King Power Equipment Operators- Underground Tower Crane Up To 175' In Height Base To $65.48 7A 3K Sewer Et Water Boom King Power Equipment Operators- Underground Tower Crane: over 175' through 250' in $66.15 7A 3K Sewer Et Water height, base to boom King Power Equipment Operators- Underground Tower Cranes: over 250' in height from base $66.80 7A 3K Sewer Et Water to boom King Power Equipment Operators- Underground Transporters, All Track Or Truck Type $64.83 7A 3K Sewer Et Water King Power Equipment Operators- Underground Trenching Machines $63.76 7A 3K Sewer Et Water King Power Equipment Operators- Underground Truck Crane Oiler/driver - 100 Tons And $64.26 7A 3K Sewer Et Water Over King Power Equipment Operators- Underground Truck Crane Oiler/Driver Under 100 Tons $63.76 7A 3K Sewer Et Water King Power Equipment Operators- Underground Truck Mount Portable Conveyor $64.26 7A 3K Sewer Et Water King Power Equipment Operators- Underground Welder $64.83 7A 3K Sewer Et Water King Power Equipment Operators- Underground Wheel Tractors, Farmall Type $60.98 7A 3K Sewer Et Water King Power Equipment Operators- Underground Yo Yo Pay Dozer $64.26 7A 3K Sewer Et Water King Power Line Clearance Tree Trimmers Journey Level In Charge $49.96 5A 4A King Power Line Clearance Tree Trimmers Spray Person $47.37 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $49.96 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $44.57 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $33.60 5A 4A King Refrigeration Et Air Conditioning Mechanics Journey Level $81.01 6Z 1G King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $39.81 5Q 20 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X 8X King King King King King King King King King King Residential Glaziers Residential Insulation Applicators Residential Laborers Residential Marble Setters Residential Painters Residential Plumbers Et Pipefitters Residential Refrigeration Et Air Conditioning Mechanics Residential Sheet Metal Workers Residential Soft Floor Layers Residential Sprinkler Fitters (Fire Protection) Residential Stone Masons Residential Terrazzo Workers Residential Terrazzo/Tile Finishers Residential Tile Setters Roofers Roofers Sheet Metal Workers Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Sign Makers Et Installers (Electrical), Sign Makers Et Installers (Non -Electrical), Soft Floor Layers Solar Controls For Windows Sprinkler Fitters (Fire Protection), Stage Rigging Mechanics (Non Structural), Stone Masons Street And Parking Lot Sweeper Workers Surveyors Surveyors Surveyors Journey Level $43.00 7L 1H Journey Level $45.05 5D 4C Journey Level $36.68 7A 1H Journey Level $57.32 5A 1M Journey Level $42.50 6Z 2B Journey Level $51.37 5A 1G Journey Level $51.37 5A 1G Journey Level (Field or Shop) $50.01 7F 1 R Journey Level $49.43 5A 3J Journey Level $48.18 5C 2R Journey Level $57.32 5A 1M Journey Level $52.61 5A 1M Journey Level $43.44 5A 1B Journey Level $52.61 5A 1M Journey Level $51.52 5A 3H Using Irritable Bituminous Materials $54.52 5A 3H Journey Level (Field or Shop) $82.51 7F 1E New Construction Boilermaker $36.36 7V 1 New Construction Carpenter $36.36 7V 1 New Construction Crane Operator $36.36 7V 1 New Construction Electrician $36.36 7V 1 New Construction Heat Et Frost Insulator $73.58 5J 4H New Construction Laborer $36.36 7V 1 New Construction Machinist $36.36 7V 1 New Construction Operating Engineer $36.36 7V 1 New Construction Painter $36.36 7V 1 New Construction Pipefitter $36.36 7V 1 New Construction Rigger $36.36 7V 1 New Construction Sheet Metal $36.36 7V 1 New Construction Shipfitter $36.36 7V 1 New Construction Warehouse/Teamster $36.36 7V 1 New Construction Welder / Burner $36.36 7V 1 Ship Repair Boilermaker $44.95 7X 4J Ship Repair Carpenter $44.95 7X 4J Ship Repair Crane Operator $44.06 7Y 4K Ship Repair Electrician $44.95 7X 4J Ship Repair Heat Et Frost Insulator $73.58 5J 4H Ship Repair Laborer $44.95 7X 4J Ship Repair Machinist $44.95 7X 4J Ship Repair Operating Engineer $44.06 7Y 4K Ship Repair Painter $44.95 7X 4J Ship Repair Pipefitter $44.95 7X 4J Ship Repair Rigger $44.95 7X 4J Ship Repair Sheet Metal $44.95 7X 4J Ship Repair Shipwright $44.95 7X 4J Ship Repair Warehouse / Teamster $44.06 7Y 4K Journey Level $49.70 0 1 Journey Level $31.52 0 1 Journey Level $49.43 5A 3J Journey Level $12.44 1 Journey Level $78.39 5C 1X Journey Level $13.23 1 Journey Level $57.32 5A 1M Journey Level $19.09 1 Assistant Construction Site Surveyor $62.71 7A 3K Assistant Construction Site Surveyor $62.71 7A 3K Chainman $58.93 7A 3C 8X 8X 8P King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Surveyors Telecommunication Technicians Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Terrazzo Workers Tile Setters Tile, Marble Et Terrazzo Finishers Traffic Control Stripers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers - Ready Mix Truck Drivers - Ready Mix Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Construction Site Surveyor Journey Level Cable Splicer Hole Digger/Ground Person Installer (Repairer) Special Aparatus Installer I Special Apparatus Installer 11 Telephone Equipment Operator (Heavy) Telephone Equipment Operator (Light) Telephone Lineperson Television Groundperson Television Lineperson/Installer Television System Technician Television Technician Tree Trimmer Journey Level Journey Level Finisher Journey Level Asphalt Mix Over 16 Yards Asphalt Mix To 16 Yards Dump Truck Dump Truck Et Trailer Other Trucks Booster 9 Yards and Over Non -Booster Loads Under 9 Cubic Yards Irrigation Pump Installer Oiler Well Driller $63.76 $50.57 $41.22 $23.12 $39.53 $41.22 $40.41 $41.22 $38.36 $38.36 $21.92 $29.13 $34.68 $31.18 $38.36 $52.61 $52.61 $43.44 $46.23 $54.30 $53.46 $53.46 $54.30 $54.30 $52.78 $52.53 $17.71 $12.97 $18.00 7A 7E 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 7A 5D 5D 5D 5D 5D 5A 5A 3K 1E 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 1M 1M 1B 1K 3A 3A 3A 3A 3A 4T 4T 1 1 1 8X 8L 8L 8L 8L 8L MC CLURE AND SONS PREVAILING WAGF� _ INTENT AVAILABLE AFTEII AWARD k �P Q SPECIAL PROVISIONS This page intentionally left blank. 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 1-02.5 Proposal Forms............................................................................................................... 16 1-02.6 Preparation of Proposal................................................................................................. 17 1-02.6(1) Proprietary Information........................................................................................... 17 1-02.7 Bid Deposit...................................................................................................................... 17 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.......................................................................................... 18 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.......................................................................................................... 19 1-03.3 Execution of Contract.................................................................................................... 19 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......................................................................... 21 1-04.3 Contractor -Discovered Discrepancies.......................................................................... 21 1-04.4 Changes...........................................................................................................................21 1-04.8 Progress Estimates and Payments................................................................................ 22 1-04.11 Final Cleanup................................................................................................................ 22 1-05 CONTROL OF WORK.................................................................................................... 22 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................ 22 1-05.4(3) Contractor Supplied Surveying................................................................................ 23 1-05.4(4) Contractor Provided As -Built Information............................................................. 24 1-05.7 Removal of Defective and Unauthorized Work........................................................... 24 1-05.10 Guarantees....................................................................................................................25 1 1-05.11 Final Inspection............................................................................................................ 26 1-05.11(1) Substantial Completion Date.................................................................................. 26 1-05.11(2) Final Inspection and Physical Completion Date ................................................... 26 1-05.11(3) Operational Testing................................................................................................. 27 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 ....................... 30 1-07.1 Laws to be Observed...................................................................................................... 30 1-07.2 State Sales Tax................................................................................................................ 31 1-07.2(1) General.......................................................................................................................31 1-07.2(2) State Sales Tax - Rule 171......................................................................................... 31 1-07.2(3) State Sales Tax - Rule 170......................................................................................... 31 1-07.2(4) Services.......................................................................................................................32 1-07.6 Permits and Licenses...................................................................................................... 32 1-07.9 Wages...............................................................................................................................33 1-07.9(5) Required Documents................................................................................................. 33 1-07.11 Requirements for Non-Discrimination....................................................................... 33 1-07.11(11) City of Renton Affidavit of Compliance............................................................... 33 1-07.12 Federal Agency Inspection.......................................................................................... 33 1-07.13 Contractor's Responsibility for Work........................................................................ 33 1-07.13(1) General.....................................................................................................................33 1-07.15 Temporary Water Pollution/Erosion Control............................................................ 33 1-07.16 Protection and Restoration of Property..................................................................... 36 1-07.16(1) Private/Public Property.......................................................................................... 36 1-07.17 Utilities and Similar Facilities..................................................................................... 37 1-07.17(1) Site Specific Potholing............................................................................................. 38 1-07.17(3) Interruption of Services.......................................................................................... 38 2 1-07.17(4) Resolution of Utility Conflicts.................................................................................. 39 1-07.18 Public Liability and Property Damage Insurance..................................................... 39 1-07.18(1) General.....................................................................................................................39 1-07.18(2) Coverages................................................................................................................. 39 1-07.18(3) Limits........................................................................................................................41 1-07.18(4) Evidence of Insurance: ............................................................................................ 42 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........................................................... 44 1-07.24 Rights of Way................................................................................................................ 44 1-07.28 Confined Space Entry.................................................................................................. 45 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 Notice to Proceed and Prosecution of the Work.......................................................... 49 1-08.5 Time For Completion..................................................................................................... 49 1-08.6 Suspension of Work........................................................................................................ 50 1-08.7 Maintenance During Suspension.................................................................................. 50 1-08.9 Liquidated Damages...................................................................................................... 51 1-08.11 Contractor's Plant and Equipment............................................................................. 51 1-08.12 Attention to Work......................................................................................................... 51 1-09 MEASUREMENT AND PAYMENT............................................................................... 51 1-09.1 Measurement of Quantities........................................................................................... 51 1-09.3 Scope of Payment........................................................................................................... 52 1-09.6 Force Account................................................................................................................. 53 1-09.7 Mobilization....................................................................................................................53 1-09.9 Payments.........................................................................................................................53 1-09.9(1) Retainage....................................................................................................................54 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts .......... 55 3 1-09.9(3) Final Payment............................................................................................................ 56 1-09.11 Disputes and Claims...................................................................................................... 56 1-09.11(2) Claims....................................................................................................................... 56 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.............................................................................. 57 1-09.13(3)B Procedures to Pursue Arbitration....................................................................... 57 1-09.14 Payment Schedule........................................................................................................ 58 1-09.14(1) Scope.........................................................................................................................58 1-09.14(2) Bid Items.................................................................................................................. 58 1-10 TEMPORARY TRAFFIC CONTROL........................................................................... 68 1-10.1 General............................................................................................................................68 1-10.2(1)B Traffic Control Supervisor..................................................................................... 70 1-10.2(2) Traffic Control Plans................................................................................................. 70 1-10.3 Flagging, Signs, and All Other Traffic Control Devices .............................................. 70 1-10.3(3) Construction Signs..................................................................................................... 70 1-10.4 Measurement.................................................................................................................. 70 1-10.5 Payment...........................................................................................................................70 1-11 RENTON SURVEYING STANDARDS.......................................................................... 70 1-11.1(1) Responsibility for surveys......................................................................................... 71 1-11.1(2) Survey Datum and Precision.................................................................................... 71 1-11.1(3) Subdivision Information........................................................................................... 71 1-11.1(4) Field Notes.................................................................................................................. 71 1-11.1(5) Corners and Monuments.......................................................................................... 72 1-11.1(6) Control or Base Line Survey..................................................................................... 72 1-11.1(7) Precision Levels.......................................................................................................... 72 1-11.1(8) Radial and Station -- Offset Topography................................................................. 73 1-11.1(9) Radial Topography.................................................................................................... 73 1-11.1(10) Station --Offset Topography.................................................................................... 73 1-11.1(11) As -Built Survey......................................................................................................... 73 1-11.1(12) Monument Setting and Referencing...................................................................... 73 1-11.12 Materials..................................................................................................................... 74 1-11.12(1) Property/Lot Corners.............................................................................................. 74 1-11.12(2) Monuments...............................................................................................................74 4 1-11.12(3) Monument Case and Cover.................................................................................... 74 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ........................................... 74 2-01.1 Description......................................................................................................................74 2-01.2 Disposal of Usable Material and Debris....................................................................... 74 2-01.5 Payment...........................................................................................................................75 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS .............................................. 75 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs......................................................... 75 2-02.4 Measurement.................................................................................................................. 75 2-02.5 Payment...........................................................................................................................75 2-03 ROADWAY EXCAVATION AND EMBANKMENT..................................................... 75 2-03.3 Construction Requirements.......................................................................................... 75 2-03.4 Measurement.................................................................................................................. 76 2-03.5 Payment...........................................................................................................................77 2-04 HAUL................................................................................................................................. 77 2-04.5 Payment...........................................................................................................................77 2-06 SUBGRADE PREPARATION......................................................................................... 77 2-06.5 Measurement and Payment.......................................................................................... 77 2-09 STRUCTURE EXCAVATION......................................................................................... 77 2-09.1 Description......................................................................................................................77 2-09.3(1)D Disposal of Excavated Material............................................................................. 77 2-09.4 Measurement.................................................................................................................. 78 2-09.5 Payment...........................................................................................................................78 5-04 ASPHALT CONCRETE PAVEMENT............................................................................ 79 5-04.2 Materials......................................................................................................................... 79 5-04.3 Construction Requirements.......................................................................................... 79 5-04.3(5) Conditioning the Existing Surface........................................................................... 79 5-04.3(5)A Preparation of Existing Surface............................................................................ 80 5-04.3(7)A Mix Design............................................................................................................... 80 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture ............................................. 81 5-04.3(10)B Control...................................................................................................................81 5-04.5 Payment...........................................................................................................................81 5-04.5(1)A Price Adjustments for Quality of HMA Mixture ................................................. 81 5-04.5(1)B Price Adjustments for Quality of AMA Compaction .......................................... 82 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS .......................................... 82 5-06.1 Description......................................................................................................................82 5 5-06.2 Materials......................................................................................................................... 83 5-06.3 Construction Requirements.......................................................................................... 83 7-01 DRAINS............................................................................................................................. 83 7-01.2 Materials......................................................................................................................... 83 7-01.3 Construction Requirements.......................................................................................... 83 7-01.4 Measurement.................................................................................................................. 83 7-02 CULVERTS....................................................................................................................... 84 7-02.2 Materials......................................................................................................................... 84 7-04 STORM SEWERS............................................................................................................ 84 7-04.2 Materials......................................................................................................................... 84 7-04.2(2) Temporary Stormwater Diversion........................................................................... 85 7-04.3(1) Cleaning and Testing................................................................................................. 85 7-04.3(1)G Abandon Existing Storm Sewer Pipes.................................................................. 86 7-04.3(2) CCTV Inspection....................................................................................................... 87 7-04.3(3) Direct Pipe Connections............................................................................................. 87 7-05 MANHOLES, INLETS, AND CATCH BASINS............................................................ 87 7-05.3 Construction Requirements.......................................................................................... 87 7-05.3(1) Adjusting Manholes and Catch Basins to Grade .................................................... 87 7-05.3(2) Abandon Existing Manholes..................................................................................... 88 7-05.3(3) Connections to Existing Manholes........................................................................... 88 7-05.3(5) Manhole Coatings...................................................................................................... 89 7-06 TRENCH DRAINS (NEW SECTION)............................................................................. 89 7-06.1 Description........................................................................................................................ 89 7-06.2 Materials........................................................................................................................... 89 7-06.3 Construction Requirements............................................................................................ 90 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .............................................. 90 7-08.3 Construction Requirements.......................................................................................... 90 7-08.3(1)A Trenches.................................................................................................................... 90 7-08.3(1)C Bedding the Pipe..................................................................................................... 90 7-08.3(1)D Pipe Foundation..................................................................................................... 91 7-08.3(2)A Survey Line and Grade.......................................................................................... 91 7-08.3(2)B Pipe Laying — General............................................................................................ 91 7-08.3(2)E Rubber Gasketed Joints......................................................................................... 92 7-08.3(2)H Sewer Line Connections......................................................................................... 92 7-08.3(2)J Placing PVC Pipe..................................................................................................... 93 C 7-08.3(3)A Backfilling Pipe Trenches....................................................................................... 93 7-09 PIPE AND FITTINGS FOR WATER MAINS............................................................... 94 7-09.3(15)A Ductile Iron Pipe................................................................................................... 94 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) .......................................... 94 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ............... 94 7-09.3(19)A Connections to Existing Mains............................................................................ 95 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block .................................................. 96 7-09.3(23) Hydrostatic Pressure Test....................................................................................... 96 7-09.3(24)A Flushing and.......................................................................................................... 98 7-09.3(24)D Dry Calcium Hypochlorite................................................................................... 99 7-09.3(24)K Retention Period................................................................................................... 99 7-09.3(24)N Final Flushing and Testing................................................................................... 99 7-09.3(25) Joint Restraint Systems........................................................................................... 99 7-09.4 Measurement................................................................................................................ 101 7-09.5 Payment.........................................................................................................................101 7-12 VALVES FOR WATER MAINS.................................................................................... 102 7-12.3(1) Installation of Valve Marker Post.......................................................................... 102 7-12.3(2) Adjust Existing Valve Box to Grade....................................................................... 102 7-12.4 Measurement................................................................................................................ 102 7-12.5 Payment.........................................................................................................................102 7-14 HYDRANTS.................................................................................................................... 103 7-14.3(1) Setting Hydrants...................................................................................................... 103 7-14.3(3) Resetting Existing Hydrants................................................................................... 103 7-14.3(4) Moving Existing Hydrants...................................................................................... 104 7-14.3(7) Remove and Salvage Hydrant.................................................................................. 104 7-14.5 Payment.........................................................................................................................104 7-15 SERVICE CONECTIONS............................................................................................. 105 7-15.3 Construction Details..................................................................................................... 105 7-15.5 Payment.........................................................................................................................105 7-17 SANITARY SEWERS..................................................................................................... 105 7-17.2 Materials....................................................................................................................... 105 7-17.3 Construction Requirements........................................................................................ 106 7-17.3(1) Protection of Existing Sewerage Facilities............................................................. 106 7-17.3(2)H Television Inspection............................................................................................ 106 7-17.4 Measurement................................................................................................................ 107 7 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes.............................................................. 107 7-17.5 Payment.........................................................................................................................107 7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE (CIPP)................. 108 7-21.1 Description....................................................................................................................108 7-21.1(1) Related Work Specified Elsewhere........................................................................ 108 7-21.1(2) Licensing...................................................................................................................108 7-21.1(3) Contractor and Manufacturer Qualifications....................................................... 108 7-21.1(4) Contractor Submittals............................................................................................. 109 7-21.1(5) Quality Assurance.....................................................................................................110 7-21.1(6) Warranty...................................................................................................................110 7-21.2 Materials........................................................................................................................ III 7-21.2 Cured in Place Resin Impregnated Material in General ........................................... III 7-21.2(2) Resin..........................................................................................................................112 7-21.2(3) Physical Properties...................................................................................................112 7-21.3 Construction Requirements.........................................................................................113 7-21.3(1) Preparation...............................................................................................................113 7-21.3(1)A Flow Management..................................................................................................113 7-21.3(1)B Cleaning..................................................................................................................114 7-21.3(1)C Point Repairs..........................................................................................................114 7-21.3(1)D Manholes................................................................................................................114 7-21.3(2) Liner Installation......................................................................................................115 7-21.3(2)A Inversion Method...................................................................................................115 7-21.3(2)B Pull/Winch Method................................................................................................115 7-21.3(2)C Finished Pipe Liner...............................................................................................115 7-21.3(3) Service Connection Restoration..............................................................................116 7-21.3(4) Testing........................................................................................................................116 7-21.3(4)A Material Testing.....................................................................................................116 7-21.3(4)B Field Testing............................................................................................................116 7-21.3(4)C Post Installation CCTV Inspection......................................................................116 7-21.4 Measurement.................................................................................................................116 7-21.5 Payment..........................................................................................................................116 7-22 RESIN IMPREGNATED FABRIC CIPP......................................................................117 7-22.1 Description.....................................................................................................................117 7-22.1(1) Related Work Specified Elsewhere.........................................................................117 7-22.2 Materials........................................................................................................................117 7-22.2(1) Cured in Place Pipe Liner........................................................................................117 7-22.2(2) Resin..........................................................................................................................117 7-22.2(3) Physical Properties...................................................................................................117 7-22.3 Construction Requirements.........................................................................................117 7-22.3(1) Preparation...............................................................................................................117 7-22.3(1)A Cleaning..................................................................................................................117 7-22.3(2) Installation................................................................................................................117 7-22.3(2)A Resin Impregnation...............................................................................................117 7-22.3(2)B Water, Air or Steam Curing..................................................................................118 7-22.3(2)C Cool Down..............................................................................................................118 7-23 RESIN IMPREGNATED FIBERGLASS CIPP............................................................119 7-23.1 Description.....................................................................................................................119 7-23.1(1) Related Work Specified Elsewhere.........................................................................119 7-23.1(2) Reference Specifications, Codes, and Standards...................................................119 7-23.1(3) CIPP Liner Samples.................................................................................................119 7-23.1(4) CIPP Liner Handling.............................................................................................. 120 7-23.2 Materials....................................................................................................................... 120 7-23.2(1) General Specifications............................................................................................. 120 7-23.2(2) Chemical Resistance................................................................................................ 120 7-23.3(3) Component Properties............................................................................................ 120 7-23.3(4) Finished and Cured CIPP Liner Properties.......................................................... 121 7-23.2(5) Dimensions............................................................................................................... 121 7-23.3 Construction Requirements........................................................................................ 121 7-23.3(1) Installation Procedures........................................................................................... 121 7-23.3(1)A Installation Process............................................................................................... 121 7-23.3(1)B Curing....................................................................................................................121 7-23.3(2) Finished Product...................................................................................................... 122 8-02 ROADSIDE RESTORATION........................................................................................ 122 8-02.3(4)A Topsoil Type A....................................................................................................... 122 8-02.3(16) Lawn Installation................................................................................................... 122 8-02.3(16)A Lawn Installation................................................................................................ 122 8-02.3(16)AI Qualifications of Workmen.............................................................................. 122 8-02.3(16)A2 Submittals..........................................................................................................122 8-02.3(16)A2a Certification of Material................................................................................. 122 8-02.3(16)A2b Manufacturer's Certificates of Conformance .............................................. 122 9 8-02.3(16)A2c Schedule for Installation................................................................................. 122 8-02.3(16)A3 Product Handling............................................................................................. 123 8-02.3(16)A4 Site Information................................................................................................ 123 8-02.3(16)A5 Sod......................................................................................................................123 8-02.3(16)A5a Other Materials............................................................................................... 123 8-02.3(16)A6 Execution........................................................................................................... 123 8-02.3(16)A6a Installation Preparation................................................................................. 123 8-02.3(16)A6b Sod Installation............................................................................................... 124 8-02.3(16)B Lawn Establishment........................................................................................... 124 8-02.3(16)B Lawn Establishment and Final Acceptance...................................................... 124 8-02.3(16)B1 Establishment Period........................................................................................ 124 8-02.3(16)B2 Guarantee.......................................................................................................... 125 8-02.3(16)B3 Final Acceptance............................................................................................... 125 8-09 RAISED PAVEMENT MARKERS............................................................................... 125 8-09.5 Payment.........................................................................................................................125 8-13 MONUMENT CASES.................................................................................................... 125 8-13.1 Description....................................................................................................................125 8-13.3 Construction Requirements........................................................................................ 125 8-13.4 Measurement................................................................................................................ 126 8-13.5 Payment.........................................................................................................................126 8-14 CEMENT CONCRETE SIDEWALKS......................................................................... 126 8-14.3(4) Curing.......................................................................................................................126 8-14.4 Measurement................................................................................................................ 126 8-14.5 Payment.........................................................................................................................126 8-17 IMPACT ATTENUATOR SYSTEMS........................................................................... 127 8-17.5 Payment.........................................................................................................................127 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ............... 127 8-20.2(1) Equipment List and Drawings............................................................................... 127 8-22 PAVEMENT MARKING................................................................................................ 127 8-22.1 Description....................................................................................................................127 8-22.3(5) Installation Instructions.......................................................................................... 128 8-22.5 Payment.........................................................................................................................128 8-23 TEMPORARY PAVEMENT MARKINGS................................................................... 128 8-23.5 Payment.........................................................................................................................128 9-03.8(7) HMA Tolerances and Adjustments......................................................................... 129 10 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS .................................. 129 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)...................................................................... 129 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)....................................................... 130 9-05.7(2)A Basis for Acceptance(RC).................................................................................... 130 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)............................................................... 130 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) .................................................. 130 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).................................................................... 130 9-05.12 Polyvinyl Chloride (PVC) Pipe................................................................................. 131 9-05.12(3) CPEP Sewer Pipe................................................................................................... 131 9-05.14 ABS Composite Sewer Pipe....................................................................................... 131 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe................................................................. 131 9-05.22 High Density Polyethylene Piping............................................................................. 132 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene SanitarySewer Pipe.................................................................................................................. 133 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe ............................................ 134 9-05.24(2) Polypropylene Sanitary Sewer Pipe...................................................................... 134 9-08 PAINTS............................................................................................................................ 134 9-08.8 Manhole Coating System Products............................................................................. 134 9-08.8(1) Coating Systems Specification................................................................................ 134 9-14 EROSION CONTROL AND ROADSIDE PLANTING .............................................. 135 9-14.1(1) Topsoil Type A.......................................................................................................... 135 9-14.6(8) Sod.............................................................................................................................135 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES ..................................... 135 9-23.9 Fly Ash (RC)................................................................................................................. 135 9-30 WATER DISTRIBUTION MATERIALS..................................................................... 135 9-30.1 Pipe.............................................................................................................................. 135 9-30.1(1) Ductile Iron Pipe........................................................................................................ 136 9-30.1(2) Polyethylene Encasement........................................................................................ 136 9-30.2 Fittings...........................................................................................................................136 9-30.2(1) Ductile Iron Pipe...................................................................................................... 136 9-30.2(2) Galvanized Iron Pipe............................................................................................... 137 9-30.2(3) Steel Casing Pipe...................................................................................................... 137 9-30.2(4) Steel Pipe................................................................................................................... 137 9-30.2(4) Spacers and Seals for Steel Casing Pipe................................................................ 137 9-30.2(6) Restrained Joint....................................................................................................... 138 11 9-30.2(6) Restrained Joint Pipe and Fittings......................................................................... 138 9-30.2(7) Bolted, Sleeve -Type Couplings for Plain End Pipe ............................................... 138 9-30.3 Valves...........................................................................................................................138 9-30.3(1) Gate Valves (3 inches to 16 inches)......................................................................... 138 9-30.3(3) Butterfly Valves........................................................................................................ 139 9-30.3(4) Valve Boxes............................................................................................................... 139 9-30.3(5) Valve Marker Posts.................................................................................................. 139 9-30.3(6) Valve Stem Extensions............................................................................................. 139 9-30.3(7) Combination Air Release/Air Vacuum Valves ....................................................... 140 9-30.3(8) Tapping Sleeve and Valve Assembly....................................................................... 140 9-30.3(9) Blow -Off Assembly..................................................................................................140 9-30.5 Hydrants....................................................................................................................... 140 9-30.5(1) End Connections...................................................................................................... 140 9-30.5(2) Hydrant Dimensions................................................................................................ 140 9-30.6 Water Service Connections (2 Inches and Smaller) ................................................ 141 9-30.6(3) Service Pipes............................................................................................................. 141 9-30.6(3)B Polyethylene Pipe.................................................................................................. 141 9-30.6(4) Service Fittings......................................................................................................... 141 9-30.6(5) Meter Setters............................................................................................................ 141 9-30.6(7) Meter Boxes.............................................................................................................. 141 10 Removal of Utility Locate Markings From Sidewalks Required ................................... 141 12 1/10/2019 SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 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 Details, 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: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of God. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for "Contract". 13 1/10/2019 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 member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. 14 1/10/2019 Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross -sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. 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. 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, 15 1/10/2019 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 4 Furnished automatically contract provisions 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 provided in the contract documents. 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 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. IIC 1/10/2019 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: 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 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 17 1/10/2019 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 Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with Protect Name and Protect Number clearly marked on the outside of the envelope as stated in the Advertisement 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 forbid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so 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, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders Revise this section to read: A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 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; 18 1/10/2019 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. The bidder does not meet the supplemental qualifications criteria as stated in Section 1- 02.1(1). k. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a 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 the total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: 19 1/10/2019 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 tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 20 1/10/2019 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. Permits for outside agencies required by law 2. Agreement 3. Addenda 4. Proposal Form 5. Contract Plans 6. Technical Specifications 7. Special Provisions 8. Contracting Agency's Standard Plans (if any) 9. Amendments to the Standard Specifications 10. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 11. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Dimensions shown on the drawings or that can be computed shall take precedence over scaled dimensions. Notes on drawings are part of the drawings and govern in the order described above. Notes on drawings shall take precedence over drawing details. 1-04.3 Contractor -Discovered Discrepancies Section 1-04.3 is a new section: Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is 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 in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor's duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case -by -case basis. 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented and revised as follows: 21 1/10/2019 Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: The Contractor shall supply all surveying for this project. Based upon the information provided by the Contract Documents, the Contractor shall develop and make all detail surveys necessary for layout and construction, including exact component location, working points, lines and elevations. Prior to construction, the field layout shall be approved by the Owner's representative. 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 Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to 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 22 1/10/2019 damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1- 11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As -Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As -Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As -Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer -supplied 23 1/10/2019 surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As -Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As -Built Information Section 1-05.4(4) is a new section: Contractor shall maintain at the site one set of specifications, full size drawings, shop drawings, equipment drawings and supplemental drawings which shall be corrected as the work progresses to show all changes made. Drawings shall be available for inspection by the Owner and Engineer. Upon completion of the contract and prior to final payment, specifications and drawings shall be turned over to the Owner and Engineer. It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as -built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re -execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re -execution of the 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 Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized Work. 24 1/10/2019 If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non - defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. The Contractor shall provide an extended warranty for all plantings. The warranty for this work shall extend an additional 1 year beyond that provided for the overall project. 25 1/10/2019 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. To be considered substantially complete the following conditions must be met: The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial 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 in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1/10/2019 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 27 1/10/2019 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. CenturyLink 4. City of Renton (water, sewer, transportation) 5. Comcast 6. Seattle Public Utilities 7. Soos Creek Sewer and Water District 8. Cedar River Sewer and Water District 9. Skyway Sewer and Water District 10. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on -site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 28 1/10/2019 10. Notations to explain inspections, testing, stake -out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non -Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-06.4 Handling and Storing Materials Section 1-06.4 is supplemented by adding the following: Materials and equipment stored overnight shall be placed neatly on the job site. Unusable materials (i.e. rejected or damaged liner material, old concrete chunks, metal scraps, etc.) shall be 29 1/10/2019 expeditiously removed from the job site. Provide appropriate barricades, signs, and traffic control devices in like -new condition where necessary to protect the public from any hazards associated with the storage of materials and equipment used for this project. No equipment and/or materials shall be stored outside the immediate work area on public right-of- ways, in the following locations, or in the following manner: 1. In any maintained landscaped or lawn area. 2. In a manner that would totally eliminate an individual residents' street parking. 3. In front of any business. The "immediate work area" is the area where work is taking place or will be taking place within one calendar day. The Contractor shall immediately move stored material or equipment which causes a nuisance or creates complaints. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate 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 30 1/10/2019 the Contractor's safety measures, in, on, or near the project site. The Contractor shall dispose of all contaminated material encountered during excavation activities in accordance with all applicable local, state, and federal regulations. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. 31 1/10/2019 For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The 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 Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. A copy of all permits shall be kept on the work site. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. 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. 32 1/10/2019 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 deducted 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 new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments 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. 1-07.13 Contractor's Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: 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. 33 1/10/2019 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 2010 City of Renton Amendments to the King County 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 pump 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 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. 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: 34 1/10/2019 • 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 caused 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. 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. 35 1/10/2019 The Owner 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 by adding the following: The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights -of -way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights -of -way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to 36 1/10/2019 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. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments 37 1/10/2019 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. 1-07.17(1) Site Specific Potholing Section 1-07.17(1) 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 for 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(3) Interruption of Services Section 1-07.17(3) 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 38 1/10/2019 the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.17(4) Resolution of Utility Conflicts /******X Section 1-07.17(4) 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. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: (******) 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 39 1/10/2019 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims -made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of 40 1/10/2019 Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability (If required) to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. 41 1/10/2019 The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. The use of explosives shall not be allowed on this project. Alternative methods of excavation shall be utilized. 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. 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 42 1/10/2019 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. Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. 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. 43 1/10/2019 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 highway, 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. 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, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights -of -entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right -of -entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The 1/10/2019 statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit -required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. iQ11.0a:Z9111Xd0jIDI►VA►IO7aITOICIR*Si 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: 4 Contractor's plan of operation and progress schedule (3+ copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 45 1/10/2019 4 List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings — schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work, time extensions Change order procedures 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. an5:00 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 1/10/2019 Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 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 as follows: Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder 47 1/10/2019 without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub -element has a duration exceeding 30 calendar days. 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 (Owner's and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 48 1/10/2019 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days", shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as "the first working day", and shall end on the Contract Completion date. A non -working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non- working day and when they fall on a Sunday the following Monday will be counted as a non -working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non -working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non -working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 49 1/10/2019 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 Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 50 1/10/2019 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. 51 1/10/2019 All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If 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. 52 1/10/2019 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 as follows: Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor's total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization & Demobilization," Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 53 1/10/2019 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); The amount of Progress Payments previously made; and Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, 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 as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 54 1/10/2019 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 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. 55 1/10/2019 A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: 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. 56 1/10/2019 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the 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 by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 57 1/10/2019 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that 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: This section describes the bid items. Measurement and Payment, where described in a bid item, shall supersede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. All bid items are included in one schedule. The following subsection provides the measurement and payment methods and other related information of the bid items on this project. Bid Item # 1 - Mobilization & Demobilization (10% Maximum) — Lump Sum This bid item may not be more than ten percent (10%) of the total amount of all other bid items of all schedules. Measurement for mobilization & demobilization will be lump sum. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in -place all Work and materials necessary to provide pre -construction photographs (24 photographs required minimum) referenced and compiled in an album, move and organize equipment and personnel onto the job site, provide and maintain all necessary support facilities and utilities, obtain all necessary permits and licenses, 58 1/10/2019 prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City rights -of -way and commercial and residential access. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. Temporary Erosion and Sediment Control Plan for all stages of the project D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. E. Trench Excavation Safety Systems plan/provisions. F. Identify Disposal Sites for various waste materials and provide copies of the site's permits, licenses, and approvals. G. Pedestrian Handling Plan. H. Contaminated Soil and Groundwater Handling and Management Plan I. Other Safety Plans as required to complete the work. The Work Plan shall be submitted to the City for review and approval within 10 days of the contract award. Payment for mobilization will be made at the lump sum amount bid (NOT to exceed 80% of bid price prior to completion of construction) based on the percent of completed Work as defined in the 2018 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT) for mobilization. Payment for the remaining 20% will be made upon completion and final clean-up of the construction site. Such payment will be complete compensation for all mobilization and demobilization of employees, equipment and materials, Mobilization Plan, Work Plan, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, Contaminated Soil and Groundwater Handling and Management Plan, safety plan, and other plans/submittals not specifically 59 1/10/2019 covered in bid items, etc. all in conformance with the Contract Documents. Bid Item # 2 - Construction Surveying and Staking - Lump Sum Measurement for construction surveying and staking will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement. Payment may be prorated over the construction period based on the amount of work completed for construction surveying and staking. Survey will be per Special Provision Section 1-05.4 and City of Renton Surveying Standards on Special Provision Section 1-11. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide construction surveying and of the improvements (including providing a Washington State licensed surveyor for said work), staking in advance of pipe laying, fittings and structure installation, surveying the horizontal and vertical locations of all potholed existing utilities within the work area, verification and recording of the elevations of existing roadway centerline, crown, and edge of pavement to ensure that all roadways can be reconstructed to existing grade, and preparation of cut -sheets. Bid Item # 3 - Trench / Excavation Protection — Lump Sum Measurement for trench / excavation safety systems will be per the lump sum bid price based on a percentage defined as the amount of storm/sewer/water pipelines installed divided by the total length of sewer/storm/water pipe shown to be installed in conformance with the Contract Documents. Payment for trench / excavation safety systems will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all equipment, labor, materials, hauling, planning, design, engineering, submittals, furnishing and constructing and removal and disposal of such temporary sheeting, shoring, and bracing complete as required under the provisions of any permits and in the requirements of OSHA and RCW Chapter 49.17, etc., required to complete this item of Work in conformance with the Contract Documents. The work includes, but not limited to, preparing and submitting a shoring plan stamped by a professional engineer registered in the State of Washington by the preconstruction conference. Bid Item # 4 — Temporary Erosion Control — Lump Sum Measurement for Stormwater Pollution Prevention and TESC Plan and Implementation will be based on the lump sum bid price in conformance with the Contract Documents. Temporary Erosion Control measures include inlet protection (catch basin inserts), cleaning catch basins, filter fabric fencing, construction entrance, straw mulch, plastic sheeting, etc. at a minimum. Other erosion control measures may be necessary depending on weather and site conditions, including but not limited to, hay bales, placement of plastic sheets over exposed soil and stockpiles, mulching, netting, etc., and any other activities needed to control erosion from the project. .0 1/10/2019 The Contractor shall update the DRAFT Storm Water Pollution Prevention Plan, develop a "red lined" Temporary Erosion and Sediment Control plan and submit it to the City for review and approval. The plan shall be based on the King County Surface Water Design Manual, as adopted by the City of Renton, and proper construction practices. After the erosion control system is installed the Contractor shall make any field adjustments necessary to reduce or eliminate any erosion and discharge of sediment -laden water. All adjustments are considered incidental and no additional payment will be made for adjustments. The lump sum price for "Temporary Erosion Control" shall be full pay for all labor, material, tools, equipment, and other incidental costs required to prepare the Stormwater Pollution Prevention Plan and Temporary Erosion and Sediment Control Plan as describe in Section 1-07.15 and implement the temporary erosion and sediment control BMP's including but not limited to installation, monitoring, and maintenance of sediment ponds, straw wattles, filter fabric fencing, pumping of construction water, coffer dams, temporary storm drain diversions including temporary piping, check dams, cover measures including plastic covering, street sweeping, collection and disposal of wastewater from asphalt and concrete cutting operations and other work necessary to meet the contract and permit requirements, not otherwise shown as a separate payment item. Payment shall also include the Contractor's use of Baker Tanks, as needed during construction and associated labor, tools, equipment and incidental costs including Baker Tank mobilization, set up, maintenance, and relocation as work progresses, and incidentals required to use Baker Tanks, when needed to meet regulatory discharge requirements. Work shall include coordination, permitting, fees, and treatment required by King County as required in 1-07.15 if discharging to the sanitary sewer. Bid Item # 5 — Clearing and Grubbing - Lump Sum Measurement for clearing and grubbing Work will be per the lump sum bid price and shall be based on the percentage of total Work complete, at the time of measurement in conformance with the Contract Documents. Payment for clearing and grubbing will be made at the measured percentage amount for the pay period times the lump sum bid amount. Payment will be complete compensation for felling trees within the area to be cleared, protecting trees as indicated on project plans, grubbing deep enough to remove all stumps, large roots, buried logs, and other vegetative material. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 2-01.3(1), and Section 2-01.3(2) of the 2018 WSDOT Standard Specifications. Bid Item # 6 —1.29 MG Welded Steel Reservoir - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • furnish and install plate steel, • furnish and install reinforcing steel, • furnish and install fall prevention system, 61 1/10/2019 • furnish and install interior ladder, • furnish and install exterior ladder, • furnish and install exterior stairway and landings, • furnish and install handrails, • furnish and install roof hatch, • furnish and install roof landings and anchors, • furnish and install overflow pipe • furnish and install tideflex mixing system, • furnish and install pipes entering the reservoir, starting past the valves and including the pipe blocks, • furnish and install water quality box, • furnish and install roof vent, • furnish and install manways, • furnish and install anchors and anchor chair, • perform all welding, • disinfection and testing of water storage tank, • furnish and install interior and exterior coating systems, • protection of adjacent properties from paint and other debris per Specification 09 97 14, and • provide humidity and temperature controls, and manufacturer's representative coordination according to Specification 09 97 14. Bid Item # 7 — Reservoir Foundation - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • structure excavation, • over -excavation down to native material per the Drawings, Specifications and Geotechnical Report, • dewatering (if needed), • hauling and disposing of surplus and unsuitable excavated material, • furnishing imported structure backfill materials, • placement and compaction of structure backfill, • furnish, place and compact HMA and grout below reservoir floor and above pile cap, • furnish, install, and test auger cast piles, • furnish and install concrete pile cap and reservoir foundation. Bid Item #8 — Unforeseen Excavation — Cubic Yard The Contract Price per cubic yard shall constitute full compensation for all material, labor and equipment to remove and dispose unforeseen foundation material as authorized by the Owner's Representative. Included in, but not limited to, the unit price for this item are all costs for excavating and disposing of unsuitable foundation material on site at an approved disposal location. Measurement shall be computed in the field by estimating material removed. Quantities must be approved by Owner's Representative. 62 1/10/2019 Bid Item #9 — Unforeseen Backfill — Cubic Yard The Contract Price per cubic yard shall constitute full compensation for all material, labor and equipment, complete and in place, for all work to furnish and install suitable backfill material as authorized by the Owner's Representative. Included in, but not limited to, the unit price for this item are all costs for furnishing, placing and compacting gravel borrow, or other approved backfill material. Measurement shall be computed in the field by estimating material backfilled. Quantities must be approved by Owner's Representative. Bid Item # 10 - Electrical - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • furnishing and installing conduit and conductors, • furnishing and installing electrical fixtures, including but not limited to: o lights, o receptacles, o conduits, o boxes, o signs, o sensors, o controls, o mounting hardware, • furnishing and installing all material and labor for new service connection, including but not limited to: o connection to existing utility pole and coordination with Puget Sound Energy, o meter base, and • furnishing and installing all panelboards Bid Item # 11— Instrumentation and Control - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • furnishing, testing, and installing of the SCADA panel, • selecting, furnishing, and field testing of all sensors and instruments, • furnishing, installing and field testing of seismic sensor and control panel, • mounting hardware required for control panels, sensors and instruments, • furnishing and installing all modifications to the City master telemetry unit, • furnishing and installing software and coding to operate facility, 63 1/10/2019 • coordination of network addressing and control system interoperability, • startup, testing and demonstration of automatic operation of the facility, and • operator training for automatic operation. Bid Item # 12 — Water Yard Piping - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the buried water main work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • locating existing utilities and potholing in advance to determine their horizontal and vertical location, • excavating trench, • protection of existing utilities and services, • saw cutting pavement, • removing and disposing pavement, curbs, gutters, sidewalks and the like, • trench dewatering (if needed), • stockpiling suitable excavated material for use as pipe bedding and trench backfill as directed by the Engineer, • hauling and disposing of surplus and unsuitable excavated material, • furnishing imported pipe bedding and trench backfill materials, • placement and compaction of pipe bedding and trench backfill, • furnishing and installing water pipe, polyethylene encasement, ductile iron fittings, joint restraint, couplings, and all incidentals, • furnishing and installing valves, polyethylene encasement, concrete blocking, and all incidentals, • furnishing and installing valve boxes to grade, stem extensions, marker posts, • furnishing and installing Flex -Tend flexible expansion joints, • furnishing and installing the flow meter vault, complete with piping and appurtenances, • furnishing and installing the control valve vault, complete with all piping, valves, and appurtenances, • preparing applications, obtaining required engineered drawings and calculations, submitting and obtaining building permits for flow meter vault and control valve vault, • connecting to existing water mains, • performing backfill compaction tests and furnishing test reports to the Engineer, • testing water mains, • disinfecting and flushing water mains, • furnishing, installing and removing temporary connections from the existing main to the new main, and • replacing, protecting and/or maintaining utilities, • all complete in -place, fully operational and ready for use. Shackles, tie rods and other miscellaneous hardware will not be measured for payment and are considered incidental to and included in the price bid for the various items of work. 64 1/10/2019 Bid Item # 13 — Stormwater Piping and Infiltration Facility - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • furnish and install below -grade stormwater detention vault including the flow control structure, access hatches, underdrain, and miscellaneous appurtenances, • furnish and install reservoir drain and overflow air gap structure including the concrete pad, • furnish and install dechlorination manhole and basket, • furnish and install water quality vault, • furnish and install Type 1 and Type 2 catch basins, • furnish and install inlet grates, • connect to the existing storm drain, • locating existing utilities and potholing in advance to determine their horizontal and vertical location, • trench excavation, • trench dewatering (if needed), • structure excavation, • structure backfill, • bypass system (if needed), • stockpiling suitable excavated material for use as trench backfill as directed by the Engineer, • furnishing imported bedding material and imported trench backfill materials, • furnishing, placing and compacting imported foundation gravel and imported structure backfill materials for manholes, inlets and catch basins, • furnishing and installing the structure, • saw cutting pavement, • removing and disposing pavement, curbs, gutters, sidewalks and the like, • disposal of surplus, unsuitable and/or waste materials, • furnishing and installing pipe, fittings, and cleanouts • placing and compacting bedding material and trench backfill, • performing backfill compaction tests and furnishing test reports to the Engineer, • furnishing all necessary equipment, labor, piping/hoses, pneumatic plugs, test vacuum equipment, vacuum gauge and second timer to successfully perform the vacuum testing method specified in ASTM C1244 to ensure each catch basin selected for vacuum testing by the Engineer is watertight, • repairing any catch basin that fails the initial vacuum test by applying an approved non -shrink grout material for catch basins to the interior and exterior of the failed catch basin, • re -testing the repaired catch basin by successfully performing the vacuum testing method specified in ASTM C1244, • removing and replacing any repaired catch basin that fails the second vacuum test with a new catch basin, • successfully performing the vacuum testing method specified in ASTM C1244 on the replacement catch basin, • furnishing and installing grade rings, risers, leveling bricks, and mortar, 65 1/10/2019 • furnishing and installing rings, covers, frames and grates, • cleaning and flushing pipes and structures, • testing and CCTV inspecting the pipe, • connecting pipe to structures, • furnishing and installing locate wires, and • replacing, protecting and/or maintaining utilities. Bid Item # 14 — Site Improvements - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • removing existing trees, • rough and fine grading, • furnishing, placing, and compacting hot mix asphalt, • furnishing, placing and compacting incidental hot mix asphalt for pavement repair, • furnishing, placing and compacting pre -leveling, leveling and wearing courses, • adjusting utility facilities to grade, • feathering pavement, • furnishing and applying tack coat and crack sealing asphalt, • furnishing, placing and compacting materials for the driveway approach improvements, • furnishing, placing and compacting materials for the pervious pavement improvements, • furnishing, placing and compacting materials for the sidewalk improvements, • furnishing, placing and compacting materials for the crushed stone surfacing, • furnishing and installing chain link fence, security gate, man gate, lock assemblies, • furnishing, planting, cultivating, salvaging, re -planting, maintaining, establishing, and watering plant materials, sod and seeded lawns, • furnishing and placing fertilizer, topsoil, soil amendment, wood mulch and/or bark mulch, • disposal of unsuitable, surplus and/or waste materials, • replacing and restoring any landscaping and improvements disturbed by construction activities, as directed by the Engineer, • site cleaning -up, and • weekly monitoring and maintaining the plant material for a period of one year following final acceptance, including manually watering. Bid Item # 15 — Fire Station Site Finishing- Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, hauling, disposal, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Specifically included in, but not limited to, the Contract Price bid for this item are all costs for: • rough and fine grading, 66 1/10/2019 • furnishing, placing, and compacting hot mix asphalt, • furnishing, placing and compacting incidental hot mix asphalt for pavement repair, • furnishing, placing and compacting pre -leveling, leveling and wearing courses, • adjusting utility facilities to grade, • feathering pavement, • furnishing and applying tack coat and crack sealing asphalt, • furnishing, placing, and compacting material for the access road, • furnishing, placing and compacting materials for the pervious pavement improvements, • furnishing and placing parking lot striping, • furnishing, placing and compacting materials for the driveway approach improvements, • furnishing, placing and compacting materials for the sidewalk improvements, • furnishing and installing bases for Owner -provided light poles, • installing Owner -provided light poles, • coordinating with geotechnical engineer for testing of existing pervious pavement recharge bed, • furnishing, placing and compacting materials for the crushed stone surfacing, • furnishing and installing chain link fence, security gate, man gate, lock assemblies, • furnishing, planting, cultivating, salvaging, re -planting, maintaining, establishing, and watering plant materials, sod and seeded lawns, • furnishing and placing fertilizer, topsoil, soil amendment, wood mulch and/or bark mulch, • disposal of unsuitable, surplus and/or waste materials, • replacing and restoring any landscaping and improvements disturbed by construction activities, as directed by the Engineer, • site cleaning -up, and • weekly monitoring and maintaining the plant material for a period of one year following final acceptance, including manually watering. Bid Item # 16 —Testing, Startup, Training and O&M Manuals - Lump Sum The Contract Price per lump sum shall be full compensation for, but is not limited to, all labor, material, incidentals, tools and equipment necessary to satisfactorily complete equipment and system testing and start-up, training of Owner's personnel, final testing requirements for the complete facility, and complete operation and maintenance (0&M) manuals covering all equipment and systems furnished as defined in the Standard Specifications, these Specifications, as shown on the Contract Plans, and not included in other bid items. Testing, startup and training of Instrumentation and Controls is included under Bid Item #10— Instrumentation and Control. Progress payments will be based on the percentage of this Work completed, as approved by the Owner. Bid Item # 17 — As -built Drawings - Lump Sum Measurement for as -built drawing information will be per the lump sum bid price. The as -built survey will be per Special Provisions Section 1-11. The contractor shall provide the City with a set of redline drawings with the as -built locations and elevations of all new utilities and construction work. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide as -built surveying, preparing "red line" as -built drawings for pay estimate submittal with fittings and dimensions of existing and proposed facilities installed or encountered during the 67 1/10/2019 pay period, furnishing an electronic file with construction drawings stamped and signed by a licensed land surveyor that contains the as -built information and copies of field notes, and furnishing and resetting property corners when disturbed by the contractor's activities. No more than 50% of the bid amount for this item shall be paid prior to the review and acceptance of the as -constructed information by the Engineer. Bid Item # 18 — Additional Pile Depth Installation — Vertical Foot Measurement of additional pile depth installation will be per vertical foot in the event that pile depths required to reach competent soils surpass depths outlined in the drawings and geotechnical report. Pile depths shown in the drawings are based on geotechnical investigations conducted during design. Required depths will be determined in the field following pile tests and in coordination with the Geotechnical Engineer. Payment for additional pile depth installation shall cover the complete cost to provide all labor, tools, material and equipment required to install piles at an additional depth beyond the depths outlined in the drawings and geotechnical report. Bid Item # 19 — Miscellaneous Work — Force Account To provide a common basis for all bidders, the Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid under force account. All such items are to become part of the bidder's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of work authorized by the Engineer. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Miscellaneous Work is given in the Schedule of Prices and shall not be changed by the bidder. All work and payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. Unauthorized work will not be paid. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: 1/10/2019 When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 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. 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 no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided 69 1/10/2019 to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non -Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non -working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of 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 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: 70 1/10/2019 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- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. 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. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the 71 1/10/2019 original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references: A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one -sixteenth corners; and Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as 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, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. 72 1/10/2019 Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station --Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As -Built Survey All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as -built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. 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). 73 1/10/2019 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. 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 Plans page H031. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 —Waste Site. 74 1/10/2019 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item "1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken -up pieces to some off -project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. 75 1/10/2019 Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof -rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. Eel 1/10/2019 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul," per cubic yard "Removal and Replacement of Unsuitable Foundation Material," per ton "Gravel Borrow Including Haul," per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. kall,M: fill] I 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included 77 1/10/2019 in the unit contract price for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding 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 as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the Contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. "Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 78 1/10/2019 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: /******\ Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2% inches, followed by 5/8-inch minus crushed surfacing top course placed to a compacted thickness of 1% inches. HMA Class %" shall then be placed and compacted in 2-inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the existing fog line in areas where the existing asphalt shoulder is seriously disturbed, or at the Engineer's discretion. Asphalt Concrete Patching and Overlay The Contractor shall maintain temporary hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a permanent hot patch. The permanent hot mix asphalt patch shall be placed and sealed with paving grade asphalt within 30 calendar days. Private Driveways Where a private driveway is damaged by either construction of the project or by the Contractor's use and activity on the road, it shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. Damaged asphalt -concrete driveways shall be replaced by saw cutting to a straight line and replacing a full width section. Damaged cement -concrete driveways shall be removed to the nearest joint (real or dummy) and replaced with a full width section. Damaged gravel driveways shall have crushed surfacing placed and compacted to a minimum depth of 4 inches. Curbs, Gutters and Sidewalks Existing curbs, gutters, and sidewalks damaged by construction of the project or the Contractor's use and activity, shall be repaired to the satisfaction of the property owner, the City, and to its original condition or better. 5-04.3(5) Conditioning the Existing Surface Section 5-04.3(5) is supplemented as follows: (*****) The Contractor shall maintain existing surface contour during patching, unless otherwise instructed 79 1/10/2019 by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(5)A is supplemented as follows: The Contractor shall provide his own mechanical sweeping equipment. The sweeper will be on the project prior to the start of paving, to insure the streets to be paved are clean before the tack coat is applied. The sweeper will keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must sweep all streets made dirty by the Contractor's equipment. If the paving machine is "walked" from one site to another, the sweeper must sweep up behind paving machine. The sweeper shall not leave the overlay site until given permission by the City's inspector. All utilities shall be painted with a biodegradable "soap" to prevent the tack and ACP from sticking to the lids. Diesel will not be used. After the application of soap, catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of existing surface shall be done as outlined in this Section and a tack coat shall be applied at the rate of 0.02 to 0.08 gallons per square yard. Payment for preparation of the surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The Contractor shall locate all utilities for access immediately after any paving and mark the location by means of painting a circle around the location and scooping a portion of asphalt 4" - 6" in diameter and the depth of the overlay from the center of the utility location. The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. The day following the start of application of ACP, utility adjustments must begin. The Contractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. During the adjustment of any utility, existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. Utility adjustments must be completed within 15 working days after overlay is complete, and within the specified working days. Payment for utility adjustments includes all labor, materials, tools, and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)A Mix Design Item 2 is deleted and replaced with: Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix :1 1/10/2019 design by the Contracting Agency is not needed. The Project Engineer will determine anti - strip requirements for the HMA. The mix design will be the initial job mix formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub -base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95% of maximum compaction. 5-04.5 Payment 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor T' All aggregate passing: 1 %:", 1", %", %", 3/8" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 81 1/10/2019 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance 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. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets, the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between 82 1/10/2019 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 hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks, or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy, polyvinyl chloride (PVC), or corrugated polyethylene (PE) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigotjoint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap -on, screw -on, or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap -on, screw -on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: 83 1/10/2019 When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. 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 revised as follows: 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 9-05.24(2) Ductile Iron Pipe 9-05-13 Corrugated Polyethylene Storm Sewer Pipe (CPEP) 9-05.20 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 as follows: 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. Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity -flow sewer and 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 01 1/10/2019 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. Section 7-04.2(2) Temporary Stormwater Diversion Section 7-04.2(2) 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 2-year peak flow at various locations in the project area is provided below: • Intersection of S 9th St and Renton Ave S: 2.1 cfs • Intersection of S 7th St and Cedar Ave S: 1.2 cfs • Renton Ave S, north of Beacon Way S: 4.4 cfs 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 orfailure of the primary bypass pump(s) or diversion system. The Contractor's bypass operation shall be sized to handle, at a minimum, the flow rates specified above, or can be reduced to a size determined by the Contractor if the temporary bypass can be timed to coincide with a period of little to no rain. 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. 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 85 1/10/2019 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. 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. 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 deflection 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. 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", per linear foot 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 filling with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I. 1/10/2019 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(4) is a new added section as follows: 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 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 by adding the following: All manholes shall have eccentric cones and shall have ladders. 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: 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 detail 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 87 1/10/2019 surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is 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 concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(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 1/10/2019 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. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-05.3(5) Manhole Coatings Section 7-05.3(5) is an added new section: All new sanitary sewer manholes shall be coated as specified below. The following coating system Specifications shall be used for coating (sealing) all interior concrete surfaces of sanitary sewer manholes. Coating Material: High Solids Urethane Surfaces: Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep of brush off blast) Application: Shop/Field The drying time between coats shall not exceed 24 hours in any case System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield (2.0 mils DFT) Finish: Two or more coats of Wasser MC-Aroshield (min. 4.0 mils DFT) Color: White 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. 89 1/10/2019 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. 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 by adding 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 . The 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 by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. 90 1/10/2019 For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will 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. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 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: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) 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 by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" 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 91 1/10/2019 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. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre -manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be 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). Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 92 1/10/2019 7-08.3(2)J Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding or Pea Gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter -collar will be used at the point of connection. 7-08.3(3)A Backfilling 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 gravel, 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, and compacted to at least 95 percent of the maximum dry density (MDD) as determined 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 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 in accordance with the Shoring Plan. The Engineer may be on -site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re -compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill, sub -base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. 93 1/10/2019 The Contractor shall be responsible for the disposal of any excess excavated material. Special care must be taken to obtain good compaction up to the edges of the excavation as the shoring is removed. Moreover, attention must be paid to ensuring good compaction around manholes. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe Section 7-09.3(15) is revised to read as follows: 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 supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be repaired in accordance with ANSI/AWWA 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. 94 1/10/2019 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. 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. 95 1/10/2019 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 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 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 1/10/2019 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 pressure 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/I. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 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 4" 6" 8" 10" 12" 16" 20" 24" in psi 400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60 375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49 350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the 97 1/10/2019 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= SDVP 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. 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 as follows: 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 Ibs/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 98 1/10/2019 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 sanitary 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 has been replaced with: Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: Treated water shall be retained in the pipe at least 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 has been revised as follows: 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 additional 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. 99 1/10/2019 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 rods 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. 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 131.1. 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 100 1/10/2019 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 Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.4 is revised as follows: Measurement of bank run gravel for trench backfill will be by the cubic yard measured by the calculation of neat lines based on maximum trench width per Section 2-09.4 or by the ton, in accordance with Section 1-09. Measurement for payment of concrete thrust blocking and dead -man blocks will be per cubic -yard when these items are included as separate pay items. If not included as separate pay items in the contract, then thrust blocking and dead -man blocks shall be considered incidental to the installation of the water main and no further compensation shall be made. Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s) as shown on the Plans. 7-09.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: "Furnish and Install Ductile Iron Water Main & Fittings", per lineal foot. The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron Water Main & Fittings" shall be full pay for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead -Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead -Man Anchor Blocks " shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains", per each. The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill", per cubic yard or ton. The unit contract price per cubic yard or ton for "Select Imported Trench Backfill" shall be full pay for the bid item as described in Section 1-09.14. 101 1/10/2019 "Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadwayvalve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is replaced with the following: "Furnish and Install -Inch Gate Valve Assembly", per each. The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. 102 1/10/2019 The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: 7-14.3(1) Hydrant Assembly 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 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 103 1/10/2019 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 added as follows: 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. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-14.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install Hydrant Assembly", per each. The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the bid item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants", per each. The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 104 1/10/2019 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: Section 7-15.3 is revised and 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 • Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install In. Water Service Connection", per each. The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. 7-17.2 Materials Section 7-17.2 is replaced with the following: 105 1/10/2019 Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: CCTV Inspection 1. Sewer sections shall be inspected by means of remote CCTV. If a blockage hampers the inspection of the sewer in one direction, then the Contractor shall attempt to complete the section by televising from the other manhole to complete the section. The Contractor must immediately report the obstruction to the Owner or his representative (hereinafter referred to as "Owner"). All CCTV work shall conform to Current NASSCO-PACP standards. 2. CCTV inspections will be delivered entirely in a GraniteNet compatible format database using the latest software version on External HDD. 3. The Contractor shall perform all CCTV inspections in accordance with NASSCO's Pipeline Assessment Certification Program (PACP). CCTV inspections will be delivered entirely in electronic format. The entire survey shall be recorded in an approved electronic format submitted with electronic links between the data and the video. All television inspection reports shall be with -in +/- two (2) feet of the measured linear footage between manholes along the existing sewer centerline from the start of pipe to end of pipe. 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 for payment and the Contractor shall be required to re -CCTV the work. 4. 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. 5. The camera must be centered in the pipe to provide accurate distance 106 1/10/2019 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. The pipe should be clean enough to ensure all defects, features and observations are seen and logged. All CCTV operators working on this project shall have current NASSCO PACP certification. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: Measurement of "Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans, or by the ton on truck tickets. 7-17.3(2)1 Abandon Existing Sanitary Sewer Pipes Section 7-17.3(2)1 is a new section: 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 connections 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 Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. The unit contract price per each for " Furnish and Install In. side sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Testing Sewer Pipe", per linear foot. The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7-17.3(2). If no unit price for "Testing Sewer Pipe" is included it shall be considered incidental to the pipe items. "Removal and Replacement of Unsuitable Material", per cubic yard or ton. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Material" shall be full pay for all Work to remove unsuitable material and replace and compact suitable material as specified in Section 7-08.3(1)A. "Bank Run Gravel for Trench Backfill Sewer", per cubic yard or ton. The unit contract price per cubic yard or ton for "Bank Run Gravel for Trench Backfill Sewer" shall be full pay for all Work to furnish, place, and compact material in the trench. 107 1/10/2019 "Television Inspection", per linear foot. 7-21 GENERAL SPECIFICATIONS FOR CURED -IN -PLACE PIPE (CIPP) New Section 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin -impregnated liner cured -in -place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. A portion of the pipeline rehabilitation work is located outside of public rights -of -way behind single family homes. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s) to preserve access within the site and maintain the site in a safe manner. 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. Resin Impregnated Fiberglass CIPP, Section 7-23. 7-21.1(2) Licensing The Contractor or sub -contractors shall be registered to work in the City of Renton. The Contractor or sub -contractor installing the CIPP shall have a current license agreement with the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer's using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor's project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor's identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor's installation crew shall have a minimum of one (1) year of CIPP installation experience 108 1/10/2019 and shall be on the project site at all times. The Contractor's identified Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and trauma of project conditions. 7-21.1(4) 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 and shall include the following information: 1. CIPP Lining Plan to include the following: • Work sequence organized by pipeline section with installation schedule. • Confirmation of liner length. • Locations of all service connections with disposition for each. • Anticipated cleaning and preparation requirements. • Sewer Service Interruption Notification Plan. 2. 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. 3. Details on all lining materials and resins. 4. Name of resin supplier and liner fabric supplier. 5. Manufacturer's or Assembler's certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 6. Test reports on testing of CIPP products 7. Manufacturer's or Assembler'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. 8. Manufacturer's or Assembler'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. 9. Manufacturer's or Assembler's certification that all Manufacturer's or Assembler's wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 10. Manufacturer's or Assembler's recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate installation. 11. Manufacturer's or Assembler's recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 12. 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 109 1/10/2019 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 installation equipment. 13. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 14. Manufacturer or Assembler onsite Representative's Certification that the Contractor's installation meets all requirements of the Manufacturer or Assembler and will not void the Owner's warranty. 15. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 17. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 18. Informational hand out that describes the materials, processes, and odors associated with the lining process. This handout shall be provided at the request of concerned residents. 19. Post -Installation CCTV inspection videos. 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 1. List of inspection items that should be observed and recorded. Inspection items include pre - installation activities, product identification, installation procedures, equipment operations, and post -installation activities. 2. Review all post -installation CCTV tapes of the installed liner. Following this review the Manufacturer's or Assembler's representative shall provide certification to the Engineer ensuring that the Contractor's installation meets the Manufacturer's or Assembler's requirements and will not void the warranty. The finished CIPP shall be continuous over the entire length of an insertion run between two manholes or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and de -lamination. Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall be removed and repaired by the Contractor at the Contractor's expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de -lamination of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated 110 1/10/2019 area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re -lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a "fully deteriorated" pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time -corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. 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. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer's or Assembler'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 composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: 1. Physical Properties Flexural Strength (ASTM D790) 4,500 psi Flexural Modulus (ASTM D790) Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only]) 3,000 psi The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference and length of the original pipe. 1. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 2. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813, Section 6.3.1 or better. 111 1/10/2019 The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross -sectional pipe area possible. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 1. Manhole to Manhole designation 5321-010 to 5321-009 2. Pipe Nominal Diameter (inches) 3. Minimum Liner thickness (inches) 4. Proposed Liner Thickness (inches) The following parameters shall be assumed for the liner design: 1. Modulus of soil reaction, E's = 1,500 psi (fully deteriorated) 2. Unit weight of soil = 140 pcf 3. The minimum ovality for straight runs shall be 2.0 percent 4. AASHTO H2O traffic loads 5. AREMA E-80 railroad loads 6. Groundwater at the surface 7. Factor of Safety, N=2.0 For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane 3. Polyethylene 4. Polypropylene 7-21.2(2) Resin The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods of ASTM D 5813. Prior to construction, the Contractor shall submit an infrared spectrum chemical fingerprint of the type of resin to be used for this project. 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) 100 Nitric Acid 5 Phosphoric Acid 10 112 1/10/2019 Sulfuric Acid 10 Gasoline 100 Vegetable Oil 100 Detergent 0.1 Soap 0.1 The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. Physical properties shall be subject to ASTM D 2122. 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight -fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. 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 system. The area affected by the bypass operation shall be fully restored. 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 fines 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 113 1/10/2019 to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed 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 his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. When there exist situations 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 required prior to insertion of the liner system. The Contractor shall verify 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. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline including but not limited to open joints, fractures, cracks, and holes in the pipeline as follows: 1. Grout all defects as recommended by liner manufacturer or installer. 2. Grout all locations with active infiltration. The determination of an excessive leak shall be made by the Owner's representative and shall be based on PACP leak designations. Leaks that would be categorized as a Runner(IR) — Severity 4 or Gusher(IG) — Severity 5 shall be considered as excessive. Leaks categorized as Weeper(IW) — Severity 2 or Dripper(ID) — Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote controlled cutter. Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 114 1/10/2019 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer's or Assembler's recommended installation process. The application of a hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. The liner shall be installed at a rate less than 10 feet per minute at all times. Liner shall not be installed through intermediate manholes unless specifically requested in advance in writing and approved by the Engineer. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. 7-21.3(2)B Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The calibration hose may or may not remain in the complete installation. Hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post -installation inspection. Hose materials that are to be removed after curing shall be of non-bonding material. Liner installation shall be in accordance with ASTM 1743, Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de -lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick -set cement products are not acceptable. 115 1/10/2019 7-21.3(3) Service Connection Restoration Internally restore by using a pivot -headed CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe and cutting a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack -free edge. The hole shall be 95 percent minimum of the original service connection interior diameter. The invert of the reinstated service opening shall match the invert of the service connection. Service connection restoration shall be recorded on DVD disc and shall include a pan and tilt view of the entire lateral circumference following cutting. Other methods may be used as approved by the Engineer. 7-21.3(4) Testing 7-21.3(4)A Material Testing Provide certified test results of the properties of the cured lining material from the actual installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. Liner thickness shall be determined at a minimum of three (3) locations on a cut section of the liner using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point shall not be less than 87-1/2 percent of the design thickness. 7-21.3(4)B Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)C Post Installation CCTV Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as the Pre -Installation Inspection as specified in Section 7-20 of these special provisions. The post -installation CCTV inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-21.4 Measurement The length of sewer pipe CIPP rehabilitation will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. Measurement for "CIPP Lateral Reinstatement" will be per each. 7-21.5 Payment Measurement and Payment Schedule for X" Cured -in -Place Pipe (CIPP) and Reinstate CIPP Laterals is shown in Section 1-09.14 116 1/10/2019 7-22 RESIN IMPREGNATED FABRIC CIPP New Section 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin -impregnated fabric liners. 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non- woven material, or a combination of non -woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non -seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used, however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less that 180 degrees Fahrenheit. When properly cured the resin liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as Creallova° CHROMA CHEM 844-7260 Phthalo- Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi -purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer's or Assembler's requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length. 117 1/10/2019 A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. The "wet -out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the "wet -out" process shall complete and sign a "wet -out" sheet for each liner to be delivered to the site. The certified "wet -out" sheet shall include, but is not limited to, "wet -out" date, resin identification, fabric tube length, diameter, and thickness. The Contractor must submit to the Engineer the signed "wet -out" sheet for each liner delivered to the site. Additionally, the Contractor shall submit a sample "wet -out" sheet from a previous job for the Engineer's review prior to the start of the "wet -out" process for the current project. The Owner reserves the right to inspect all phases of production and testing of materials, from manufacturing, shipping, "wet -out", installation, and cure, to finished product Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer's or Assembler's recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin Manufacturer or Assembler, and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to temperature specified by Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. 118 1/10/2019 Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-23 RESIN IMPREGNATED FIBERGLASS CIPP New Section 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured -in -Place Thermosetting Resin Pipe (CIPP) 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively. 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 bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the 119 1/10/2019 specified physical properties will result in the CIPP liner being considered defective work which will be handled in accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above -stated sampling shall be performed for each separate installation of CIPP. For example: one flat plate sample from each individual pipeline liner installed. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm 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 minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials 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 by the Engineer before proceeding further; and at the Contractor's expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for review. Contractor shall be responsible for control of all material and process variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable and supplemented herein. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. 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 F 1216 or ASTM F 1743, whichever is applicable. The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non -corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. 120 1/10/2019 The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17-21. Properties for these or any other enhanced resins shall be substantiated with test data. 7-23.2(5) Dimensions Contractor shall make allowances in determining the in -liner tube length and circumference for stretch during installation and shrinkage during curing. 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. The Contractor shall verify the lengths in the field before the in -liner tube is cut and impregnated. Individual installation runs may include one or more manhole - to -manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor's responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to increase the diameter only as much as necessary. 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to "wet -out" in -liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. The Contractor has to make sure that at no time resin can come in contact to the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre -liner is part of the installation and is included without any additional costs. Before pulling the in -liner in, a protective foil has to be installed. The in -liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air. The in -liner has to be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre -curing video inspection of the inflated liner must be recorded and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on the rear of the light chain to insure the entire length of the liner has been properly inflated. Curing must be done under UV — Light only. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that the design physical properties are attained. Pressure, temperature and curing process shall be monitored by both, computer and video at any time as determined by the liner manufacturer. 121 1/10/2019 7-23.3(2) Finished Product The finished CIPP shall be continuous over the entire length of an installation run. Defects such as foreign inclusions, dry spots, pinholes, de -lamination, and wrinkling beyond the specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the Contractor's expense. 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) Lawn Installation Section 8-02.3(16) is revised and supplemented as follows: /******\ 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been deleted and superseded with the following: (******) 8-02.3(16)A1 Qualifications of Workmen Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2 Submittals 8-02.3(16)A2a 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. 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)A2b Manufacturer's Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 122 1/10/2019 8-02.3(16)A3 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)A4 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. Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)A5 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)A5a 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)A6 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)A6a 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. 123 1/10/2019 8-02.3(16)A6b 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 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 superseded 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 124 1/10/2019 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. 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 responsibility 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 as follows: 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 as follows: This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for 125 1/10/2019 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 by adding the following: All costs for surveying and resetting existing monuments impacted by construction shall be considered incidental to the Contract unless specifically called out to be paid as a bid item. 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the Plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for "Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp, Cement Concrete," per each. 126 1/10/2019 Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for "Curb Ramp, Cement Concrete." 8-17 IMPACT ATTENUATOR SYSTEMS 8-17.5 Payment Section 8-17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Traffic Control." 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2(1) Equipment List and Drawings Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre -approved Plans. 2. Signal standards with or without pre -approved Plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and 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. 127 1/10/2019 Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot ga p. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract Plans. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8-22.5 Payment Section 8-22.5 is supplemented as follows: (******) "Approach Stripe," per linear foot. "Remove Paint Line ....." wide," per linear foot.* "Remove Plastic Line Wide," per linear 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 included as a bid item. 128 1/10/2019 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, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", W, %", and 3/8" sieves U.S. No. 4 sieve U.S. No. 8 sieve U.S. No. 16 sieve U.S. No. 30 sieve U.S. No. 50 sieve U.S. No. 100 sieve U.S. No. 200 sieve Asphalt Binder VMA V FA Va ±6% ±8% ±6% ±8% ±6% ±8% ±4% ±6% ±4% ±6% ±4% ±6% ±3% ±5% ±2.0% ±3.0% ±0.5 % ±0.7% 1.5% below minimum value in 9-03.8(2) minimum and maximum as listed in 9-03.8(2) 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 as follows: Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 129 1/10/2019 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three -edge -bearing strength (D-load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasketjoints 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 130 1/10/2019 9-05.4(4). For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be .375 inch + 1/8 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: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 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 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: 131 1/10/2019 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. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: DRISCOPLEXTm 4100 High -density Polyethylene Piping 1 General Terms and Conditions 1.1 Scope - This Specification covers requirements for DriscoPlexTm 4100 PE 3408 high -density polyethylene piping. All Work shall be performed in accordance with these Specifications. 1.2 Engineered and Approved Plans - Construction shall be performed in accordance with Engineered Construction Plans for the Work prepared under the direction of a Professional Engineer. 1.3 Referenced Standards - Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 1.4 Licenses and Permits — The Contractor shall be licensed and bonded. 1.5 Inspections - All Work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion, these Specifications or standard construction practices are not being followed. Whenever any portion of these Specifications is violated, the Engineer shall, by written notice, order further construction to cease until all deficiencies are corrected. 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers - The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City 132 1/10/2019 or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 2.2 Materials - Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute) TR-4, with a standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order, the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings - The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub- contractors or distributors are prohibited. 2.4 Polyethylene Fittings & Custom Fabrications - Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings - Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings - Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters - Flange adapters shall be made with sufficient through -bore length to be clamped in a butt fusion -joining machine without the use of a stub -end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations) to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings & Flange Bolts - Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene 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. 133 1/10/2019 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. 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. 9-05.24(2) Polypropylene Sanitary Sewer Pipe Polypropylene sanitary sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall conform to ASTM F2764. Bell & spigot connections shall utilize a spun - On, welded or integral bell and spigot with gaskets meeting ASTM F477. Fitting joints shall be watertight joint performance requirements of ASTM D3212. 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 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating System: Coating Material Surfaces: Surface Preparation: Application C1 High Solids Urethane Concrete In accordance with SSPC SP-7 (Sweep or brush off blast) Shop/Field: The drying time between coats shall not exceed 24 hours in any case 134 1/10/2019 System Thickness: 6.0 mils dry film Coatings: Primer: One coat of Wasser MC-Aroshield high solids urethane (2.0 DFT) Finish: Two or more coats of Wasser MC- Aroshield (min. 4.0 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: 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) 9-14.6(8) Sod Section 9-14.6(8) 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: Non -net "Premium Shadow Master" Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal 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 "approved 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 as follows: 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 as follows: All materials for water distribution and transmission shall be new and undamaged. Prior to ordering 135 1/10/2019 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 to read as follows: 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. Non -restrained joint shall be rubber gasket, push -on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. Restrained joints shall be as specified in Section 9-30.2(6). 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 as follows: 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. 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. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is supplemented and revised as follows: 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 pressure 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- 136 1/10/2019 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. 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) Steel Pipe Section 9-30.2(4) including title is revised as follows: 9-30.2(4) Spacers and Seals for Steel Casing Pipe 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. Runners 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 137 1/10/2019 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 Section 9-30.2(6) including title is revised as follows: 9-30.2(6) Restrained Joint Pipe and Fittings 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 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 as follows: 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 as follows: The valves shall be a standard pattern of a manufacturer whose products are approved bythe 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. All 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 as follows: 138 1/10/2019 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 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 as follows: In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 15013. The valve shall be short -body type and shall have flanged ends. Flanged ends shall be sized and drilled in conformance with ANSI 1316.1 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 as follows: 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 as follows: 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 as follows: 139 1/10/2019 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 as follows: 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. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented and revised as follows: 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 incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented and revised as follows: 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 as follows: 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. 140 1/10/2019 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. 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 as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: 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 as follows: 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. 141 This page intentionally left blank. TECHNICAL SPECIFICATIONS Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton KENNYDALE RESERVOIR TECHNICAL SPECIFICATIONS CERTIFICATE OF ENGINEER Unless otherwise indicated, the engineering material and data contained in the Plans and Specifications were prepared under the supervision and direction of the undersigned, whose seal as a registered professional engineer is affixed below. Tan 16, 2019 1 7:44 AM PST Marshall G. Meyer, P.E. Professional Engineer Murraysmith, Inc. 16-1840.224 Seals Kennydale Reservoir This page intentionally left blank. KENNYDALE RESERVOIR TECHNICAL SPECIFICATIONS CERTIFICATE OF ENGINEER The following Technical Specifications have been prepared under the direction of the Registered Professional Engineer indicated below: Division 03 — Concrete 03 1100 Concrete Work 03 21 00 Reinforcing Steel 03 60 00 Grouting Division 05 — Metals 05 50 00 Metal Fabrications Division 31— Earthwork 3163 16 Auger Cast Piles Division 33 — Utilities 33 1613 Steel Above Ground Water Utility Storage Tank 33 16 13.13 Steel Above Ground Water Utility Storage Tank Accessories 41 4 —L�. IVlicnael W. Nuntney, N.t., S.L. Structural Engineer Peterson Structural Engineers 16-1840.224 Kennydale Reservoir 05 WARD p� _ JP of WAS,, . �a z �,� �TRUCTURPv��F: q FSS/ONAL ENG I ti1��1 1� 0 Seals This page intentionally left blank. KENNYDALE RESERVOIR TECHNICAL SPECIFICATIONS CERTIFICATE OF ENGINEER The following Technical Specifications have been prepared under the direction of the Registered Professional Engineer indicated below: Division 26— Electrical 26 05 00 General Electrical Requirements 26 05 19 Low Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding 26 05 33 Raceways and Boxes 26 27 00 Service and Distribution 26 27 26 Basic Electrical Materials & Methods 26 50 00 Lighting Division 27 — Instrumentation 27 50 00 Instrumentation and Controls Jeff Howard, P.E. Professional Engineer R&W Engineering, Inc. 2019.01.03 09:08:48-08'00' 16-1840.224 Seals Kennydale Reservoir This page intentionally left blank. CONTRACT DOCUMENTS FOR KENNYDALE RESERVOIR FOR CITY OF RENTON TABLE OF CONTENTS Section Title Division 01 - General Requirements 01 12 16 Work Sequence 013300 Submittal Procedures 01 45 00 Quality Control 01 56 39 Temporary Tree & Plant Protection 01 75 16 Testing, Training and System Start -Up Division 02 - Existing Conditions 02 30 00 Subsurface Investigation 02 41 00 Demolition Division 03 - Concrete 03 1100 Concrete Work 03 21 00 Reinforcing Steel 03 60 00 Grouting Division 05 - Metals 05 50 00 Metal Fabrications Division 07 - Thermal and Moisture Protection 07 92 00 Sealants and Caulking 07 92 25 Sealants and Caulking for Steel Reservoirs Division 09 - Finishes 09 90 00 Painting and Coating 09 97 14 Steel Water Storage Tank Painting Division 10 - Specialties 10 14 10 Identifying Devices Division 11 - Equipment 11 21 50 Seismic Control Equipment Murraysmith Table of Contents 16-1840 11 81 29 Facility Fall Protection 11 95 00 Reservoir Hydrodynamic Mixing System Division 26 - Electrical 26 05 00 General Electrical Requirements 2605 19 Low Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding 26 05 33 Raceways and Boxes 26 27 00 Service and Distribution 26 27 26 Basic Electrical Materials and Methods 26 50 00 Lighting Division 27 - Instrumentation 27 50 00 Instrumentation and Controls Division 31- Earthwork 312316 Excavation 312319 Dewatering 3123 23 Fill 31 50 00 Excavation Support and Protection 3163 16 Cast -In -Place Piling: Auger Cast Division 32 - Exterior Improvements 32 1343 Pervious Concrete Paving 32 1723 Pavement Markings 32 31 00 Gate System 32 31 03 Exterior Site Accessories 3231 13 5-Foot Chain Link Fencing 3231 14 6-Foot Chain Link Fencing 3231 19 Steel Ornamental Fence System 32 31 32 Vehicular Slide Gate Operator 32 32 23 Segmental Retaining Walls 32 91 13 Soil Preparation 3291 21 Finish Grading and Seeding 3293 00 Plants 32 95 00 Plant Material and Seeding Guarantee and Maintenance Division 33 - Utilities 3305 17 Precast Concrete Valve Vaults and Meter Boxes 33 05 96 Vibration and Seismic Controls for Utilities 33 1110 Water Utility Distribution Piping 33 12 16 Water Utility Distribution Valves Murraysmith Table of Contents 16-1840 33 13 13 Disinfection of Water Utility Storage Tanks 33 1613 Steel Aboveground Water Utility Storage Tanks 33 1613.13 Steel Aboveground Water Utility Storage Tank Accessories 33 41 20 Storm Drainage Facilities Division 40 - Process Integration 4005 13 Common Work Results for Process Piping 40 05 23 Common Work Results for Process Valves 40 05 23.21 Plug Valves 40 05 23.24 Check Valves 40 05 23.72 Miscellaneous Valves 40 05 23.73 Control Valves 40 05 57 Valve Operators, Electric 40 91 23.33 Flow Process Measurement Devices Division 43 - Process Gas and Liquid Handling, Purification and Storage Equipment 43 21 43 Sump Liquid Pump Murraysmith Table of Contents 16-1840 This page intentionally left blank. DIVISION O1 GENERAL REQUIREMENTS Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 0112 16 WORK SEQUENCE PART1 GENERAL 1.1 SUMMARY A. This Section includes general sequencing, project phasing and coordination requirements for the Work. B. Contract Requirements: 1. Owner may determine the order of precedence and the time and season at which any portion or portions of the Work shall be commenced and carried on in order to ensure proper completion of the Contract, proper operation of the reservoir, or compliance with permit conditions. NOT USED 1.3 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Work Sequencing Plan: At a minimum, to include the following: 1. Complete sequence of construction for all activities contained herein as necessary to complete the work within the Contract Time. 2. Major work activities to occur and a general schedule identifying the milestones and sequence of work and constraints defined herein. 3. The submitting, ordering and delivery of materials that have long lead times ensuring that the Work can be completed within the Contract Time. 4. Listing of equipment to be present on site. 5. Assistance to be required of Owner's operating personnel during any work activities. 6. Contingency plan identifying what action will be taken if activities during a shutdown cannot be completed within the allotted times, or if there is a failure of pumping equipment to be used during temporary pumping operations. 16-1840.224 Work Sequence Kennydale Reservoir 01 12 16 - 1 7. Name and contact information of individual in charge of activity during shutdown. 1.4 PROJECT SPECIFIC WORK CONSTRAINTS A. Reservoir 1. The proposed reservoir shall be accepted by the OWNER as Substantially Complete and capable of providing water service to the City's 308 Zone and capable of receiving water from the City's 435 Zone and the City's 308 Zone. B. System Integration and Programming 1. All work associated with instrumentation and controls, including removal, demolition, interruption and installation of instruments, controls, and other components associated with the City's SCADA system shall be closely coordinated with the OWNER. 2. Start-up, testing and commissioning of the Kennydale Reservoir will require system integration and programming to properly operate, control and monitor facility system. 3. CONTRACTOR shall coordinate work and scheduling with system integration and programming needs which is being provided by the City's system integrator. 4. CONTRACTOR shall work with the City's system integrator to define scheduling, access and timelines to allow programming of equipment after it is properly installed. 1.5 GENERAL WORK CONSTRAINTS A. Activities that may disrupt water service shall be strictly limited to those identified herein or as shown in the CONTRACTOR's Work Sequencing Plan, as approved by the OWNER. B. Short-term (24-hours or less) shutdown of existing water mains is permitted for installation of proposed isolation valves and final water main connections, upon advance approval by the OWNER. Connections to existing mains shall be completed in accordance with Special Provisions 7-09.3(19)A. C. CONTRACTOR shall give proper attention to each of the following items so as to minimize interruptions of the water supply and/or capacity to convey water. Constraints listed below involve limits on activities during construction. 1. Stage work to maintain access to site facilities at all times for the OWNER. 2. Coordinate construction schedule and operation with OWNER. 16-1840.224 Work Sequence Kennydale Reservoir 01 12 16 - 2 3. Coordinate proposed work with OWNER and ENGINEER and facility operations personnel before implementing facility shutdowns as defined herein. 4. The transition from a shutdown condition back to normal operations shall be conducted no later than two hours prior to the end of a normal working day. Under no circumstances shall work cease at the end of a normal working day if such action may inadvertently cause an interruption of any facility operation; in which case, remain on site until necessary repairs are complete. 5. No interruptions to normal operations will be scheduled on a Friday. 6. Power supply and SCADA communications shall be maintained at all facilities that are in service at all times except during planned outages. 7. Do not close lines, close valves, open valves, disconnect power or take other action that would affect the operation of existing systems, except as specifically required by the Contract Documents and after approval of ENGINEER. 8. The CONTRACTOR shall not operate any of the existing equipment except when specifically directed to do so by the ENGINEER. 9. The OWNER recognizes facility interruption, shutdown or interference is necessary to accommodate the CONTRACTOR's construction activities. The OWNER will, through its personnel, attempt to accommodate CONTRACTOR's work, provided that proper notification is given. D. Protection of Quality of Water — The work to be performed involve connections to an existing water system. The CONTRACTOR shall take such precautions as are necessary or as may be required to prevent the contamination of the water. Such contamination may include but shall not be limited to deleterious chemicals such as fuel, cleaning agents, paint, demolition and construction debris, sandblasting residue, etc. In the event contamination does occur, the CONTRACTOR shall, at its own expense, perform such work as may be necessary to repair any damage or to clean the affected areas of the water mains to a condition satisfactory to the ENGINEER. E. Private Roads and Driveways, Access 1. Contractor shall not block access to private roads or driveways, this includes access to the OWNER's facilities. 2. Vehicle and foot access routes shall be provided at all times to allow access to OWNER facilities 24 hours a day. Access routes shall accommodate services vehicles and intermittent deliveries to the facilities. 16-1840.224 Work Sequence Kennydale Reservoir 01 12 16 - 3 3. When work is adjacent to, or inclose proximity of, access routes, the CONTRACTOR shall delineate the access route with temporary construction fencing. Temporary interruptions to the access of facilities will be allowed to accommodate work activities in accordance with this Section. 4. Access routes disturbed by construction activities shall be repaired the same day and maintained by the CONTRACTOR to ensure safe and reasonable access to the facilities by service vehicles. 1.6 TEMPORARY SHUTDOWNS A. Provide 14-day minimum advance notice to request approval of a temporary shutdown of a facility. B. Each Notice of Request for Approval of a Temporary Shutdown submitted to Owner shall include the following: 1. Dates, times, and duration of proposed shutdown. 2. Work activities to be performed during the shutdown. 3. Assistance required of Owner's personnel before, during, and after shutdown. 4. Personnel to be on Site during shutdown. 5. Contingency plan if work during shutdown is not completed during allotted time or critical equipment fails. C. Upon receipt of such request, Owner will decide what action(s) is required by Owner and if the requested shutdown is acceptable considering the flows at that time. The request from Contractor will be returned to Contractor with the Owner's written decision noted. If Owner deems that the requested shutdown is unacceptable, Owner will state such reasons, and Contractor shall reschedule the shutdown as required. D. Water main shut -offs shall not occur on Fridays or on the five (5) weekdays preceding or the day after the major holidays listed below: 1. Memorial Day 2. Veterans Day 3. Martin Luther King Jr. Day 4. Independence Day 5. Labor Day 6. Thanksgiving Day 7. Christmas Day 8. New Year's Day 16-1840.224 Work Sequence Kennydale Reservoir 01 12 16 - 4 E. It is hereby agreed between the Contractor and Owner that disapproval by Owner of the Contractor's shutdown request does not entitle Contractor to any time extension unless Contractor can demonstrate to the satisfaction of Owner, through an updated CPM schedule, that the overall Project completion date will not be met as a result of this disapproval. F. Owner may postpone a planned and approved shutdown at any time for pumping capacity, or safety reasons. 1.7 INTERUPTION OF UTILITY SERVICE A. Indicate required shutdowns of existing utilities or interruptions of existing operations on Progress Schedule. Interruptions to utility service will be allowed to the extent that customer service will not be adversely compromised. B. Submit requests for interruptions to utility service not less than five business days in advance of the date scheduled for the interruption. C. Following receipt of the request, Engineer will notify Contractor if the requested date will be permitted. Evaluation of the request will be based upon the availability of the utility owner's personnel to assist and monitor utilities during the shutdown period and impact to customer service. D. Minimize the period of interruption by thorough advance planning. Procure and provide all required materials, equipment and labor on site during the shutdown. E. Do not begin interruption until written authorization is received from Engineer. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.1 GENERAL A. Maintain overall coordination of execution of Work. B. Obtain schedules from subcontractors and suppliers and assume responsibility for correctness and compatibility with Sequencing Plan and overall project schedule. C. Incorporate schedules from all parties into Progress Schedule to plan for and comply with sequencing constraints. 16-1840.224 Work Sequence Kennydale Reservoir 01 12 16 - 5 D. Coordinate and accommodate work by others and the Owner at the site. 3.2 CONSTRUCTION COMPLETION AND TIMING NOT USED END OF SECTION 16-1840.224 Work Sequence Kennydale Reservoir 01 12 16 - 6 SECTION 0133 00 SUBMITTAL PROCEDURES PART1 GENERAL 1.1 SUMMARY A. This Section expands administrative and procedural requirements for submittals for review, information, and for Project closeout. B. Section includes: 1. Contractor review. 2. Engineer review. 3. Submittal procedures. 4. Product data. 5. Shop Drawings. 6. Samples. 7. Design data. 8. Test reports. 9. Certificates. 10. Manufacturer's instructions. 11. Manufacturer's field reports. 12. Erection Drawings. 13. Construction progress schedules. 14. Breakdown of contract price. 15. Proposed product list. 16. Public Health & Safety Plan. 17. Construction photographs. 18. Close out submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Engineer's responsive action. B. Informational Submittals: Written and graphic information and physical Samples that do not require Engineer's responsive action. Submittals may be rejected for not complying with requirements. 1.3 CONTRACTOR REVIEW A. Review for compliance with Contract Documents and approve submittals before transmitting to Engineer. 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 1 B. Contractor: Responsible for: 1. Determination and verification of materials including manufacturer's catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means, techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades. C. Stamp, sign or initial, and date each submittal to certify compliance with requirements of Contract Documents. Any submittals received by the Engineer which do not bear the Contractor's approval or certification shall be returned without review. D. When shop drawings and/or submittals are required to be revised or corrected and resubmitted, the Contractor shall make such revisions and/or corrections and resubmit those items or other materials in the same manner as specified above. E. Regardless of corrections made in or review given to the drawings by the Engineer, the Contractor shall be responsible for the accuracy of such drawings and for their conformity to the Drawings and Specifications. F. Do not fabricate products or begin Work for which submittals are required until approved submittals have been received from Engineer. G. Materials and equipment shall be ordered a sufficient time in advance to allow time for reviews, and shall be available on the job when needed. Last minute review will not be given for inferior substitutes for material or equipment. 1.4 ENGINEER REVIEW A. Do not make "mass submittals" to the Engineer. "Mass submittals" are defined as six or more submittals or items in one day or 20 or more submittals or items in one week. If "mass submittals" are received, Engineer's review time will be extended as necessary 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 2 to perform proper review. Engineer will review "mass submittals" based on priority determined by Engineer after consultation with Owner and Contractor. B. Informational submittals and other similar data are for Engineer's information, do not require Engineer's responsive action, and will not be reviewed or returned with comment. C. The Engineer's review of submittals and shop drawings is not a check of any dimension or quantity, and will not relieve the Contractor from responsibility for errors of any sort in the submittals and shop drawings. D. Submittals made by Contractor that are not required by Contract Documents may be returned without action. E. The Engineer will review the submitted data and shop drawings, and return to the Contractor with notations thereon indicating "No Exception Taken", "Make Corrections Noted", "Rejected", "Revise and Resubmit", or "Submit Specified Item". F. If more than two (2) submissions are required to meet the Project specifications, Owner may withhold monies due to Contractor to cover additional costs of reviewing additional submissions beyond the second submittal review. 1.5 SUBMITTAL PROCEDURES A. Transmit each submittal with Engineer -accepted transmittal form certifying compliance with requirements of Contract Documents. B. Sequentially number transmittal forms. Mark revised submittals with original number and sequential alphabetic suffix. C. Show each Submittal with numbering and tracking system approved by Engineer: 1. Submittals shall be numbered according to specification section. For example, the first product submittal for Section 05 50 00 would be "05 50 00-1". Resubmittals of that submittal would be "05 50 00-1.1", followed by "05 50 00-1.2", and so on. The second product submittal for that Section would be "05 50 00-2". 2. Submittals containing product information from multiple sections of the specifications will not be reviewed. Contractor and/or their supplier shall divide submittals in a manner that meets the numbering and tracking system requirements stated herein. 3. Alternative method of numbering may be accepted as approved by Engineer. D. Identify: Project, Contractor, Subcontractor and supplier, pertinent Drawing and detail number, and Specification Section number appropriate to submittal. 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 3 E. Apply Contractor's stamp, signed or initialed, certifying that review, approval, verification of products required, field dimensions, adjacent construction Work, and coordination of information is according to requirements of the Work and Contract Documents. F. Schedule submittals to expedite Project, and post electronic submittals as PDF electronic files to Project website G. Coordinate submission of related items. 1. All shop drawings for interrelated items shall be scheduled for submission at the same time. 2. The Engineer may hold shop drawings in cases where partial submission cannot be reviewed until the complete submission has been received or where shop drawings cannot be reviewed until correlated items affected by them have been received. When such shop drawings are held, the Engineer will advise the Contractor in writing that the shop drawing submitted will not be reviewed until shop drawings for all related items have been received. H. When hard copies of submittals are provided by the Contractor, six (6) copies of all materials shall be provided to the Engineer. Two (2) copies of reviewed submittals will be kept by the Engineer, two (2) copies of reviewed submittals will be transmitted to the Owner, and two (2) copies of reviewed submittals will be returned to the Contractor. If the Contractor requests that more than two (2) copies of the reviewed submittal be returned, then the Contractor shall submit the appropriate quantity of submittals. For each submittal for review, allow not less than 14 days for Engineer review, excluding delivery time to and from Contractor. J. Identify variations in Contract Documents and product or system limitations that may be detrimental to successful performance of completed Work. K. Allow space on submittals for Contractor and Engineer review stamps or comments. L. When revised for resubmission, the Contractor shall identify changes made since previous submission. A narrative of changes shall be provided, and shop drawings or calculations shall indicate that a revision was made. M. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. N. Submittals not requested will not be recognized nor processed. 16-1840.224 Kennydale Reservoir Submittal Procedures 013300-4 0. Incomplete Submittals: Engineer will not review. Complete submittals for each item are required. Delays resulting from incomplete submittals are not the responsibility of Engineer. 1.6 PRODUCT DATA A. Product Data: Action Submittal: Submit to Engineer for review for assessing conformance with information given and design concept expressed in Contract Documents. Submitted data shall be sufficient in detail for determination of compliance with the Contract Documents. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. 1. Note submittal will be returned to Contractor without review of submittal if products, models, options and other data are not clearly marked or identified. C. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. D. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents. A. Shop Drawings: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. When required by individual Specification Sections, provide Shop Drawings signed and sealed by a professional Engineer licensed in the state of Project responsible for designing components shown on Shop Drawings. 1. Include signed and sealed calculations to support design. 2. Submit Shop Drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction. D. Post electronic submittals as PDF electronic files to Project website. 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 5 E. All dimensioned shop drawings shall be scalable and provided as full-sized (22" x 34") sheets. PDF electronic files shall print as scalable full-sized sheets. F. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents. 1.8 SAMPLES A. Samples: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Samples for Selection as Specified in Product Sections: 1. Submit to Engineer for aesthetic, color, and finish selection. 2. Submit Samples of finishes, textures, and patterns for Owner selection. C. Submit Samples to illustrate functional and aesthetic characteristics of products, with integral parts and attachment devices. Coordinate Sample submittals for interfacing work. D. Include identification on each Sample, with full Project information. E. Submit number of Samples specified in individual Specification Sections; Engineer will retain one Sample. F. Reviewed Samples that may be used in the Work are indicated in individual Specification Sections. G. After review, produce copies and distribute according to "Submittal Procedures" Article and for record documents. 1.9 DESIGN DATA A. Informational Submittal: Submit data for Engineer's knowledge as Contract administrator or for Owner. B. Submit information for assessing conformance with information given and design concept expressed in Contract Documents. 1.10 TEST REPORTS A. Informational Submittal: Submit reports for Engineer's knowledge and records as Contract administrator or for Owner. B. Submit test reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 6 1.11 CERTIFICATES A. Informational Submittal: Submit certification by manufacturer, installation/application Subcontractor, or Contractor to Engineer, in quantities specified for Product Data. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or product but must be acceptable to Engineer. 1.12 MANUFACTURER'S INSTRUCTIONS A. Informational Submittal: Submit manufacturer's installation instructions for Engineer's knowledge as Contract administrator or for Owner. B. Submit printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing, to Engineer in quantities specified for Product Data. C. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. 1.13 MANUFACTURER'S FIELD REPORTS A. Informational Submittal: Submit reports for Engineer's knowledge and records as Contract administrator or for Owner. B. Submit report within 48 hours of observation to Engineer for information. C. Submit reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 1.14 ERECTION DRAWINGS A. Informational Submittal: Submit Drawings for Engineer's knowledge and records as Contract administrator or for Owner. B. Submit Drawings for information assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Engineer or Owner. 16-1840.224 Kennydale Reservoir Submittal Procedures 013300-7 PART 2 PRODUCTS 2.1 CONSTRUCTION PROGRESS SCHEDULES A. Within fourteen (14) days after date of Notice to Proceed, prepare and submit to the Engineer a practicable schedule showing the order in which the Contractor proposes to carry out the Work, the dates on which the important features of the work will start, and the contemplated dates for completing same. In addition to a time -scaled bar chart schedule depicting the project critical path, the Contractor shall submit a detailed CPM logic diagram. The CPM diagram and time -scaled bar chart shall include the following: • Construction activities • Submittal and approval of material samples and shop drawings • Procurement of critical materials • Fabrication, installation, and testing of special material and equipment • Duration of work, including completion times of all stages and their sub -phases The activities shall be separately identifiable by coding or use of sub -networks or both. The duration of each activity shall be verifiable by manpower and equipment allocation, in common units of measure, or by delivery dates and shall be justifiable by the Contractor upon the request of the Engineer. Detailed subnetworks will include all necessary activities and logic connectors to describe the work and all restrictions to it. In the restraints, include those activities from the project schedule which initiated the subnetwork as well as those restrained by it. Include a tabulation of each activity in the computer mathematical analysis of the network diagram. Furnish the following information as a minimum for each activity: • Event (node) number(s) for each activity • Activity description • Original duration of activities (in normal workdays) • Estimated remaining duration of activities (in normal workdays) • Earliest start date or actual start date (by calendar date) • Earliest finish date or actual finish date (by calendar date) • Latest start date (by calendar date) • Latest finish date (by calendar date) • Slack or float time (in workdays) Computer printouts shall consist of at least a node sort and an "early start/total-float" sort. B. Attention is drawn to typical local climatic weather patterns and Work shall be coordinated accordingly. 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 8 C. Complete project schedule shall be revised and resubmitted to the Engineer at a minimum occurrence of every four (4) weeks for review. D. Three Week Lookahead Schedules: Provide each week at the weekly construction meeting. The previous week's completed work shall be shown on the schedule for a total of 4 weeks shown. 2.2 PROPOSED PRODUCT LIST A. Within 14 days after date of Notice to Proceed, prepare and submit to the Engineer list of major products proposed for use, with specification section reference, name of manufacturer, supplier, trade name, subcontractor and model number of each product. Provide a schedule of specific target dates for the submission and return of submittals and shop drawings required by the contract documents. B. For products specified only by reference standards, indicate manufacturer, trade name, model or catalog designation, and reference standards. C. The list and schedule shall be updated and re -submitted when requested by the Engineer. =3:3W_1Ct9161MAJIgo] 00]►11:IeIIN■l:0[yq A. At or before the preconstruction meeting, submit a complete breakdown of all lump sum bid items showing the value assigned to each part of the work, including an allowance for profit and overhead adding up to the total lump sum contract price. B. Breakdown of lump sum bids shall be coordinated with the items in the schedule and shall be in sufficient detail to serve as the basis for progress payments during construction. C. Engineer will review the contract price breakdown and may request items to be further broken down or for more items be added in order to facilitate tracking of work progress for payment. D. Preparatory work, bonds, and insurance required in setting up the job will be allowed as a separate entry on the cost breakdown but shall not exceed 5 percent of the total base bid. E. Upon acceptance of the breakdown of the contract price by the Engineer, it shall be used as the basis for all requests for payment. 2.4 PUBLIC SAFETY AND CONVENIENCE A. Proiect Health and Safetv Plan: 16-1840.224 Kennydale Reservoir Submittal Procedures 013300-9 1. Develop, publish, and implement an overall Project Health and Safety Program for the Project. This Program shall conform to all applicable codes. The written Safety Program shall be provided within thirty (30) days after the receipt of the written Notice to Proceed. The Plan shall be assembled to address project specific health and safety issues to both the public and on -site personnel. The plan shall include the following items when they apply: • Employee orientation • Safety inspections • Instruction and training • Accident reporting • Signs and barricades • Fire prevention and protection • Welding, cutting and burning • Painting and surface treatment • Electricity • Machinery and mechanized equipment • Excavations • Sanitation • Chlorine safety • Hazardous materials • Hazardous communications program • Job hazard analysis • First aid/medical facilities • Personal protective equipment • Confined space entry plan • Shoring plan • Fall protection plan • Emergency Action Plan • Housekeeping • Safety training requirements and certification • Pedestrian access around work site during construction and after hours 2. If the project requires other health and safety issues to be addressed, they too shall be included in the Project Health and Safety Plan. The Program shall subsequently be distributed to and implemented by the Contractor's personnel, as well as its Subcontractors and Suppliers. Contractor shall fully implement and comply with the Safety Program and shall submit to the Owner a letter signed by Contractor's owner/president affirming such implementation and compliance within fifteen (15) days after on -site work has started. Contractor shall notify the Owner when safety meeting will be held so that Owner's personnel may attend. A copy of the approved Health and Safety Plan must be maintained on -site at all times during the life of the Project. 2.5 CONSTRUCTION PHOTOGRAPHS A. Provide photographs of Site and construction throughout progress of Work produced by an experienced photographer acceptable to Engineer. B. Twice monthly submit photographs with Application for Payment. C. Photographs: Electronic, PDF or JPEG format. 16-1840.224 Kennydale Reservoir Submittal Procedures 01 33 00 - 10 D. Take two Site photographs from different directions and five interior photographs of facilities indicating relative progress of the Work, five days maximum before submitting. E. Identify each photo in the electronic file name. Identify name of Project, phase, orientation of view, date and time of view. F. Digital Images: Deliver complete set of digital image electronic files on CD-ROM to Owner with Project record documents. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as sensor, uncropped. 1. Digital Images: Uncompressed TIFF format, produced by digital camera with minimum sensor size of 4.0 megapixels, and image resolution of not less than 1600 by 1200 pixels. 2. Date and Time: Include date and time in filename for each image. r�r:�yr•��:�•n�����:�► i�rre�� A. Operation and Maintenance (O&M) Instructions 1. Submit preliminary 0&M materials for review by Engineer. These shall be submitted according to "Submittal Procedures" Article. The equipment manufacturer may furnish instruction manuals prepared specifically for the equipment furnished or standard manuals may be used if statements like "if your equipment has this accessory..." or listings of equipment not furnished are eliminated. 0&M materials will be returned to the Contractor for resubmittal if the 0&M materials do not clearly indicate what specific equipment was furnished and all items not provided being clearly crossed out. Poorly reproduced copies are not acceptable. Operation and maintenance instructions shall contain the following as a minimum: a. Approved shop drawings and submittal data; b. Model, type, size and serial numbers of equipment furnished, c. Equipment and driver nameplate data, d. List of parts showing replacement numbers; e. Recommended list of spare parts; f. Complete operating instructions including start-up, shutdown, adjustments, cleaning, etc.; 16-1840.224 Submittal Procedures Kennydale Reservoir 01 33 00 - 11 g. Maintenance and repair requirements including frequency and detailed instructions, and h. Name, address and phone numbers of local representative and authorized repair service. 2. Following review and approval of the preliminary 0&M materials by the Engineer and before acceptance of the Work, submit four (4) copies of complete final operation and maintenance instructions for all equipment supplied. Submit items in 8-1/2 x 11-inch heavy-duty three-ring binders when appropriate, or in 8-1/2 x 11-inch file folders. All binders and folders shall have clear plastic pockets on the front of the cover and the spine to allow for insertion of identifying information. PART 3 EXECUTION - Not Used END OF SECTION 16-1840.224 Kennydale Reservoir Submittal Procedures 01 33 00 - 12 SECTION 0145 00 QUALITY CONTROL PART1 GENERAL 1.1 DESCRIPTION A. This Section covers quality control requirements supplementary to those of the Standard Specifications, Special Provisions, and Technical Specifications. 1.2 PROVISIONS A. Contractor's Responsibility for Testing The CONTRACTOR shall be responsible for the cost of all testing as specified in this section. Additional information has been provided regarding the payment responsibility for the OWNER with regards to the Project. B. OWNER's Right to Perform Additional Tests The OWNER or ENGINEER reserves the right to complete additional testing. In such cases, the CONTRACTOR shall provide safe access for the OWNER or ENGINEER and their inspectors to adequately inspect the quality of work and the conformance with project specifications. 1.3 QUALITY ASSURANCE A. Testing Requirements An independently owned and operated laboratory approved by the ENGINEER shall perform all testing as specified herein. B. Testing 1. General a. All required testing of work and/or materials shall be conducted in the presence of the ENGINEER. The CONTRACTOR shall provide forty-eight (48) hour notification to the OWNER and OWNER's REPRESENTATIVE prior to conducting any and all quality assurance testing. Where applicable, work and materials shall only be buried with the consent of the ENGINEER. b. Where such inspection and testing are to be conducted by an independent laboratory or agency, the sample or samples of material to be tested shall be 16-1840.224 Quality Control Kennydale Reservoir 01 45 00 - 1 selected by such laboratory or agency or by the ENGINEER. The CONTRACTOR shall furnish such samples of all materials without charge to OWNER. c. The results from any and all tests are made for the information of the OWNER. Regardless of any test results, the CONTRACTOR is solely responsible for the quality of workmanship and materials and for compliance with the requirements of the Drawings and Specifications. 2. Costs of Testing a. The CONTRACTOR shall be responsible for and shall pay for all tests as specified in Part 3 of this Section. Additional information has been provided regarding the payment responsibility for the OWNER with regards to the Project. b. With regards to all materials to be tested, where test results demonstrate that the material or workmanship does not meet the minimum requirements of the Contract Documents, additional testing shall be completed and shall be paid for by the CONTRACTOR with no reimbursement by the OWNER. 1.4 SPECIAL INSPECTIONS Special inspections and testing as required by Chapter 17 of the IBC shall be conducted by OWNER -retained Special Inspectors and Testing Agencies as required and as indicated in the Contract Documents. A. Special Inspectors and Testing Agencies Responsibilities 1. Verify that manufacturers maintain detailed fabrication and quality control procedures and review the completeness and adequacy of those procedures to perform the Work. 2. Promptly notify OWNER and CONTRACTOR of irregularities and deficiencies observed in the Work during performance of their services. 3. Submit certified written report of each test, inspection and similar quality control service to OWNER, CONTRACTOR and jurisdictional authorities. Interpret test results and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. 4. Submit final report of special inspections at Substantial Completion, including a list of unresolved deficiencies. 5. Re -test and re -inspect corrected work. B. CONTRACTOR'S Responsibilities 16-1840.224 Quality Control Kennydale Reservoir 01 45 00 - 2 1. Provide quality requirements to all subcontractors and enforce all requirements. 2. Notify OWNER, ENGINEER, Special Inspectors and Testing Agencies at least 48 hours in advance of time when Work that requires testing or special inspecting will be performed, unless otherwise indicated in the Contract Documents. 3. Pay for any CONTRACTOR requested testing and inspecting not required by the Contract Documents. 4. Pay for any re -testing or re -inspections by Special Inspectors and Testing Agencies for replacement work resulting from work that failed to comply with the Contract Documents. OWNER will deduct such costs from the Contract Price. 5. Submit copies of licenses, certifications, correspondence, records and similar documents used to establish compliance with standards and regulations that pertain to performance of the Work to the OWNER, ENGINEER and Special Inspectors. 6. Where Special Inspection requires pre -construction testing for compliance with specified requirements for performance and test methods, comply with the following: a. Provide test specimens representative of proposed products and construction in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. b. Provide information on configurations of test assemblies, testing procedures and laboratory test records to adequately demonstrate capability of products to comply with performance requirements. 7. Cooperate with Agencies performing required tests, special inspections and similar quality control services. Notify Agencies in advance of operations to permit assignment of personnel. Provide the following: a. Access to the Work. b. Incidental labor, equipment and materials necessary to facilitate tests and special inspections. c. Adequate quantities of representative samples of materials that require testing and inspecting. Assist Agencies in obtaining samples. d. Provide facilities for storage and field curing of test samples. e. Deliver samples to Testing Agencies. 16-1840.224 Quality Control Kennydale Reservoir 01 45 00 - 3 8. Coordinate sequence of activities to accommodate required quality -assurance and control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and special inspecting. 9. Schedule times for tests, special inspections, obtaining samples and similar activities. Distribute schedule to OWNER, ENGINEER, Special Inspectors, Testing Agencies and each party involved in portions of the work where tests and special inspections are required. 1.5 SUBMITTALS A. Laboratory Test or Inspection Reports Each report shall be signed and certified by the independently owned and operated testing laboratory. Unless otherwise specified, submit three (3) copies of each report to the OWNER or OWNER's REPRESENTATIVE. PART 2 PRODUCTS 1►1•11111611:111.1 PART 3 EXECUTION [c��L�����1►[eLYy7L�1�1� A. The CONTRACTOR shall complete field testing in accordance with the following schedule. Additional source material testing shall be completed as necessary to establish the basis of field tests. The frequency of testing listed in this schedule lists the minimum number of tests per quantity of work completed by the CONTRACTOR. Testing locations to be determined by the ENGINEER. Payment Material to be Responsibility Minimum Testing Frequency Tested for Initial Testing In -place compaction testing (w/ nuclear compaction gage) performed at 2-foot elevation increments, one Structural Backfill OWNER test per 2,500 sf of material placed. See Article 3.5, Field Quality Control of Section 3123 23, Fill for further details on testing requirements. 16-1840.224 Quality Control Kennydale Reservoir 01 45 00 - 4 Material to be Payment Tested Responsibility for Initial Minimum Testing Frequency Testing In -place compaction testing (w/ nuclear compaction gage) performed at 2-foot elevation increments, one test per 200 lineal feet of pipeline trench as measured Trench Backfill OWNER along pipe centerline. ENGINEER may reduce frequency to one test per lift for every 1,500 lineal feet of pipeline trench when satisfied with CONTRACTOR's method of compaction. Asphalt Concrete OWNER As required when placed. See Standard Specifications and Special Provisions 5-04. As required when placed. See detailed requirements in Concrete OWNER Article 3.14 of Section 03 1100, Concrete Work. Compression test specimens will be taken during construction from the first placement of each type of grout and at intervals thereafter as selected by the Grout OWNER ENGINEER to insure continued compliance with Specifications. See detailed requirements in Article 1.5 of Section 03 60 00, Grouting. Waterline — Hydrostatic testing CONTRACTOR As required. See Special Provisions 7-09.3. and disinfection Reservoir— As required. See Section 33 13 13, Disinfection of Water Disinfection CONTRACTOR Utility Storage Tanks Reservoir —Testing As required. See Section 33 16 13, Steel Aboveground and repair of leaks CONTRACTOR Water Utility Storage Tanks. END OF SECTION 16-1840.224 Quality Control Kennydale Reservoir 01 45 00 - 5 This page intentionally left blank. SECTION 0156 39 TEMPORARY TREE AND PLANT PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes provisions for temporary protection of trees and other plant life in preparation for site or reservoir excavation Work. B. Related Sections: NOT USED C. This specification shall be applied concurrently and in conjunction with other plant material protection measures herein described and specified. PART 2 MATERIALS - Not Used IF_1:I, I *A11401110111 3.1 INSPECTION A. Inspect all trees specified on the Drawings for protection prior to construction. 1. Document with written memorandum and photographs any unusual conditions. 2. Submit copies of documentation to ENGINEER prior to beginning work. B. Verify all conditions on the Drawings with actual conditions at Site regarding tree protection prior to any site disturbance. C. The ENGINEER must be present during demolition of existing conditions occurring within the drip line of trees designated to remain. D. Notify ENGINEER 24 hours prior to inspections and/or tagging of protected trees. 3.2 PROTECTION A. Install barricades specified in the Drawings at drip lines of trees designated to remain prior to the commencement of construction. B. Clearly designate protected trees and clear of any material storage, personnel, or vehicular movement. 16-1840.224 Temporary Tree and Plant Protection Kennydale Reservoir 01 56 39 - 1 C. Provide temporary fencing, barricades, and guards as necessary or required to protect trees designated on the Drawings to remain, from damage above and below grade. D. Protect root systems of trees and plant life to remain. 1. Protect from damage due to noxious materials in solution caused by runoff or spillage during mixing and placement of construction materials. 2. Protect from flooding, erosion, or excessive wetting resulting from dewatering operations and compaction. 3. Protect against unauthorized cutting, breaking, skinning roots and branches, or bruising bark. 4. Protect from smothering and compaction. a. Do not store construction materials or permit vehicles to drive or park within the drip line area of any tree to remain. 5. Protect from dumping of refuse in close proximity. E. Where cutting is necessary, review conditions with the ENGINEER before proceeding, and comply with directives of ENGINEER. F. Provide Critical Root Zone (CRZ) protection for the large trees on the adjacent property to the west. 1. Protect the ground over an area extending 25-feet east from the fence. Any areas within the CRZ area that will not be paved shall be covered with a 4-inch depth of arborist wood chip mulch per WSDOT 9-14.4(3). 3.3 EXCAVATION AROUND TREES A. Excavate within drip lines of trees only where indicated on the Drawings or as directed by ENGINEER. B. Where trenching for utilities is required within drip lines, tunnel under or around roots by hand excavating. 1. Where possible trench toward trunk of tree and tunnel under central root mass to avoid severing all lateral roots on side of trench. 2. Do not cut main lateral roots or tap roots over one inch in diameter. 3. Temporarily support and protect trees from damage until permanently covered with approved backfill. 16-1840.224 Temporary Tree and Plant Protection Kennydale Reservoir 01 56 39 - 2 C. Do not allow exposed roots to dry out before backfill is placed. 1. Provide temporary earth or burlap cover. 2. Water roots daily when exposed and maintain in a moist condition. D. Backfill roots only upon inspection approval from the ENGINEER. 1. Backfill around root excavations only with clean imported topsoil free from materials deleterious to root growth. 2. Backfill to eliminate voids and compact only by means of manual tamping at root areas. 3. Water sufficiently to settle topsoil and eliminate voids or air pockets around roots. 4. Allow for natural settlement of soil surface, and furnish and apply topsoil sufficient to bring to original finish grade after backfill settlement. E. If during excavation, any condition arises that threatens the survivability of the protected tree, or an unknown condition arises that affects the stability or integrity of the root system, notify the ENGINEER immediately. 3.4 REPAIR AND REPLACEMENT OF DAMAGED TREES A. In the event of damage to existing trees: 1. Immediately prune limbs smaller than 3" caliper or roots smaller than 2" caliper to repair trees damaged by construction operations. 2. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. 3. Any such pruning and/or repairs shall be approved in advance and at completion by ENGINEER. 4. The ENGINEER shall reserve the right, at cost to the CONTRACTOR, to obtain the services of a Certified Consulting Arborist with current membership in the American Society of Consulting Arborists to determine the severity of damage. 5. The CONTRACTOR is responsible for the cost of repairs caused by their actions or by the actions of subcontractors engaged by the CONTRACTOR. B. Remove and replace dead or damaged trees which are determined by the ENGINEER to be incapable of restoration to normal growth patterns at no additional cost to OWNER. 16-1840.224 Kennydale Reservoir Temporary Tree and Plant Protection 015639-3 1. Provide new trees of the same species as those removed or damaged, with size and/or quantity to be determined by ENGINEER. 2. Furnish replacement trees and plant life to the Site and plant, maintain, and warranty as directed by the ENGINEER. 3. If trees are not replaceable with the same species, and size, compensate the OWNER for the replacement cost of the trees based on the evaluation of a Certified Consulting Arborist. 4. The CONTRACTOR is responsible for additional costs of removing damaged trees and labor for planting new specimens. 3.5 PRUNING A. Tree Maintenance and Pruning 1. Trees recommended for maintenance and approved by the OWNER, shall be pruned for deadwood, low hanging limbs, and proper balance, as recommended for safety, clearance or aesthetics. 2. All pruning shall be done by an International Society of Agriculture Certified Arborist, following ANSE A300 American Standards for Pruning. 3. Limbs of retained trees within 10 feet or less, of any power line, depending on power line voltage, may only be pruned by a Utility Certified Arborist. Coordinate with the local power company, as they may prefer to provide this pruning. B. Root Pruning 1. Potential root pruning needs should be reviewed in advance with the Project Consulting Arborist to minimize potential root fracturing and other damage. 2. Severed roots of retained trees shall be cut off cleanly with a sharp saw or pruning shears. Cover immediately after final pruning with moist soil or cover with mulch until covered with soil. 3. Do not apply pruning paint on trunk or root wounds. 4. Excavation equipment operators shall take extreme care not to hook roots and pull them back towards retained trees. In all cases, the excavator shall sit outside of the CRZ. Soil excavation within the CRZ shall be under the direct supervision of the owner's arborist. 16-1840.224 Kennydale Reservoir Temporary Tree and Plant Protection 01 56 39 - 4 3.6 DESIGNATED TREE REMOVAL PROCEDURES A. If designated tree removal is specified by ENGINEER, furnish labor, material, and equipment necessary for removing and/or salvaging existing trees, if necessary, as designated on the Drawings for removal. 1. Verify location and species with ENGINEER prior to removal. B. Salable logs or timber may be sold to CONTRACTOR's benefit upon notification and prior approval of OWNER. Upon approval, remove salable logs ortimber promptlyfrom site. 3.7 GRADING AND FILLING AROUND TREES A. Maintain existing grade within drip line of trees unless otherwise indicated on the Drawings or directed by the ENGINEER. 9*.*MO I_11►IIa►I_l01towe] aa000"11TIa1 I WTAVOIJ IN W A. Maintain protective measures throughout the construction process. Immediately repair any alteration to protection measures throughout construction process. Repair or reinstall protective measures immediately upon alteration. Monitor protective measures daily. B. Remove and clear area of debris and fencing, barricades, etc., upon final written approval of ENGINEER. END OF SECTION 16-1840.224 Kennydale Reservoir Temporary Tree and Plant Protection 015639-5 This page intentionally left blank. SECTION 0175 16 TESTING, TRAINING AND SYSTEM START-UP PART1 GENERAL 1.1 SCOPE This section specifies equipment and system testing and start-up, services of manufacturer's representatives, training of OWNER's personnel and final testing requirements for the complete facility. 1.2 CONTRACT REQUIREMENTS A. Testing, training and start-up are requisite to the satisfactory completion of the Contract. B. Scheduled, completed and accepted of testing shall meet the requirements of Special Provision Section 1-05.11, unless otherwise noted. C. Complete all testing, training, and start-up within the Contract Time(s). D. Furnish all necessary labor, power, chemicals, tools, equipment, instruments, and services required for and incidental to completing functional testing, performance testing, and operational testing. E. Provide competent, experienced technical representatives of equipment manufacturers for assembly, installation, testing, and operator training. The manufacturer's representative shall be qualified and authorized to perform repairs and maintenance on the equipment. Costs for services of the manufacturer's representative shall be included in the proposal of the CONTRACTOR. The operator training mentioned above shall include sufficient time during the CONTRACTOR's operation and testing period to fully explain to the operating personnel the features of the equipment and maintenance thereof. 1.3 START-UP PLAN A. Submit start-up plan for each piece of equipment and each system not less than two (2) weeks prior to planned initial equipment or system start-up. B. Provide detailed Start-up Progress Schedule with the following activities identified: 1. Manufacturer's services 2. Installation certifications 3. Operator training 16-1840.224 Testing, Training and System Start -Up Kennydale Reservoir 0175 16 - 1 4. Submission of operation and maintenance manual 5. Functional testing 6. Performance testing 7. Operational testing C. Provide testing plan with test logs for each item of equipment and/or system. Include testing of alarms, control circuits, capacities, speeds, flows, pressures, vibrations, sound levels, and other parameters. D. Provide summary of shutdown requirements for existing systems if required, which are necessary to complete start-up of new equipment and systems. E. Revise and update start-up plan based upon review comments, actual progress, or to accommodate changes in the sequence of activities. KAWON II1:716111FA:iIto]1_lI1911 111101[ela:Z•Z4 ll21W A. Mechanical Systems: 1. Remove rust preventatives and oils applied to protect equipment during construction. 2. Flush lubrication systems and dispose of flushing oils. Recharge lubrication system with lubricant recommended by manufacturer. 3. Flush fuel system and provide fuel for testing and start-up. 4. Install and adjust packing, mechanical seals, 0-rings, and other seals. Replace defective seals. 5. Remove temporary supports, bracing, or other foreign objects installed to prevent damage during shipment, storage, and erection. 6. Check rotating machinery for correct direction of rotation and for freedom of moving parts before connecting driver. 7. Perform cold alignment and hot alignment to manufacturer's tolerances. 8. Adjust V-belt tension and variable pitch sheaves. 9. Inspect hand and motorized valves for proper adjustment. Tighten packing glands to insure no leakage, but permit valve stems to rotate without galling. Verify valve seats are positioned for proper flow direction. 10. Tighten leaking flanges or replace flange gasket. Inspect screwed joints for leakage. 16-1840.224 Testing, Training and System Start -Up Kennydale Reservoir 0175 16 - 2 11. Install gratings, safety chains, handrails, shaft guards and sidewalks prior to operational testing. B. Electrical Systems 1. Perform insulation resistance tests on wiring except 120-volt lighting, wiring, and control wiring inside electrical panels. 2. Perform continuity tests on grounding systems. 3. Test and set switchgear and circuit breaker relays for proper operation. 4. Perform direct current high potential tests on all cables that will operate at more than 2,000 volts. Obtain services of independent testing lab to perform tests. 5. Check motors for actual full load amperage draw. Compare to nameplate value. C. Instrumentation Systems 1. Bench or field calibrate instruments and make required adjustments and control point settings. 2. Leak test pneumatic controls and instrument air piping. 3. Energize transmitting and control signal systems, verify proper operation, ranges and settings. 1.5 FUNCTIONAL TESTING A. Functionally test mechanical and electrical equipment for proper operation after general start-up and testing tasks have been completed. B. Demonstrate proper rotation, alignment, speed, flow, pressure, vibration, sound level, adjustments, and calibration. Perform initial checks in the presence of and with the assistance of the manufacturer's representative. C. Demonstrate proper operation of each instrument loop function including alarms, local and remote controls, instrumentation and other equipment functions. Generate signals with test equipment to simulate operating conditions in each control mode. D. Conduct continuous 8-hour test under full load conditions. Replace parts which operate improperly. 1.6 CERTIFICATE OF PROPER INSTALLATION A. At completion of functional testing, furnish written report prepared and signed by manufacturer's authorized representative, certifying equipment: 16-1840.224 Testing, Training and System Start -Up Kennydale Reservoir 0175 16 - 3 1. Has been properly installed, aligned, adjusted and lubricated. 2. Is free of any stresses imposed by connecting piping or anchor bolts. 3. Is suitable for satisfactory full-time operation under full load conditions. 4. Operates within the allowable limits for vibration. 5. Controls, protective devices, instrumentation, and control panels furnished as part of the equipment package are properly installed, calibrated, and functioning. 6. Control logic for start-up, shutdown, sequencing, interlocks, and emergency shutdown has been tested and is properly functioning. B. Furnish written report prepared and signed by the electrical and/or instrumentation subcontractor certifying: 1. Motor control logic that resides in motor control centers, control panels, and circuit boards furnished by the electrical and/or instrumentation subcontractor has been calibrated and tested and is properly operating. 2. Control logic for equipment start-up, shutdown, sequencing, interlocks and emergency shutdown has been tested and is properly operating. C. Co-sign the reports along with the manufacturer's representative and subcontractors. 1.7 TRAINING OF OWNER'S PERSONNEL A. Provide operations and maintenance training for items of mechanical, electrical and instrumentation equipment. Utilize manufacturer's representatives to conduct training sessions. B. Coordinate training schedule with City staff. Coordinate training sessions to prevent overlapping sessions. Arrange sessions so that individual operators and maintenance technicians do not attend more than two (2) sessions per week. C. Provide Operation and Maintenance Manual for specific pieces of equipment or systems two (2) weeks prior to training session for that piece of equipment or system. D. Satisfactorily complete functional testing before beginning operator training. E. The OWNER may videotape the training for later use with the OWNER's personnel. 1.8 MINIMUM SERVICE SCHEDULE NOT USED 16-1840.224 Testing, Training and System Start -Up Kennydale Reservoir 0175 16 - 4 1.9 OPERATIONAL TESTING A. Conduct operational test of the entire facility after completion of operator training and as specified in Special Provision 1-05.11. Demonstrate satisfactory operation of equipment and systems in actual operation. B. Conduct operational test for continuous seven (7) day period. C. Immediately correct defects in material, workmanship, or equipment which became evident during operational test. D. Repeat operational test when malfunctions or deficiencies cause shutdown or partial operation of the facility or results in performance that is less than specified. �Ki��l:�xK�l:��l:���]I►[e7 A. Maintain and submit to ENGINEER the following records generated during start-up and testing phase of project: 1. Daily logs of equipment testing identifying all tests conducted and outcome. 2. Logs of time spent by manufacturer's representatives performing services on the job site. 3. Equipment lubrication records. 4. Electrical phase, voltage, and amperage measurements. 5. Insulation resistance measurements. 6. Pump torsional and lateral vibration analysis report. 7. Data sheets of control loop testing including testing and calibration of instrumentation devices and set -points. END OF SECTION 16-1840.224 Testing, Training and System Start -Up Kennydale Reservoir 0175 16 - 5 This page intentionally left blank. DIVISION 02 EXISTING CONDITIONS Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 02 30 00 SUBSURFACE INVESTIGATION PART1 GENERAL 1.1 SUMMARY A. Subsurface investigations and reporting have been performed for the purpose of obtaining data for the planning and design of this project. Copies of such reporting are attached to the Contract Documents as Appendix B. 1.2 LIMITATIONS A. The subsurface investigations and reporting are being made available solely for the convenience of the Bidder and shall not relieve the Bidder or the Contractor of any risk, duty to make examinations and investigations, or any other responsibility under the Contract Documents. B. It is mutually agreed to by all parties: 1. Written reports are reference documents and are not part of the Contract Documents. 2. Subsurface investigations are for the purpose of obtaining data for planning and design of the project. 3. Data concerning borings and test pits is intended to represent with reasonable accuracy conditions and material found in specific borings and test pits at the time the borings and test pits were made. C. It is expressly understood and agreed the Owner and Engineer assume no responsibility whatsoever in respect to the sufficiency or accuracy of the investigation thus made, the records thereof, or of the interpretations set forth therein, or made by the Owner in his use thereof; and there is no warranty or guarantee, either expressed or implied, that the conditions indicated by such investigations, or records thereof, are representative of those existing throughout such areas, or any part, or that unforeseen developments may not occur. D. The Owner's subsurface investigations and reporting are made available to Bidder or Contractor only on the basis of the understandings and agreement herein stated. 16-1840.224 Subsurface Investigation Kennydale Reservoir 02 30 00 - 1 1.3 BIDDER RESPONSIBILITIES A. The Bidder and CONTRACTOR shall take full responsibility for interpretation and use of information contained in listed reports for its bidding and construction purposes. 1.4 GEOTECHNICAL REPORTS A. Geotechnical Services provided by HWA GeoSciences, Inc. and dated 9/8/2017: HWA GeoSciences, Inc. Geotechnical Report Kennydale 320 Pressure Zone Reservoir Renton, Washington PART 2 PRODUCTS - Not Used PART 3 EXECUTION - Not Used END OF SECTION 16-1840.224 Kennydale Reservoir Subsurface Investigation [�fIC�iI�I�s� SECTION 02 4100 DEMOLITION PART1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of existing facilities. B. Related Sections: NOT USED 1.2 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Submit to Engineer a copy of written permission of private property owners, with copy of fill permit for said private property, as may be required for disposal of materials. 1.3 QUALITY ASSURANCE A. Existing Conditions: Determine the extent of work required and limitations before proceeding with Work. B. Conform to applicable local, state and federal codes for environmental requirements in relation to disposal of debris. 1. Burning at the Site for the disposal of refuse, debris, and waste materials resulting from demolition and site clearing operations shall not be permitted. C. Permits: The Contractor is responsible for obtaining all necessary permits required for completion of the Work described in this Section. D. Protection of Persons and Property: Meet all federal, state and local safety requirements for the protection of workmen, other persons, and property in the vicinity of the Work and requirements of the General Provisions. E. If the existing material to be demolished and removed contains any hazardous materials which will require special handling upon removal, such as asbestos or lead, it is the responsibility of the Contractor to remove and dispose of the material in accordance with all applicable federal, state and local regulations. 16-1840.224 Demolition Kennydale Reservoir 02 41 00 - 1 PART 2 PRODUCTS 2.1 MATERIALS A. Existing Materials: All materials, equipment, miscellaneous items and debris involved, occurring or resulting from demolition, clearing and grubbing work shall become the property of the Contractor at the place of origin, except as otherwise indicated in the Drawings or Specifications. B. Crushed Rock: As specified in WSDOT Section 9-03.9, Aggregates for Ballast and Crushed Surfacing. Of the size shown in the Drawings or specified herein. C. Sand: Sand material shall consist of granular material, naturally produced or produced from crushed gravel, or dredge sand that is reasonably free of organic material, mica, clay, fly ash and other deleterious material, meeting the gradations of Table 024100-A below. Table 024100-A Grading Requirements for Sand Separated Sizes Percent Passing (by weight) Sieve Size Coarse Sand Medium Sand Fine Sand 1" 100 100 100 3/8" 95 - 100 95 - 100 - #4 80 - 100 70 - 95 90 - 100 #30 10 - 30 10 - 45 - #100 - 2-10 2-10 #200 0-8 0-7 0-4 Sand Equivalent 50 min. 50 min. 50 in. PART 3 EXECUTION 3.1 EXAMINATION A. The Owner assumes no responsibility for the actual condition of the facilities to be demolished. The Contractor shall visit the site, inspect all facilities and be familiar with all existing conditions and utilities. B. Demolition drawings identify major equipment and structures to be demolished only. Auxiliary utilities such as water, air, chemicals, drainage, lubrication oil, hydraulic 16-1840.224 Demolition Kennydale Reservoir 02 41 00 - 2 power fluid, electrical wiring, controls, and instrumentation are not necessarily shown shall be considered incidental to all demolition work. C. Identify waste and salvage areas for placing removed materials. 3.2 PREPARATION A. Carefully coordinate the work of this Section with all other work and construction. B. Call Local Utility Line Information service at 1-800-424-5555, not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. 2. Disconnect or arrange for disconnection of utilities (if any) affected by required work. 3. Keep all active utilities intact and in continuous operations. 3.3 PROTECTION A. Utilities: Locate, identify, and protect utilities located by utilities and indicated in the Drawings to remain from damage. B. Survey control: Protect bench marks, survey control points, and existing structures from damage or displacement. C. Preservation and Trimming of Trees, Shrubs and Other Vegetation: As specified in Sections 0156 39, Temporary Tree & Plant Protection and Special Provision Section 2- 01. D. Landscaped Areas: Protect existing landscaped areas as specified in Section s 0156 39, Temporary Tree & Plant Protection and Special Provision Section 2-01. E. Miscellaneous Site Features: Protect all existing miscellaneous site features from damage by excavating equipment and vehicular traffic, including but not limited to existing structures, fences, mailboxes, sidewalks, paving, guy wires, utility poles, and curbs. F. Repair and Replacement: 1. Damaged items, including but not restricted to those noted above, shall be repaired or replaced with new materials as required to restore damaged items or surfaces to a condition equal to and matching that existing prior to damage or start of Work of this contract. 16-1840.224 Demolition Kennydale Reservoir 02 41 00 - 3 2. Any damage to existing facilities or utilities to remain as caused by the Contractor's operations shall be repaired at the Contractor's expense. 3.4 DEMOLITION A. Areas which are to be excavated for the purpose of demolition shall be cleared and stripped in accordance with Special Provision Section 2-01. B. Carefully consider all bearing loads and capacities for placement of equipment and material on site. In the event of any questions as to whether an area to be loaded has adequate bearing capacity, consult with Engineer prior to the placement of such equipment or material. C. Demolition of Existing Structures: NOT USED 916W*101.6111►[e1TiV_INIaIBM I MIra aIaI►low—Al :O0101•]►11 III II NOT USED 3.6 ELECTRICAL AND CONTROL SYSTEM DEMOLITION NOT USED K�r��:1:�► ra►1�►�ra:�a►1rl•�►1► u►�r<•»�r��� NOT USED 3.8 ASPHALTIC CONCRETE DEMOLITION NOT USED A. Remove debris, rock, excavated materials, rubble, abandoned piping and extracted plant life resulting from abandonment and/or demolition activities from site. B. Continuously clean-up and remove waste materials from site. Do not allow materials to accumulate on site. C. Removal: All material resulting from demolition, clearing and grubbing, and trimming operations shall be removed from the project site and disposed of in a lawful manner. Materials placed on property of private property owners shall be by written permission only. 16-1840.224 Demolition Kennydale Reservoir 02 41 00 - 4 3.10 GRADING A. All grading work shall be completed in accordance with Special Provision Division 2 - Earthwork. 3.11 CLEANUP A. During and upon completion of work, promptly remove all unused tools and equipment, surplus materials, debris, and dust and shall leave all areas affected by the work in a clean, condition, as may be subject to Engineer approval. B. Adjacent structures shall be cleaned of dust, dirt and debris resulting from demolition. C. Adjacent areas shall be returned to their existing condition prior to the start of work. 3.12 SCHEDULES NOT USED 1�►1�Z�l�.�x�1[�]►1 16-1840.224 Demolition Kennydale Reservoir 02 41 00 - 5 This page intentionally left blank. DIVISION 03 CONCRETE Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 03 1100 CONCRETE WORK PART1 GENERAL 1.1 SUMMARY A. The extent of concrete work is shown on the Drawings. B. Work includes providing formwork and shoring for cast -in -place concrete and installation into formwork of items such as reinforcing steel bar (rebar), anchor bolts, anchorages, inserts, nosings, sleeves and other items to be embedded in concrete. C. Definitions 1. Batch: Used in this specification to define an overall class of concrete as delivered from a concrete batching plant or on -site batching operation. Batching operations can continue for hours or days and as long as the class of concrete is similar, the batch would be considered the same. Multiple concrete truck -loads could be used to deliver a "batch" of concrete of the course of multiple hours or days. 2. Batch ed/Batching: The loading of concrete, as combined and mixed at a batching plant, into a concrete truck for delivery to the job site. 3. Truck -load: A standard concrete truck size is assumed to have a concrete capacity of 9 cubic yards. A truck -load is used to help define the frequency of testing which of occurs per concrete truck. 1.2 QUALITY ASSURANCE A. Codes and Standards Comply with the provisions of the following codes, specifications and standards, except as otherwise shown or specified here: ACI 301 "Specifications for Structural Concrete for Buildings" ACI 311 "Recommended Practice for Concrete Inspection" ACI 318 "Building Code Requirements for Reinforced Concrete" ACI 347 "Recommended Practice for Concrete Formwork" ACI 304 "Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete" 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 1 Concrete Reinforcing Steel Institute, "Manual of Standard Practice" Comply with building code requirements which are more stringent than the above and all OSHA requirements. B. American Society for Testing and Materials (ASTM) 1. C31, Making and Curing Concrete Test Specimens in the Field. 2. C33, Specification for Concrete Aggregate. 3. C39, Compressive Strength of Cylindrical Concrete Specimens. 4. C40, Organic Impurities in Fine Aggregate for Concrete. 5. C85, Cement Content of Hardened Portland Cement Concrete. 6. C88, Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate. 7. C94, Standard Specifications for Ready -Mixed Concrete. 8. C131, Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 9. C136, Method for Sieve Analysis to Fine and Coarse Aggregate. 10. C143, Slump of Portland Cement Concrete. 11. C150, Standard Specification for Portland Cement. 12. C156, Water Retention by Concrete Curing Materials. 13. C173, Air Content of Freshly Mixed Concrete by the Volumetric Method. 14. C231, Air Content of Freshly Mixed Concrete by the Pressure Method. 15. C233, Standard Method of Testing Air -Entraining Admixtures for Concrete. 16. C260, Standard Specifications for Air -Entraining Admixtures for Concrete. 17. C289, Standard Test Method for Potential Reactivity of Aggregates (Chemical Method). 18. C441, Standard Test Method for Effectiveness of Mineral Admixtures in Preventing Excessive Expansion of Concrete Due to the Alkali -Aggregate Reaction. 19. C457, Microscopical Determination of Air -Void Content and Parameters of the Air - Void System in Hardened Concrete. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 2 20. C494, Standard Specifications for Chemical Admixtures for Concrete. 21. C670, Preparing Precision Statements for Test Methods for Construction Materials. 22. C803, Penetration Resistance of Hardened Concrete. C. Workmanship The CONTRACTOR is responsible for correction of concrete work that does not conform to the specified requirements, including strength, tolerances and finishes. Correct deficient concrete as directed by the ENGINEER. The CONTRACTOR shall also be responsible for the cost of corrections to any other work affected by or resulting from corrections to the concrete work. D. Concrete Testing Service The OWNER or a representative of the OWNER will engage a special inspector/testing laboratory to perform material evaluation tests and to design concrete mixes. See detailed requirements in Part 3.14 "Quality Control Testing during Construction". Per the OWNER or ENGINEER's requirements the CONTRACTOR shall notify the designated representative to schedule the special inspections and materials testing required by the project documents. E. Testing Requirements Materials and installed work may require testing and retesting, as directed by the ENGINEER, at anytime during the progress of the work. Allow free access to material stockpiles and facilities at all times. All testing, including the retesting of rejected materials and installed work shall be done at the CONTRACTOR's expense. F. Tests for Concrete Materials 1. Test aggregates by the methods of sampling and testing of ASTM C33. 2. For Portland cement, sample the cement and determine the properties by the methods of test of ASTM C150. 3. Submit written reports to the ENGINEER, for each material sampled and tested prior to the start of work. Provide the project identification name and number, date of report, name of CONTRACTOR, name of concrete testing service, source of concrete aggregates, material manufacturer and brand name for manufactured materials, values specified in the referenced specification for each material, and test results. Indicate whether or not material is acceptable for intended use. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 3 4. Certificates of material properties and compliance with specified requirements may be submitted in lieu of testing. The materials producer and the CONTRACTOR must sign certificates of compliance. G. Allowable Tolerances: 1. Construct formwork to provide completed cast -in -place concrete surfaces complying with the tolerances specified in ACI 347, and as follows: a. Variation in the thickness of mat slabs, minus 1/4-inch and plus 1/2-inch. b. Circular structures shall be constructed in a true circular form, with maximum variation of 1/4-inch from the dimensions shown on the plans. 2. Before concrete placement check the lines and levels of erected formwork. Make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. 3. During concrete placement check formwork and related supports to ensure that forms are not displaced and that completed work will be within specified tolerances. H. Quality Control Testing During Construction See Part 3 - Execution. A. For information only, submit six (6) copies of manufacturer's data with application and installation instructions for proprietary materials and items, including reinforcement and forming accessories, admixtures, patching compounds, water stops, joint systems, chemical floor hardeners, dry -shake finish materials, and others. Bind and submit in one submittal. B. Submit shop drawings for fabrication, bending and placement of concrete reinforcement. Comply with the ACE 315 "Manual of Standard Practice for Detailing Reinforced Concrete Structures" showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangements of concrete reinforcement. Include special reinforcement required at openings through concrete structures. C. Design of formwork for structural stability and efficiency is the CONTRACTOR's responsibility. D. Submit six (6) copies of laboratory test reports for concrete materials and mix design tests as specified. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 4 E. Material Certificates may be provided in lieu of materials laboratory test reports. The material manufacturer and the CONTRACTOR, certifying that each material item complies with, or exceeds, the specified requirements shall sign material certificates. 1.4 CONCRETE MIX DESIGNS A. All concrete materials shall be proportioned so as to produce a workable mixture in which the water content will not exceed the maximum specified. B. If the concrete mix designs specified herein have not been used previously by the ready -mix supplier or if directed by the ENGINEER, mix proportions and concrete strength curves for regular cylinder tests, based on the relationship of 7, 14 and 28 day strengths versus slump values of two (2), four (4), and six (6) inches, all conforming to these Specifications, shall be established by an approved ready -mix supplier or an independent testing laboratory. A laboratory, independent of the ready -mix supplier, shall be required to prepare and test all concrete cylinders. The costs for preparation of mix designs (if required by the OWNER to be performed by an independent testing laboratory) and testing of concrete and materials shall be borne by the OWNER, except when materials do not meet specified requirements, in which case such costs shall be borne by the CONTRACTOR. C. The exact proportions by weight of all materials entering into the concrete delivered to the jobsite shall conform to the approved mix design unless specifically so directed by the ENGINEER or Laboratory for improved specified strength or desired density, uniformity and workability. D. The proportions of such mix design shall be based on a full cubic yard of hardened concrete. E. Ready -mix companies or jobsite batch plants shall furnish delivery tickets, signed by a Certified Weighmaster, on which each shall state the weight of aggregates, sand, cement, admixtures and water and the number of cubic yards of concrete furnished, which will be compared against the approved mix design. F. There shall be no variation in the weights and proportions of materials from the approved mix design. G. There shall be no variation in the quality and source of materials once they have been approved for the specific mix design. 1.5 READY -MIXED CONCRETE Ready -mixed concrete shall conform to the requirements of ACI 301 and ASTM C 94. In case of conflict, ACI 301 shall govern. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 5 1.6 JOB CONDITIONS Maintain continuous traffic control and access for vehicular and pedestrian traffic as required for other construction activities as well as to adjoining facilities for regular operation. Utilize flagmen, barricades, warning signs and warning lights as required, to maintain a safe entrance and passage on all roads or drives abutting the project. PART 2 PRODUCTS 2.1 MAT FOUNDATION FORMS A. Form Ties 1. Snap ties, if used, shall not be broken until the concrete has reached the design concrete strength. Snap ties, designed so that the ends must be broken off before the forms can be removed, shall not be used. The use of tie wires as form ties will not be permitted. 2. Taper ties with plastic or rubber plugs of an approved and proven design may also be used. The plugs must be driven into the hole with a steel rod, placed in a cylindrical recess made therefore in the plug. At no time shall plugs be driven on the flat area outside the cylindrical recess. Plugs shall be A-58 SURE PLUG as manufactured by DAYTON SUPERIOR, Santa Fe Springs, CA; phone: (714) 522-3442. 3. Ties shall positively secure the wall to the required dimension and hold the wall to that dimension prior to and during concrete placement. 2.2 FORMS FOR EXPOSED FINISH CONCRETE Unless otherwise shown or specified, construct all formwork for exposed concrete surfaces with plywood, metal, metal -framed plywood -faced or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Finish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. Provide form material with sufficient thickness to withstand pressure of newly -placed concrete without bow or deflection. Use overlaid plywood complying with U.S. Product Standard PS- 1 "B-B High Density Overlaid Concrete Form", Class I. Use flexible spring steel forms or laminated boards free of distortion and defects to form radius bends as required. 2.3 FORMS FOR UNEXPOSED FINISH CONCRETE A. Form concrete surfaces which will be unexposed in finished structure with plywood, lumber, metal or other acceptable material. Provide lumber dressed on at least two (2) edges and one (1) side for tight fit. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 6 2.4 FORM MATERIALS A. Form Coatings Provide commercial formulation form -coating compounds that will not bond with, stain nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compound. Petroleum based coatings shall not be used for structures in creeks and waterways. Biodegradable coatings shall be used which will not contaminate the creeks/waterways or an alternate method for stripping the form shall be proposed. B. Chamfers, Reveals, Drips Provide preformed PVC or shaped wood or metal of size and profile as shown on drawings. 2.5 REINFORCING MATERIALS A. Reinforcing Bar (rebar): ASTM A615 and as follows below> Stirrups and Ties Grade 60 (Grade 40 may be used for #3 and smaller) All other Uses Grade 60 B. Steel Wire: ASTM A82, plain, cold -drawn, steel. C. Welded Wire Fabric (WWF): ASTM A185, welded steel wire fabric. D. Supports for Reinforcement Provide supports for reinforcement including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire fabric in place. Use wire bar or dobie type supports complying with CRSI recommendations, unless otherwise specified. Wood, brick, and other devices will not be acceptable. For slabs -on -grade, use supports with sand plates or horizontal runners where wetted base materials will not support chair legs. 2.6 CONCRETE MATERIALS A. Portland Cement ASTM C150, Type II, unless otherwise acceptable to ENGINEER. Use only one (1) brand of cement throughout the project, unless otherwise acceptable to the ENGINEER. The use of ground granulated blast furnace slag is not allowed. B. Aggregates 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 7 ASTM C33 and as herein specified. Provide aggregates from a single source for all exposed concrete. Local aggregates not complying with ASTM C33 but which have shown by special test or actual service to produce concrete of adequate strength and durability may be used when acceptable to the ENGINEER. 1. Fine Aggregate - Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. Dune sand, bank -run sand and manufactured sand are not acceptable. 2. Coarse Aggregate - Clean, uncoated, processed aggregate containing no clay, mud, loam or foreign matter, as follows: a. Crushed stone processed from natural rock or stone. b. Washed gravel, either natural or crushed. Use of pit or bank run gravel is not permitted. c. Maximum Aggregate Size - Not larger than one -fifth (1/5) of the narrowest dimensions between sides of forms, one-third (1/3) of the depth of slabs, nor three -fourths (3/4) of the minimum clear space between individual reinforcing bars or bundles of bars. 3. These limitations may be waived if, in the judgment of the ENGINEER, workability and methods of consolidation are such that concrete can be placed without honeycomb or voids. 4. In general it is desired that normal commercial mixes using 1-1/2-inch or 3/4-inch maximum aggregate size be used. See Sheet S-1 of the structural drawing for project specific requirements 5. Aggregate for exposed aggregate concrete shall consist of selected aggregate of washed clean river gravel in color range of medium to dark in browns and grays; material uniformly sized 5/8-inch to 3/4-inch. C. Water: Clean, fresh, drinkable. D. Air Entraining Admixture: ASTM C260. E. Water -Reducing Admixture: ASTM C494, Type A. F. Set -Control Admixtures: ASTM C494, as follows: 1. Type B, Retarding. 2. Type C, Accelerating. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 8 3. Type D, Water -reducing and Retarding. 4. Type E, Water -reducing and Accelerating. Calcium chloride will not be permitted in concrete, unless otherwise authorized in writing by the ENGINEER. 2.7 RELATED MATERIALS A. Joint Sealing Compound: See Section 07 92 00, Joint Sealants and Caulking. B. Moisture Barrier Provide moisture barrier cover over all prepared base material as directed by the Architectural and/or Structural drawings. Use only materials that are resistant to decay when tested in accordance with ASTM E154. The moisture barrier consists of heavy Kraft papers laminated together with glass fiber reinforcement and overcoated with black polyethylene on each side. Provide Moistop, St. Regis, or equal. C. Form Ties (for forms other than wall forms) Factory -fabricated, adjustable -length, removable or snapoff metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. Unless otherwise shown, provide ties so portion remaining within concrete after removal is at least 1-1/2 inches inside concrete. Unless otherwise shown, provide form ties, which will not leave holes larger than 1-inch in diameter in concrete surface. D. Concrete Curing Materials Acrylic curing and sealing compound - Water emulsion acrylic curing and sealing compound formulated of acrylic polymers of water based carrier. W.R. Meadows, Inc. VOCOMP-20 or approved equal. E. Epoxy Adhesive Provide Sikadur Hi -Mod (Sikastik 370) or Sikadur Hi -Mod Gel (Sikastix 390) for application to wire -brushed and prepared existing concrete to be mated to new concrete. Apply per manufacturer's recommendations. F. Chemical -Hardener Finish: Provide Hornolith from Tamms Industries, or approved equal. G. Non -slip Aggregate Finish Provide fused aluminum oxide grits, or crushed emery, as abrasive aggregate for non- slip finish with emery aggregate containing not less than 40 percent aluminum oxide and not less than 25 percent ferric oxide. Use material that is factory -graded, packaged, 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 9 rustproof and non -glazing, and is unaffected by freezing, moisture and cleaning materials. H. Non -shrink Grout: See Section 03 60 00, Grouting. 2.8 PROPORTIONING NORMAL CONCRETE A. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1. All measurements shall be by weight. All concrete admixtures will either be by the same supplier to insure compatibility. If different suppliers are used a memorandum from EACH admixture supplier will be provided stating the compatibility of their product with the other supplier's products. B. The slump shall be between two inches and four inches when tested in accordance with ASTM Specifications C 143. Variations in the slump range may be allowed by the ENGINEER if admixtures, such as water reducers or superplasticizers, are utilized in the concrete mix. Regardless of the measured slump, the maximum allowable water -cement ratios as specified here -in, shall be strictly adhered to. C. Compressive Strength, Water and Cement Content Not withstanding what has been stated here -before, and unless shown otherwise on the Drawings, the concrete shall meet the following requirements. All concrete except as noted otherwise on the drawings shall have 4,000 psi 28-day compressive strength. The maximum water content per 94 pound sack of cement is 4.5 gallons. The minimum cement content for the 4,000 psi mix is 6.0 sacks (94 pound sack of cement per cubic yard of concrete). Up to a maximum of 15% of cementitious material may be fly ash in accordance with ASTM C618. The use ground granulated blast furnace slag is not allowed. D. Retarding Densifiers 1. All concrete (as defined in 2.9 below) used for wall construction shall also contain DARATARD-17, as manufactured by Grace Const. Products, Cambridge, MA or MBL- 82, as manufactured by Master Builders, Cleveland, OH in the amounts recommended by the additive manufacturer whenever the air temperature during the pour exceeds 85' F. 2. To be considered as equal, any alternate product offered for consideration shall contain no calcium chloride, and shall be compatible with air -entrained cements and air -entraining admixtures conforming to the applicable ASTM, AASHTO, ANSI and Federal specifications. 3. CONTRACTOR shall certify that admixtures do not contain calcium chlorides or other corrosive materials. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 10 E. Air -Entraining Agents 1. All concrete that that is specified to be air entrained or that may be exposed to freeze/thaw action either during construction or the service life of the structure must be air entrained. Sufficient air -entraining agent shall be used to provide total air content of 6 percent, +/- 1 percent. Except as noted otherwise on the drawings 2. Air -entraining agents shall meet ASTM C 260, ASTM C 233 and ASTM C 457. 3. The maximum total volumetric air content of the concrete before placement shall be six (6) percent plus or minus one percent as determined by ASTM C 173 or ASTM 231. 4. Subject to these Specifications, consideration will be given to the following products: PROTEX "AES," GRACE "DAREX AEA," MASTER BUILDERS "MB-AE10," or SIKA CHEMICAL "AER." F. Water Reducing Admixtures 1. In addition to air -entrainment, approved water reducing additives, which do not affect the ultimate performance of any steel in any way, may be added to maintain the maximum water content below that specified herein. Water reducing additives shall conform to ASTM C 494, Type A or D. 2. The use of water reducing additives shall not permit a reduction in the minimum specified cement content or in the specified amount of air -entrainment. 3. Admixtures shall contain no calcium chloride, tri-ethanolamine or fly ash. All admixtures shall be from the same manufacturer. 4. Superplasticizers, if allowed by the ENGINEER, shall conform to ASTM C 494, Type F or G, batch plant added using second or third generation only. 5. Set control admixtures if allowed by the ENGINEER, shall conform to ASTM C 494, Type B (retarding) or Type C (accelerating). 2.9 CONCRETE MIXING Ready -Mix Concrete - Comply with the requirements of ASTM C94, and as herein specified. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. When the air temperature is between 850F and 90°F, reduce the mixing and delivery time from 1-1/2 hours to 75 minutes, and when the air temperature is above 90°F, reduce the mixing and delivery time to 60 minutes. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 11 PART 3 EXECUTION 3.1 FORMS A. Design, erect, support, brace and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formworks so concrete members and structures are of correct size, shape, alignment, elevation and position. B. Design formworks to be readily removable without impact shock, or damage to cast - in -place concrete surfaces and adjacent materials. C. Construct forms complying with ACI 347, to sizes, shapes, lines and dimensions shown, and to obtain accurate alignment, location, grades, level and plumb work in finished structures. Provide for openings, offsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts and other features required in work. Use selected materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent leakage of cement paste. D. Fabricate forms for easy removal without hammering or prying against the concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and for easy removal. E. Erect falsework and support; brace and maintain it to safely support vertical, lateral and asymmetrical loads applied until such loads can be supported by in -place concrete structures. Provide shores and struts with positive means of adjustment capable of taking up formwork settlement during concrete placing operations, using wedges or jacks or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured. Support form facing materials by structural members spaced sufficiently close to prevent deflection. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. F. Forms for Exposed Concrete Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Do not splinter forms by driving ties through improperly prepared holes. Do not use metal cover plates for patching holes or defects in forms. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. Use extra studs, walers and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 12 Do not use narrow strips of form material, which will produce bow. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. Form molding shapes, recesses and projections with smooth -finish materials, and install in forms with sealed joints to prevent displacement. G. Chamfer exposed corners and edges, reveals and drips as shown using wood, metal, PVC or rubber strips fabricated to produce uniform smooth lines and tight edge joints. H. Provisions for Other Trades - Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses and chases from trades providing such ties. Accurately place and securely support items built into forms. Cleaning and Tightening - Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. 3.2 PLACING REINFORCEMENT Detail and place according to ACI Manual SP-66. Unless otherwise noted, minimum cover shall be 1-1/2 inches for No. 5 and smaller bars, two (2) inches for No. 6 and larger bars and three (3) inches when poured against earth. Unless otherwise noted, bend all horizontals reinforcing a minimum of two (2) feet at corners and wall intersections. A. Clean reinforcement of loose rust and mill scale, earth, ice and other materials which reduce or destroy bond with concrete. B. Accurately position, support and secure reinforcement against displacement by formwork, construction, or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. C. Place reinforcement to obtain at least the minimum coverages for concrete protection. Arrange, space and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. Do not place reinforcing bars more than two inches beyond the last leg of continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. 3.3 JOINTS A. Construction Joints - Locate and install construction joints, which are not shown on the drawings, so as not to impair the strength and appearance of the structure, as acceptable to the ENGINEER. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 13 B. Place construction joints perpendicular to the main reinforcement. Continue all reinforcement across construction joints. Unless otherwise specified, reinforcement shall be lapped in accordance with ACI Standards. C. Control Joints in Slabs -on -Ground - Construct control joints in slabs -on -ground to form panels of patterns as shown. Use inserts 1/4-inch wide by one -fifth (1/5) to one-fourth (1/4) of the slab depth, unless otherwise shown. 1. Form control joints by inserting a premolded hardboard or fiberboard strip into the fresh concrete until the top surface of the strip is flush with the slab surface. After the concrete has cured, remove inserts and clean groove of loose debris. 2. Joint sealant material shall be as specified above. 3.4 INSTALLATION OF EMBEDDED ITEMS A. General - Set and build into the work anchorage devices and other embedded items required for other work that is attached to, or supported by, cast -in -place concrete. Use setting drawings, diagrams, instructions and directions provided by suppliers of the items to be attached thereto. B. Edge Forms and Screed Strips for Slabs - Set edge forms or bulkheads and intermediate screed strips for slabs to obtain the required elevations and contours in the finished slab surface. Provide and secure units sufficiently strong to support the types of screed strips by the use of strike -off templates or accepted compacting type screeds. 3.5 PREPARATION OF FORM SURFACES Coat the contact surfaces of forms with a form -coating compound before reinforcement is placed. Thin formcoating compounds only with thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Use dissipating - type form oil at surfaces to receive cement plaster finish. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. Coat steel forms with a non -staining, rust -preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not acceptable. 3.6 CONCRETE PLACEMENT A. Pre -Placement Inspection 1. Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other crafts involved in ample time to permit the installation of their work; cooperate with other trades in setting such work as required. Notify ENGINEER in time for inspection prior to pouring. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 14 2. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. 3. Coordinate the installation of joint materials and moisture barriers with placement of forms and reinforcing steel. 4. Concrete Curbs and Paving - Do not place concrete until subbase is completed and approved by the ENGINEER as required to provide uniform dampened condition at the time concrete is placed. Moisten subbase as required to provide uniform dampened condition at the time concrete is placed. B. Place concrete in compliance with the practices and recommendations of ACI 304 and as herein specified. 1. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Perform concrete placing at such a rate that concrete, which is being integrated, with fresh concrete is still plastic. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure, which will cause segregation. 2. Screed concrete which is to receive other construction to the proper level to avoid excessive skimming or grouting. 3. Do not use concrete which becomes non -plastic and unworkable or does not meet the required quality control limits or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the project site and dispose of in an acceptable location. Do not use concrete whose allowable mixing time has been exceeded. C. Concrete Conveying 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practicable by methods, which will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris, water, snow, ice and other deleterious materials. 3. The CONTRACTOR shall provide traffic control on the narrow access roads to the work sites. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 15 4. The CONTRACTOR shall not wash concrete trucks/chutes/equipment off at the project site unless plastic tarps and hay bales are employed to contain the concrete. The CONTRACTOR will be required to haul off -site all concrete contaminated soil. D. Placing Concrete into Forms 1. Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. 2. Do not interrupt successive placement; do not permit cold joints to occur. 3. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 4. Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand spading, rodding or tamping. Use equipment and procedures for consolidation of concrete in accordance with the recommended practices of ACI 309, to suit the type of concrete and project conditions. Vibration of forms and reinforcing will not be permitted. 5. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the layer of concrete at least six (6) inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 6. Do not place concrete in supporting elements until the concrete previously placed in columns and walls is no longer plastic. E. Placing Concrete Slabs 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment so the concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs and against bulkheads of slabs on ground, as specified for formed concrete structures. Consolidate concrete in the remainder of slabs by vibrating bridge screeds, roller 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 16 pipe screeds, or other acceptable methods. Limit the time of vibrating consolidation to prevent bringing an excess of fine aggregate to the surface. 4. Bring slab surfaces to the correct level with a straight edge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. 5. Maintain reinforcing steel in the proper position continuously during concrete placement operations. F. Bonding 1. Roughen surfaces of set concrete at all joints except where bonding is obtained by use of concrete bonding agent, and clean surfaces of laitance, coatings, loose particles and foreign matter. Roughen surfaces in a manner to expose bonded aggregate uniformly and not to leave laitance, loose particles of aggregate or damaged concrete at the surface. 2. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as follows: a. At joints between footings and walls or columns, and between walls or columns and beams or slabs they support, and elsewhere unless otherwise specified herein, dampen, but do not saturate, the roughened and cleaned surface of set concrete immediately before placing fresh concrete. b. At joints in exposed work; at vertical joints in walls; at joints in girders, beams, supported slabs and other structural members; and at joints designed to contain liquids; dampen, but do not saturate the roughened and cleaned surface of set concrete and apply a liberal coating of neat cement grout. c. Use neat cement grout consisting of equal parts Portland cement and fine aggregate by weight and not more than six (6) gallons of water per sack of cement. Apply with a stiff broom or brush to a minimum thickness of 1/16-inch. Deposit fresh concrete before cement grout has attained its initial set. d. In lieu of neat cement grout, bonding grout may be a commercial bonding agent. Apply to cleaned concrete surfaces in accordance with the printed instructions of the bonding material manufacturer. 3. Prepare for bonding of fresh concrete to fully cured hardened concrete or existing concrete by using an epoxy -resin -bonding agent as follows: a. Handle and store epoxy -resin adhesive binder in compliance with the manufacturer's printed instructions, including safety precautions. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 17 b. Mix the epoxy -resin adhesive binder in the proportions recommended by the manufacturer, carefully following directions for safety of personnel. c. Before depositing fresh concrete, thoroughly roughen and clean hardened concrete surfaces and coat with epoxy -resin grout not less than 1/16-inch thick. Place fresh concrete while the epoxy -resin material is still tacky, without removing the in -place grout coat, and as directed by the epoxy -resin manufacturer. G. Cold Weather Placing 1. Protect all concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with the requirements of ACI 306 and as herein specified. 2. When the air temperature has fallen to or is expected to fall below 40°F, provide adequate means to maintain the temperature in the area where concrete is being placed at either 70OF for three (3) days or 50OF for five (5) days after placing. Provide temporary housing or coverings including tarpaulins or plastic film. Keep protections in place and intact at least 24 hours after artificial heat is discontinued. Keep concrete moist. Avoid rapid dry -out of concrete due to over -heating and avoid thermal shock due to sudden cooling or heating. 3. When air temperature has fallen to or is expected to fall below 40°F, uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 50°F, and not more than 80°F, at point of placement. 4. Do not use frozen materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Ascertain that forms, reinforcing steel and adjacent concrete surfaces are entirely free of frost, snow and ice before placing concrete. 5. Do not use calcium chloride, salt and other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. H. Hot Weather Placing 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90°F. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature provided the water equivalent of the ice is calculated to the total amount of mixing water. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 18 3. Cover reinforcing steel with water soaked burlap if it becomes too hot so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 4. Wet forms thoroughly before placing concrete. 5. Do not use retarding admixtures unless otherwise accepted in mix designs. 3.7 FINISH OF FORMED SURFACES A. Smooth Form Finish Provide as -cast smooth form finish for formed concrete surfaces that are to be exposed to view. Or that are to be covered with a coating material applied directly to the concrete, or a covering material bonded to the concrete such as waterproofing, damp proofing, painting or other similar system. Produce smooth form finish by selecting form material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. Repair and patch defective areas with all fins or other projections completely removed and smoothed. B. Grout Cleaned Finish (Sacked) Provide grout cleaned finish to scheduled concrete surfaces which have received smooth form finish treatment, and to all exposed to view interior and exterior building surfaces, typical. Combine one part Portland cement to 1-1/2 parts fine sand by volume, and mix with water to the consistency of thick paint. Blend standard Portland cement and white Portland cement, amounts determined by trial patches, so that final color of dry grout will closely match adjacent surfaces. Thoroughly wet concrete surfaces and apply grout immediately to coat surfaces and fill small holes. Remove excess grout by scraping and rubbing with clean burlap. Keep damp by fog spray for at least 36 hours after rubbing. 3.8 MONOLITHIC SLAB FINISHES A. Float Finish 1. Apply float finish to monolithic slab surfaces that are to receive trowel finish and other finishes as hereinafter specified, and slab surfaces which are to be covered with membrane or elastic waterproofing, membrane or elastic roofing or sand bed terrazzo, and as otherwise shown on drawings or in schedules. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 19 2. After placing concretes labs, do not work the surface further until ready for floating. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently to permit the operation of a power -driven float, or both. Consolidate the surface with power -driven floats, or by hand floating if area is small or inaccessible to power units. Check and level the surface plane to a tolerance not exceeding 1/4-inch in 10 feet when tested with a 10-foot straightedge placed on the surface at not less than two different angles. Cut down high spots and fill at low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth, granular texture. B. Broom Finish (Non -Slip) 1. Apply non -slip, broom finish to exterior concrete platforms, steps and ramps and elsewhere as shown on the drawings or in schedules. 2. Immediately after trowel finish, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route or in the direction of water flow. Use fiber -bristle broom unless otherwise directed. Coordinate the required final finish with the ENGINEER before application. 3.9 SCHEDULE OF CONCRETE SURFACE FINISHES Also see Section 09 90 00, Painting and Coating for protective coating requirements. Surface Description A. Horizontal Mat Slab B. Vertical Mat Slab 3.10 CONCRETE CURING AND PROTECTION A. General Type Finish Requirement Slab Broom Finish (Non -Slip) Slab Smooth Form Finish 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing as soon as free moisture has disappeared from the concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 72 hours. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 20 3. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least seven (7) days and in accordance with ACI 301 procedures. Avoid rapid drying at the end of the final curing period. B. Curing Methods Perform curing of concrete by moist curing, by moisture -retaining cover curing, by membrane curing or by combinations thereof, as herein specified. Provide the curing methods indicated as follows: 1. For concrete floor slabs provide moisture curing, moisture cover curing or liquid membrane/chemical curing -hardening curing. If liquid membrane curing is used, it must be compatible with concrete hardening compounds to be applied later. 2. For other concrete work, provide moisture curing or moisture cover curing. Do not use liquid membrane or chemical curing -hardening curing on any concrete work to receive any applied finishes. 3. For curing, use only water that is free of impurities, which could etch or discolor exposed, natural concrete surfaces. 4. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water -fog spray. c. Covering the concrete surface with the specified absorptive cover thoroughly saturated with water and keeping the absorptive cover continuously wet. Place absorptive cover so as to provide coverage of the concrete surfaces and edges with a 4-inch lap over adjacent absorptive covers. 5. Provide moisture -cover curing as follows - Cover the concrete surfaces with the specified moisture -retaining cover for curing concrete placed in the widest practicable width with sides and ends lapped at least three (3) inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 6. Provide liquid membrane curing as follows: a. Apply the specified membrane -forming curing compound to damp concrete surfaces as soon as the water film has disappeared. Apply uniformly in a coat continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas, which are subjected to heavy rainfall 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 21 within three (3) hours after initial application. Maintain the continuity of the coating and repair damage to the coat during the entire curing period. b. Do not use membrane -curing compounds on surfaces, which are to be covered with a coating material applied directly to the concrete or with a covering material bonded to the concrete. Such as other concrete, liquid floor hardener, waterproofing, dampproofing, membrane roofing, flooring, painting, and other coatings and finish materials, unless otherwise acceptable to the ENGINEER. 7. Curing formed Surfaces - Cure formed concrete surfaces, including the undersides of girders, beams, supported slabs and other similar surfaces by moist curing with the forms in place for the full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. 8. Curing Unformed Surfaces a. Initially cure unformed surfaces, such as slabs, floor topping and other flat surfaces by moist curing, whenever possible. b. Final cure unformed surfaces, unless otherwise specified, by any of the methods specified above, as applicable. c. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of moisture -retaining cover, unless otherwise acceptable to the ENGINEER. 9. Provide liquid curing -hardening compound as follows: a. Apply to horizontal surfaces when concrete is dry to touch by means of power spray, hand spray or hair broom in accordance with manufacturer's directions. C. Temperature of Concrete during Curing 1. When the atmospheric temperature is 40°F and below, maintain the concrete temperature between 50°F and 70°F continuously throughout the curing period. When necessary, make arrangements before concrete placing for heating, covering, insulation or housing as required to maintain the specified temperature and moisture conditions continuously for the concrete curing period. Provide cold weather protections complying with the requirements of ACI 306. 2. When the atmospheric temperature is 80°F, and above, or during other climatic conditions which will cause too rapid drying of the concrete, make arrangements before the start of concrete placing for the installation wind breaks or shading, and for fog spraying, wet sprinkling or moisture -retaining covering. Protect the concrete continuously for the concrete curing period. Provide hot weather protections complying with the requirements of ACI 305. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 22 3. Maintain concrete temperature as uniformly as possible and protect from rapid atmospheric temperature changes. Avoid temperature changes in concrete, which exceed 5°F in any one -hour and 50°F in any 24-hour period. D. Protection from Mechanical Injury - During the curing period, protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration and from damage caused by rain or flowing water. Protect all finished concrete surfaces from damage by subsequent construction operations. 3.11 MISCELLANEOUS CONCRETE ITEMS A. Filling -In - Fill-in holes and openings in concrete structures for the passage of work by other trades, unless otherwise shown or directed, after the work of other trades is in place. Mix, place and cure concrete as herein specified, to blend with in -place construction. Provide all other miscellaneous concrete filling shown or required to complete the work. 3.12 REMOVAL OF SHORES AND FORMS A. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to safely support the work without excessive stress or deflection. Keep reshores in place a minimum of 15 days after placing upper tier, and longer if required, until the concrete has attained its required 28-day strength and heavy loads due to construction operations have been removed. B. Formwork not supporting weight of concrete, such as sides of beams, walls, columns and similar parts of the work, may be removed after cumulative curing at not less than 50°F for 24 hours after placing concrete. Providing the concrete is sufficiently hard to not be damaged by form removal operations and provided curing and protection operations are maintained. C. Formwork supporting weight of concrete, such as beam soffits, joints, slabs and other structural elements, may not be removed in less than 14 days and until concrete has attained design minimum compressive strength at 28 days. Determine potential compressive strength of in place concrete by testing field -cured specimens representative of concrete location or members. D. Form facing material may be removed four (4) days after placement only if shores and other vertical supports have been arranged to permit removal of form facing material without loosening or disturbing shores and supports. E. Re -Use of Forms Clean and repair surfaces of forms to be re -used in the work. Split, frayed, delaminated 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 23 or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact surfaces as specified for new formwork. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces, except as acceptable to the Architect. No forming material will be allowed to be built permanently into exposed visible surfaces. A. Patching Defective Areas 1. Repair and patch defective areas with cement mortar immediately after removal of forms but only when directed by the ENGINEER. 2. Cut out honeycomb, rock pockets, voids over 1/2-inch diameter and holes left by tie rods and bolts down to solid concrete but, in no case, to a depth of less than 1- inch. Make edges of cuts perpendicular to the concrete surface. Before placing the cement mortar, thoroughly clean, dampen with water and brush -coat the area to be patched with neat cement grout. Proprietary patching compounds may be used when acceptable to the ENGINEER. 3. For exposed -to -view surfaces, blend white Portland cement and standard Portland cement so that, when dry, the patching mortar will match the color of the surrounding concrete. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. 4. Fill holes extending through concrete by means of a plunger type gun or other suitable device from the least exposed face, using a flush stop held at the exposed face to ensure complete filling. B. Repair of Formed Surfaces 1. Repair exposed -to -view formed concrete surfaces that contain defects, which adversely affect the appearance of the finish. Remove and replace the concrete having defective surfaces if the defects cannot be repaired to the satisfaction of the ENGINEER. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, and holes left by the rods and bolt; fins and other projections on the surface; and stains and other discolorations that cannot be removed by cleaning. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 24 2. Repair concealed formed concrete surfaces that contain defects that adversely affect the durability of the concrete. If defects cannot be repaired, remove and replace the concrete having defective surfaces. Surface defects, as such, include cracks in excess of 0.01-inch wide, cracks or any width and other surface deficiencies which penetrate to the reinforcement or completely through non - reinforced sections, honeycomb, rock pockets, holes left by tie rods and bolts, and spalls except minor breakage at corners. C. Repair of Unformed Surfaces 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as herein specified. 2. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using a template having the required slope. Correct high and low areas as herein specified. 3. Repair finished unformed surfaces that contain defects, which adversely affect the durability of the concrete. Surface defects, as such, include crazing, cracks in excess of 0.01-inch wide or which penetrate to the reinforcement or completely through non -reinforced sections regardless of width, spalling, popouts, honeycomb, rock pockets and other objectionable conditions. 4. Correct high areas in unformed surfaces by grinding, after the concrete has cured sufficiently so those repairs can be made without damage to adjacent areas. 5. Correct low areas in unformed surfaces during or immediately after completion of surface finishing operations by cutting out the low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to the ENGINEER. 6. Repair defective areas, except random cracks and single holes not exceeding 1-inch diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts, and expose reinforcing steel with at least 3/4-inch clearance all around. Dampen all concrete surfaces in contact with patching concrete and brush with a neat cement grout coating, or use concrete bonding agent. Place patching concrete before grout takes its initial set. Mix patching concrete of the same material to provide concrete of the same type or class as the original adjacent concrete. Place, compact and finish as required to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete. 7. Repair isolated random cracks and single holes not over 1 inch in diameter by the dry -pack method. Groove the top of cracks and cut out holes to sound concrete 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 25 and clean off dust, dirt and loose particles. Dampen all cleaned concrete surfaces and brush with a neat cement grout coating. Place dry -pack before the cement grout takes its initial set. Mix dry -pack, consisting of one part Portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched areas continuously moist for not less than 72 hours. 8. For repair of existing unformed surfaces, mechanically remove all lose concrete as required to expose sound aggregate. Clean concrete surfaces to achieve a contaminate free, open textured surface. Square cut or under cut perimeter to minimum depth as specified by the repair mortar manufacturer. Remove all lose concrete around the exposed steel and hand tool or blast clean all portions of rebar with visible rust to near white metal finish. If half of the diameter of the reinforcing steel is exposed, chip out behind the reinforcing to a 1/2-inch minimum depth. Splice new reinforcing steel to existing where corrosion has depleted the cross- section area by 25%. Apply a corrosion inhibitor/primer/bonding agent to all exposed rebar and other steel components and to concrete surfaces to be repaired per manufacturer's requirements, such as Sika Armatec 110 . Apply a polymer - modified, cement -based, repair mortar, trowel applied as specified by the manufacturer, such as Sika MonoTop 615. 9. Repair methods not specified above may be used subject to the acceptance of the ENGINEER. 3.14 QUALITY CONTROLTESTING DURING CONSTRUCTION A. The OWNER or a representative of the OWNER will engage a special inspector/testing laboratory to perform all tests and to submit test reports to the ENGINEER and the CONTRACTOR. B. Concrete shall be sampled and tested for quality control during the placement of concrete, as follows: 1. Sampling Fresh Concrete - ASTM C172, except modified for slump to comply with ASTM C94. 2. Slump - ASTM 143; one (1) test for each set of compressive strength test specimens. Tests shall be taken at point of discharge. 3. Air Content - ASTM C231, pressure method; one (1) for each set of compressive strength test specimens. 4. Compression Test Specimen - ASTM C31; One (1) Set which consist of a minimum of four (4) standard cylinders to allow for compressive strength testing, unless 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 26 otherwise directed. If early loading of members or sections is desired by the CONTRACTOR, additional tests cylinders shall be collected for testing. Mold and store cylinders for laboratory cured test specimens except when field -cure test specimens are required. 5. Concrete Temperature - Test hourly when air temperature is 40OF and below, and when 80°F and above; and each time a set of compression test specimens is made. 6. Compressive Strength Tests - ASTM C39; One (1) Set for each 100 cubic yards or fraction thereof, of each concrete class placed in any one (1) day. Where this produces fewer than (4) Sets, ensure that a minimum of four (4) Sets are collected for testing. Two (2) Sets near the beginning of of the days pouring, one (1) Set mid- way through pouring and one (1) Set towards the end of the days pouring. a. Testing Procedure: A Set of specimens with yield four (4) cylinders. So four (4) Sets will yield 16 cylinders per day. From each set test one (1) cylinder at seven (7) days, test two (2) cylinders at 28 days, and one (1) cylinder shall be retained in reserve for later testing if required. Additional cylinders can be obtained, at the CONTRACTOR's discretion, for testing at alternate times. b. If required by the building official, perform strength tests of cylinders cured under field conditions. Field cured cylinders shall be taken and molded at the same time and from the same samples as the laboratory cured test cylinders. When the strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in -place concrete. C. Report test results in writing to the ENGINEER and the CONTRACTOR on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of CONTRACTOR, name of concrete supplier and truck number, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength and type of break for both 7-day tests and 28-day tests. D. Additional tests - The testing service will make additional tests of in -place concrete when test results indicate the specified concrete strengths and other characteristics have not been attained in the structure, as directed by the ENGINEER. The testing service shall conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42, or by other methods as directed. CONTRACTOR shall pay for such tests conducted, and any other additional testing as may be required, when unacceptable concrete is verified. 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 27 END OF SECTION 16-1840.224 Concrete Work Kennydale Reservoir 03 11 00 - 28 SECTION 03 2100 REINFORCING STEEL PART1 GENERAL 1.1 SUMMARY A. This Section includes all the work necessary to furnish, install and complete the reinforcing steel. B. Section includes: 1. Reinforcing steel. 2. Cable sleeves. 1.2 RELATED SECTIONS A. 03 1100 Concrete Work B. 3163 16 Auger Cast Piles li�[:��� : ► I��re�� A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: Submit shop drawings of detailed placing and bending lists for the ENGINEER's approval before the reinforcement is fabricated. C. Mill Certificates: Mill test certificates shall be submitted to the ENGINEER to certify that the reinforcing steel meets the specified requirements. Mill test certificates shall be furnished and paid for by the CONTRACTOR. 1.4 QUALITY CONTROL A. The ENGINEER may require that test samples be taken and test certificates be furnished by a reputable material testing laboratory at the OWNER's expense. 16-1840.224 Reinforcing Steel Kennydale Reservoir 03 21 00 - 1 PART 2 PRODUCTS 2.1 DEFORMED REINFORCING BARS A. Unless otherwise specified, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A615. B. Varying grades shall not be used interchangeably in structures. C. All such reinforcing shall be deformed steel bars with deformations conforming to the requirements set forth in ASTM Specification A615. D. Steel bending processes shall conform to the requirements of ACI 318. E. Bending or straightening shall be accomplished so that the steel will not be damaged. F. Kinked bars shall not be used. G. Spiral reinforcement and steel wire shall be cold -drawn steel wire conforming to the requirements of ASTM A82 unless shown otherwise on the Drawings. 2.2 PLAIN REINFORCING BARS Spiral reinforcement shall be cold -drawn steel wire conforming to the requirements of ASTM A82 unless shown otherwise on the Drawings. 2.3 SUPPORTS A. Bar supports shall conform to ACI 315. B. Bar supports shall consist of approved high density "adobes", stainless steel chairs, plastic spacers or plastic shim plates. 1. Brick, broken concrete masonry units, spalls, rocks or similar materials shall not be used for support of reinforcing steel. 2. Steel chairs shall be furnished with plastic tips when incorporated into concrete exposed to view, such as in the roof slab. 3. Plastic spacers shall be PRECO BARSPAN WHEELS, as manufactured by the PRECO CORPORATION or equal. 4. Plastic shim plates may be used to support the plastic spacers and shall be used to support the vertical reinforcing in the corewall, unless shown otherwise on the Drawings. 16-1840.224 Reinforcing Steel Kennydale Reservoir 03 21 00 - 2 C. Hot -dipped Galvanized Reinforcing Bars When reinforcing bars are indicated on the Drawings to be hot -dipped galvanized, they shall be galvanized in accordance with ASTM A767 and ASTM A143. The grade of reinforcing bars shall be as specified under Section 03210-2.1. The bars shall be galvanized in conformance with a Class 1 coating and shall be galvanized after fabrication and shearing. D. Steel Tie Wire: Annealed steel tie wire shall be used to fasten the reinforcing steel in place. PART 3 EXECUTION tie II1Y0]:141Iles :1_1:11 Comply with the specified codes and standards and Concrete Reinforcing Steel Institutes recommended practice for "placing reinforcing bars," for details and methods of reinforcement placement and supports, and as herein specified. A. General 1. Mild steel reinforcing bars shall be furnished, cut, bent and placed as indicated on the Drawings. 2. At the time of placing concrete, all reinforcement shall be free from loose mill scale, rust, grease or other coating which might destroy or reduce its bond with concrete. 3. Steel reinforcement which is to be placed in the work shall be stored under cover to prevent rusting, and shall be placed on blocking such that no steel touches any ground surface. 4. All reinforcing steel placed in the work shall be tied together and supported in such a manner that displacement during placing of concrete and shotcrete will not occur. 5. When there is a delay in depositing concrete, reinforcement shall be re -inspected and cleaned when necessary. B. Cutting and Bending 1. Steel reinforcement shall be cut and bent in accordance with ACI 318 and with approved practices and machine methods, either at the shop or in the field. 2. Reinforcement shall be accurately formed to the dimensions indicated on the Drawings and on the bending schedule. 16-1840.224 Reinforcing Steel Kennydale Reservoir 03 21 00 - 3 3. Bends for hooks on bars shall be made around a pin having a diameter not less than six times the minimum thickness of the bar. 4. All bars shall be bent cold. C. Minimum Bar Spacing The clear distance between parallel bars shall not be less than one and one-half times the diameter of the bars and, unless specifically authorized, shall in no case be less than one inch, nor less than the maximum size of coarse aggregate specified. D. Concrete Cover (Minimum) 1. On all formed surfaces which will be exposed to water, ground or the elements, there shall be a nominal cover over the steel of 2 inches for bars number 6 through number 18 and 1.5 inches for bars number 5 and smaller, with an installation tolerance of + 1/4 inch. When crossing bars of different diameter are encountered in one face, one shall consider the bar size and location that will provide the largest cover over the nearest steel to the outside surface. 2. Unless otherwise specified in these specifications or shown on the Drawings, all reinforcing steel facing subgrades for concrete construction of the tank foundation shall be given a nominal protective cover of 3.0-inch minimum. The largest cover shall be used when different size bars are encountered in one face. 3. The minimum cover over reinforcing steel for concrete construction of other facilities shall be as shown on the Drawings. 4. No "bury" or "carrier" bars will be allowed unless specifically approved by the ENGINEER. E. Splicing 1. Except as shown or specified on the Drawings, reinforcing steel shall not be spliced at any location without specific approval by the ENGINEER. Splices in adjacent bars shall be staggered. 2. Where permitted or required, splices in reinforcing steel shall have sufficient lap to transfer full strength of the bar by bond and shear. Unless specified or shown otherwise on the Drawings, the bars at a lap splice shall be in contact with each other. In no event shall the lap be less than 40 diameters of the spliced bars. 3. Unless specified or shown otherwise on the Drawings, bars shall be lap spliced in accordance with ACI 318 and shall be fastened together with steel tie wire. 16-1840.224 Reinforcing Steel Kennydale Reservoir 03 21 00 - 4 4. Unless shown otherwise on the Drawings, where bars are to be lapped spliced at joints in the concrete, all bars shall project from the concrete first placed, a minimum length equal to the lap splice length indicated on the Drawings. All concrete or other deleterious coating shall be removed from dowels and other projecting bars by wire brushing or sandblasting before the bars are embedded in a subsequent concrete placement. F. Supports 1. All reinforcement shall be retained in place, true to indicated lines and grades, by the use of approved bar supports. The CONTRACTOR shall submit for ENGINEER's approval, samples of all bar supports he proposes to use along with a written description of where each bar support will be used. 2. The supports shall be of sufficient quantity, strength and stability to maintain the reinforcement in place throughout the concreting operations. Bar supports shall be placed no further than 4 feet apart in each direction. Supports must be completely concealed in the concrete and shall not discolor or otherwise mar the surface of the concrete. The CONTRACTOR shall be held responsible for providing the appropriate quantity and type of bar supports. 3. Do not place reinforcing bars more than two inches beyond the last leg on continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads. G. Bar Tying 1. Bars shall be tied sufficiently often to prevent shifting. There shall be at least three ties in each bar length (this shall not apply to dowel laps or to bars shorter than 4 feet, unless necessary for rigidity). 2. Slab bars shall be tied at every intersection around the periphery of the slab. Wall bars and slab bar intersections shall be tied at not less than every fourth intersection, but at not greater than the following maximum spacings: Slab Bars inches Bars No. 5 and smaller 60 Bars No. 6 through No. 9 96 Bars No. 10 through No. 11 120 H. Reinforcement Around Openings -- Where reinforcing steel has to be cut to permit passage of pipe or to create openings, and should no detail be shown for extra reinforcing in such areas, the area of steel removed by the creation of the opening must be replaced by placing at least double the area of steel removed by the opening 16-1840.224 Reinforcing Steel Kennydale Reservoir 03 21 00 - 5 equally around the openings. The steel shall be placed such that it extends 5 feet beyond the opening on each side to provide for sufficient bond. END OF SECTION 16-1840.224 Reinforcing Steel Kennydale Reservoir 03 21 00 - 6 SECTION 03 60 00 GROUTING PART1 GENERAL 1.1 SUMMARY A. This Section includes all work necessary to form, mix, place, cure, repair, finish, and do all other work as required to produce finished grout, in accordance with the requirements of the Contract Documents. B. Work covered in this Section includes: 1. Grouting. 2. Removal of loose and spalling grout and concrete. 3. Anchoring, patching, grouting, and sealing. �1�►�0111W_31119L11x111111[01161 Section 05 50 00 Metal Fabrications 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Commercial Standards: 1. CRD-C 621, Corps of Engineers Specification for Non -Shrink Grout 2. ASTM C109, "Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or 50-mm Cube Specimens)" 3. ASTM C531, "Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes" 4. ASTM C579, "Standard Test Methods for Compressive Strength of Chemical - Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes" 5. ASTM C827, "Standard Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures" 1.4 SUBMITTALS A. Certified Test Results: Verifying the compressive strength, shrinkage, and expansion requirements specified herein. 16-1840.224 Grouting Kennydale Reservoir 03 60 00 - 1 B. Manufacturer's Literature: Containing instructions and recommendations on the mixing, handling, placement and appropriate uses for each type of non -shrink and epoxy grout used in the work. 1.5 QUALITY ASSURANCE Field Tests A. Compression test specimens will be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the ENGINEER to insure continued compliance with these specifications. The specimens will be made by the ENGINEER or its representative. B. Compression tests and fabrication of specimens for cement grout and non -shrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by the ENGINEER. A set of three specimens will be made for testing at seven (7) days, 28 days, and each additional time period as appropriate. C. All grout, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of the CONTRACTOR. D. The cost of all laboratory tests on grout shall be borne by the CONTRACTOR and the CONTRACTOR shall obtain the specimens for testing. The CONTRACTOR shall also be charged for the cost of any additional tests and investigation on work performed which does not meet the specifications. The CONTRACTOR shall supply all materials necessary for fabricating the test specimens. E. Codes and Standards - Comply with the provisions of the following codes, specifications and standards, except as otherwise shown or specified. 1. American Society for Testing and Materials (ASTM) a. C31, "Standard Practice for Making and Curing Concrete Test Specimens in the Field" b. C33, "Standard Specification for Concrete Aggregate" c. C39, "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens" d. C40, "Standard Test Method for Organic Impurities in Fine Aggregate for Concrete" e. C1084, "Standard Test Method for Portland -Cement Content of Hardened Hydraulic -Cement Concrete" 16-1840.224 Grouting Kennydale Reservoir 03 60 00 - 2 f. C88, "Standard Test Method for Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate" g. C94, "Standard Specification for Ready -Mixed Concrete" h. C131, "Standard Test Method for Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine" i. C136, "Standard Test Method for Sieve Analysis to Fine and Coarse Aggregate" j. C143, "Standard Test Method for Slump of Hydraulic Cement Concrete" k. C150, "Standard Specification for Portland Cement" I. C156, "Standard Test Method for Water Loss Through Liquid Membrane Forming Curing Compounds for Concrete" m. C173, "Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method" n. C231, "Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method" o. C233, "Standard Test Method for Air -Entraining Admixtures for Concrete" p. C260, "Standard Specifications for Air -Entraining Admixtures for Concrete" q. C289, "Standard Test Method for Potential Alkali Silica Reactivity of Aggregates (Chemical Method)" r. C441, "Standard Test Method for Effectiveness of Pozzolans or Ground Blast - Furnace Slag in Preventing Excessive Expansion of Concrete Due to the Alkali - Silica Reaction" s. C457, "Standard Test Method for Microscopical Determination of Parameters of the Air -Void System in Hardened Concrete" t. C494, "Standard Specification for Chemical Admixtures for Concrete" u. C670, "Standard Practice for Preparing Precision and Bias Statements for Test Methods for Construction Materials" v. C803, "Standard Test Method for Penetration Resistance of Hardened Concrete" 2. American Concrete Institute (ACI) 16-1840.224 Grouting Kennydale Reservoir 03 60 00 - 3 a. "Specifications for Structural Concrete," ACI 301 as supplemented and modified herein. b. "Standard Practice for Selecting Proportions for Normal Heavyweight, and Mass Concrete," ACI 211.1. PART 2 PRODUCTS 2.1 PREPACKAGED GROUTS A. Non -shrink grout: This type of grout is to be used wherever grout is required in the Contract Documents, unless another type is specifically referenced. B. Non -shrink grout shall be a prepackaged, inorganic, non -gas- liberating, non-metallic, cement -based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation of each class of non -shrink grout specified herein shall be that recommended by the manufacturer for the particular application. C. Class A non -shrink grouts shall have minimum 28 day compressive strength of 5000 psi; shall have no shrinkage (0.0 percent) and a maximum 4.0 percent expansion in the plastic state when tested in accordance with ASTM C827; and shall have no shrinkage (0.0 percent) and a maximum of 0.2 percent expansion in the hardened state when tested in accordance with CRDC 621. D. Class B non -shrink grouts shall have minimum 28 day compressive strength of 5000 psi and shall meet the requirements of CRD C621. E. Application 1. Class A non -shrink grout shall be used for the repair of all holes and defects in concrete members which are water bearing or in contact with soil or other fill material, grouting under the exterior rim of the steel tank and all equipment base plates, and at all locations where grout is specified in the contract documents; except, for those applications for Class B non -shrink grout specified herein. Class A non -shrink grout may be used in place of Class B non -shrink grout for all applications. 2. Class B non -shrink grout shall be used or the repair of all holes and defects in concrete members which are not water -bearing and not in contact with soil or other fill material, grouting under all base plates for structural steel members, and grouting railing posts in place. 16-1840.224 Grouting Kennydale Reservoir 03 60 00 - 4 2.2 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that the grout is plastic and moldable but will not flow. Where "dry pack" is called for in the Contract Documents, it shall mean a grout of that consistency; the type of grout to be used shall be as specified herein for the particular application. B. The slump for topping grout and concrete fill shall be adjusted to match placement and finishing conditions but shall not exceed four (4) inches. 2.3 MEASUREMENT OF INGREDIENTS A. Measurements for cement grout shall be made accurately by volume using containers approved by the ENGINEER. Shovel measurement shall not be allowed. B. Prepackaged grouts shall have ingredients measured by means recommended by the manufacturer. IF_1GisC�*TX 00i1115091 3.1 GENERAL A. All surface preparation, curing, and protection of cement grout shall be as specified by the manufacturer. The finish of the grout surface shall match that of the adjacent concrete. B. Base concrete or masonry must have attained its design strength before grout is placed, unless authorized by the ENGINEER. 3.2 GROUTING PROCEDURES Prepackage Grouts: All mixing, surface preparation, handling, placing, consolidation, curing, and other means of execution of prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. END OF SECTION 16-1840.224 Grouting Kennydale Reservoir 03 60 00 - 5 This page intentionally left blank. DIVISION 05 METALS Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 05 50 00 METAL FABRICATIONS PART 1 GENERAL 1.1 SUMMARY A. The extent of metal fabrications work is shown on the Drawings and includes items fabricated from iron, steel, stainless steel and aluminum shapes, plates, bars, sheets, strips, tubes, pipes and castings which are not a part of structural steel or other metal systems in other sections of these specifications. B. Section Includes: 1. Shop -fabricated metal items. 2. Hoist beams and divider beams. 3. Ladders. 4. Anchor bolts. 5. Stairs. 6. Handrails and railings. 7. Gratings. 8. Roof access hatches. 9. Fasteners. 10. Miscellaneous fabricated architectural details. IWMilk]11W_11Ia9I111 :141119101W NOT USED 1.3 REFERENCE STANDARDS A. Aluminum Association: 1. AA DAF-45 - Designation System for Aluminum Finishes. B. American Architectural Manufacturers Association: 1. AAMA 611 -Voluntary Specification for Anodized Architectural Aluminum. 2. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 1 3. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels. 4. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels. C. American National Standards Institute: 1. ANSI A14.3 - American National Standard (ASC) for Ladders - Fixed - Safety Requirements. D. American Welding Society: 1. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination. 2. AWS D1.1 - Structural Welding Code - Steel. 3. AWS D1.6 - Structural Welding Code - Stainless Steel. E. ASTM International: 1. ASTM A6 - Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling. 2. ASTM A36 - Standard Specification for Carbon Structural Steel. 3. ASTM A47, grade as selected - Malleable Iron Castings. 4. ASTM A48, Class 30 - Gray Iron Castings. 5. ASTM A53- Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 6. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold -Finished 7. ASTM A123 - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 8. ASTM A153 - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 9. ASTM A193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 2 10. ASTM A240 - Standard Specification for Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications. 11. ASTM A269 - Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. 12. ASTM A283, Grade C - Steel Plates to be Bent or Cold Formed. 13. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 14. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. 15. ASTM A312 - Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. 16. ASTM A354 - Standard Specification for Quenched and Tempered Alloy Steel Bolts, Studs, and Other Externally Threaded Fasteners. 17. ASTM A500 - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. 18. ASTM A501 - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing. 19. ASTM A513 - Standard Specification for Electric -Resistance -Welded Carbon and Alloy Steel Mechanical Tubing. 20. ASTM A554 - Standard Specification for Welded Stainless Steel Mechanical Tubing. 21. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts. 22. ASTM A572 - Standard Specification for High -Strength Low -Alloy Columbium - Vanadium Structural Steel. 23. ASTM A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 24. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. 25. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot - Dip Galvanized Coatings. 26. ASTM A992 - Standard Specification for Structural Steel Shapes. 27. ASTM B26 - Standard Specification for Aluminum -Alloy Sand Castings. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 3 28. ASTM B85 - Standard Specification for Aluminum -Alloy Die Castings. 29. ASTM B177 - Standard Guide for Engineering Chromium Electroplating. 30. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 31. ASTM B210 - Standard Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 32. ASTM B211 - Standard Specification for Aluminum and Aluminum -Alloy Rolled or Cold Finished Bar, Rod, and Wire. 33. ASTM B 308, Alloy 6061-T6, Anodic Coating Class I, AA-C22-A41, anodized after fabrication - Structural Aluminum Shapes and Plates. 34. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 35. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel. 36. ASTM E935 - Standard Test Methods for Performance of Permanent Metal Railing Systems and Rails for Buildings. 37. ASTM E985 - Standard Specification for Permanent Metal Railing Systems and Rails for Buildings. 38. ASTM F3125 - Standard Specification for High Strength Structural Bolts, Steel and Alloy Steel, Heat Treated, 120 ksi and 150 ksi Minimum Tensile Strength. 39. ASTM F436 - Standard Specification for Hardened Steel Washers. 40. ASTM F844 - Standard Specification for Washers, Steel, Plain (Flat), Unhardened for General Use. 41. ASTM F1554 - Standard Specification for Anchor Bolts, Steel, 36, 55, and 105 ksi Yield Strength. F. Builders Hardware Manufacturers Association (BHMA): 1. ANSI/BHMA A156.20 - American National Standard for Strap and Tee Hinges and Hasps. G. National Ornamental & Miscellaneous Metals Association: 1. NOMMA Guideline 1 -Joint Finishes. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 4 H. SSPC: The Society for Protective Coatings: 1. SSPC - Steel Structures Painting Manual. 2. SSPC Paint 15 - Steel Joist Shop Primer/Metal Building Primer. 3. SSPC Paint 20 - Zinc -Rich Coating (Type I - Inorganic and Type II - Organic). 4. SSPC SP 1 - Solvent Cleaning. 5. SSPC SP-7 Brush-off Blast Cleaning. 6. SSPC SP 10 - Near -White Blast Cleaning. 1.4 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Manufacturer's Data: For information only, submit copies of manufacturer's specifications, load tables, dimension diagrams, anchor details and installation instructions for products to be used in miscellaneous metal work, including paint products. C. Shop Drawings: 1. General: Submit copies of shop drawings for the fabrication and erection of all assemblies of miscellaneous metal work which are not completely shown by the manufacturer's data sheets. a. Include plans, elevations and details of sections and connections and fabricators proposed shop coat paint or galvanizing specifications. b. Show anchorage and accessory items. C. Furnish setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts, and miscellaneous items having integral anchors, which are to be embedded in concrete construction. d. Indicate welded connections using standard AWS A2.4 welding symbols. e. Indicate net weld lengths. 2. Stairs, Handrails and Railings: a. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 5 3. Gratings: a. Indicate details of gratings, plates, component supports, anchorages, openings, perimeter construction details, and tolerances. D. Samples: 1. Submit two sets of representative samples of materials, illustrating factory finishes as may be requested by the Engineer. 2. Engineer's review will be for color, texture, style and finish only. E. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within previous 12 months. 1.5 DELIVERY, STORAGE, AND HANDLING A. Transporting, handling, storing, and protecting products shall be in accordance with manufacturer's requirements. B. Inspection: Accept metal fabrications on -site in labeled shipments. Inspect for damage. C. Protect metal fabrications from damage by exposure to weather or by ground contact. III =*AV NISII►r0lto] ►19111re1►F-1 A. Field Measurements: Verify field measurements prior to preparation of Shop Drawings and fabrication. Indicate field measurements on Shop Drawings. 1. Do not delay job progress; allow for trimming and fitting where taking field measurements before fabrication. PART 2 PRODUCTS ►�i�el�►1�:7_1� A. For the fabrication of miscellaneous metal work items which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names, roughness and defects which impair strength, durability and appearance. Remove such blemishes by grinding or by welding and grinding prior to cleaning, treating and application of surface finishes including zinc coatings. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 6 2.2 LINTELS NOT USED 2.3 HOIST BEAMS AND DIVIDER BEAMS NOT USED 2.4 BOLLARDS NOT USED 2.5 LADDERS A. Exterior Tank Ladder: 1. ANSI A14.3. 2. Steel - welded construction. 3. Siderails: 4. Rungs: a. Size: 1/2 by 2 inches. b. Spacing: 20 inches o.c. a. Solid rod. Hex rod or gnarled rebar. b. Size: 1-inch diameter. C. Spacing: 12 inches o.c. 5. Mounting: a. Space rungs as shown on Drawings, minimum of 7 inches from wall surface. b. Provide steel mounting brackets and attachments per Drawings. 6. Shop Finish: Prime paint, one coat. B. Interior Tank Ladder: 1. ANSI A14.3. 2. Fiber Reinforced Plastic— FRP, NSF Listed. Materials used in the manufacture of the FRP ladders and cages shall be raw materials in conformance with the specification and certified as meeting the manufacturer's approved list of raw materials. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 7 A polyester resin shall be utilized that meets ANSI/NSF standard 61, or approved painting system that meets NSI/NSF standard 61, either certified for potable water applications as required. A synthetic surface veil shall be the outermost layer covering the exterior surface. If required, after fabrication, all cut ends, holes and abrasions of FRP shapes shall be sealed with a compatible resin coating. All exposed surfaces of pultruded materials shall be smooth and true to form, consistent with ASTM D4385. Manufacturer: Strongwell, Fibergrate, or approved equal. 3. Siderails: a. Size: 2" or 2.375" square tube with a wall thickness of .156" or greater b. The side rails shall be fiberglass reinforced pultruded polyester with OSHA safety yellow pigment. 4. Rungs: a. The rungs shall be pultruded FRP fluted tube. b. Size: 1.25-inch diameter. c. Spacing: 12 inches o.c. 5. Mounting: a. Space rungs as shown on Drawings, minimum of 7 inches from wall surface. b. Provide steel mounting brackets and attachments per Drawings. C. Ladder Safety Cage: NOT USED D. Ladder Security Enclosure: 1. Description: Formed to enclose ladder siderails and rungs when closed and to swing free of ladder rungs and siderails with minimum 1-1/2-inch clear to siderails in open position. 2. Sheet steel. 3. Thickness: Minimum 16 gage/0.058 inch formed to enclose ladder siderails and rungs when closed and to swing free of ladder rungs and siderails with minimum 1- 1/2-inch clear to siderails in open position. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 8 4. Provide continuous steel hinge full height of enclosure. 5. Provide steel hasp for padlocking in closed and open position. 6. Finish: Match ladder finish. 2.6 WINDOW SECURITY GRILLES NOT USED 2.7 FABRICATED ARCHITECTURAL TRIM A. Description: Steel sections, size and configuration as indicated on Drawings. B. Shop Finish for Exterior Locations: Prime paint, one coat. 2.8 ANCHORS A. All anchors shall be epoxy anchors or expansion anchors as shown in the Drawings. B. Materials: 1. As shown in the Drawings. 2. For direct bury: a. Malleable iron complying with ASTM A47. b. Cast steel complying with ASTM A27. C. Iron and steel galvanized in compliance with ASTM A153. 3. For wetted atmospheric conditions a. Type 316 stainless steel. 4. Threaded rod, nuts, bolts and washers: a. Material matching anchor insert type. C. Types: 1. Threaded -type Concrete Inserts: a. Internally threaded to receive machine bolts. b. Malleable iron, ASTM A47. C. Cast steel, ASTM A27. d. Stainless steel, type 304, ASTM A320. 2. Wedge -type Concrete Inserts: 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 9 a. Box -type ferrous castings, designed to accept bolts having special wedge-shaped heads. 3. Slotted -type Concrete Inserts: a. Box -type welded construction with slot designed to receive square head bolt and with knockout cover. D. Manufacturers: 1. Hilti, Inc. 2. Simpson Strong -Tie Co., Inc. 3. Proprietary products as named in the Drawings. ►�:i IIIIII&IrAIIIM A. Meet all applicable codes and Occupational Safety and Health Administration (OSHA) requirements. B. Minimum Design Live (Pedestrian) Load: Fabricate grating assembly to support uniform live load of 100 lb./sq. ft. and moving concentrated load of 300 lb./sq. ft. with deflection of stringer or landing framing not to exceed 1/180 of span. Surface shall be serrated. C. Fabricate stair assembly to NAAMM AMP 510, industrial class. D. Materials: As shown in the Drawings. E. Configuration: As shown on drawings. 2.10 HANDRAILS AND RAILINGS A. Maximum spacing between members shall be as directed by local code and OSHA requirements unless otherwise noted on the Drawings. B. Railing assembly, wall rails, and attachments to resist lateral force of 200 lb. at any point without damage or permanent set. Test according to ASTM E935. C. Construction: 1. Height: 3 foot 6-inch high. 2. Outside diameter: a. 2-inch for vertical segments. b. 1 1/2-inch all others. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 10 3. Top corners of handrail are to be bent to the smallest radius possible without causing grain separation or otherwise impairing the work. 4. Radius Sections -- Roll to radii shown on Drawings. 5. Vertical segments of handrail are to be set plumb and mount as shown on Drawings or as otherwise specified. 6. Spacing between vertical segments will be according to Drawings. D. Welded Connections: 1. Cope intersections of rails and posts, weld joints of tailings or use welding connectors, at fabricator's option. a. Other methods of welding may be used when acceptable to the Engineer. 2. Weld corners and seams continuously and in accordance with the recommendations of AWS. 3. Grind exposed welds smooth and flush, to match and blend with adjoining surfaces. 4. Discoloration of finished surfaces and sharp edges will not be acceptable. E. Materials: As shown on the Drawings. 2.11 FIRE DEPARTMENT HANDRAILS AND RAILINGS A. Maximum spacing between members shall be as directed by local code and OSHA requirements unless otherwise noted on the Drawings. B. Minimum Design Live (Pedestrian) Load: Fabricate stair assembly to support uniform live load of 100 lb./sq. ft. and moving concentrated load of 300 lb./sq. ft. with deflection of stringer or landing framing not to exceed 1/180 of span. Depth shall be 2 inches. Surface shall be serrated. C. Construction: 1. Height: 3 foot 6-inch high. 2. Outside diameter: a. 6-inch nominal for vertical segments (6.6-inch for vertical post segments based on 6-inch Schedule 80 pipe). 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 11 b. 4-inch nominal for all other segments (4.5-inch horizonal segments based on 4-inch Schedule 40 pipe) 3. Cap vertical members with %-inch circular plate 4. Not Used 5. Vertical segments of handrail are to be set plumb and mount as shown on Drawings or as otherwise specified. 6. Spacing between vertical segments will be according to Drawings. 7. Configuration: As shown on drawings. D. Welded Connections: 1. Cope intersections of rails and posts, weld joints of tailings or use welding connectors, at fabricator's option. a. Other methods of welding may be used when acceptable to the Engineer. 2. Weld corners and seams continuously and in accordance with the recommendations of AWS. 3. Grind exposed welds smooth and flush, to match and blend with adjoining surfaces. 4. Discoloration of finished surfaces and sharp edges will not be acceptable. E. Materials: As shown on the Drawings. 2.12 GRATINGS A. Meet all applicable codes and Occupational Safety and Health Administration (OSHA) requirements. B. Minimum Design Live (Pedestrian) Load: Fabricate stair assembly to support uniform live load of 100 lb./sq. ft. and moving concentrated load of 300 lb./sq. ft. with deflection of stringer or landing framing not to exceed 1/180 of span. Depth shall be 2 inches. Surface shall be serrated. C. Layout: 1. Provide removable grating sections with end -banding bars for each panel. 2. Exposed connections shall fit accurately together to form tight hairline joints. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 12 3. Install all gratings with bearing bars spanning the shortest dimension unless shown otherwise on the plans. 4. Provide welded positioning tabs in support angles at each grating section to prevent lateral movement of grating sections. 5. Layout units to allow grating removal without disturbing items penetrating grating. D. Penetrations: 1. Provide for notched gratings and banding for penetrations as indicated. 2. Provide banding for openings in grating of same material and size as bearing bars unless otherwise indicated. 3. Wherever bar gratings are pierced by pipes, ducts, and structural members, cut openings neatly and accurately to size and weld a strap collar of same material and size as bearing bars to the cut ends of the bars. 4. Divide panels into sections only to the extent required for installation wherever bar grating platforms, runways, etc., are to be placed around previously installed pipes, ducts, and structural members. E. Materials: As shown on the Drawings. 2.13 ACCESS HATCHES A. Use materials of the size and thickness shown in Drawings or, if not shown in the Drawings, of the size recommended by product manufacturer. B. Work to the dimension shown in the Drawings or accepted on final shop drawings, using proven details of fabrication and support. C. Use the type of materials shown or specified for the various components of the Work. D. Vault Access Hatch: 1. This paragraph applies to both the Control Valve and Meter Vault and the Valve Vault. 2. Frame opening length x width = 11'-0" x 6'-0" 3. Double -leaf aluminum construction. 4. Flush grip handle. 5. Comp. spring lifting mechanism assembly. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 13 6. Heavy duty forged brass hinges with stainless steel pins. 7. Heavy duty automatic lock open arm with red vinyl release grip. 8. Heavy duty check chain. 9. Plate cover reinforced for 300 #/S.F. live load. 10. 1-1/2" drain coupling. 11. Channel frame with anchor flange. 12. Stainless steel slam -lock with brass spoon handle. 13. All steel plate, sheeting and hardware galvanized or cadium plated except as noted above. 14. Recessed hasp for pad lock. 15. Aluminum in contact with concrete or grout shall be coated with epoxy as specified herein. E. Reservoir Roof Access Hatch: 1. As specified in Section 33 16 13.13, Steel Aboveground Water Utility Storage Tank Accessories. a aE:911Lel:I:I_\ilk] 91YAJTO:0 A. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels and other miscellaneous steel and iron shapes as required for framing and supporting systems. Acceptable manufacturers are Simpson, or approved equal. B. Manufacture or fabricate items of sizes, shapes and dimensions required. Furnish malleable iron washers for heads and nuts which bear on wood structural connections; elsewhere furnish galvanized steel washers. 2.15 MISCELLANEOUS FABRICATIONS, FRAMING AND SUPPORTS A. Provide miscellaneous steel framing and supports required to complete the Work. B. Fabricate miscellaneous units to the sizes, shapes and profiles shown in the Drawings or, if not shown, of the required dimensions to receive adjacent grating, plates doors, or other work to be retained by the framing. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 14 C. Except as otherwise shown, fabricate from structural steel shapes and plate and steel bars, all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. D. Cut, drill and tap units to receive hardware and similar items to be anchored to the work. E. Equip units with integrally welded anchors for casting into concrete, bolting to structural steel or building into masonry. Furnish inserts if units must be installed after concrete is placed. F. Galvanize all miscellaneous fabrications unless otherwise noted. 2.16 NON -SHRINK GROUT A. Where required for anchoring, patching, or sealing, grouting and sealing compounds shall conform to the requirements of Section 03 60 00, Grouting. 2.17 MATERIALS A. Materials listed below shall be provided unless otherwise noted in the Drawings or other sections of these specification. B. Steel: 1. Structural W Shapes: ASTM A992. 2. Structural Shapes: ASTM A36. 3. Channels and Angles: ASTM A36. 4. Steel Plate: ASTM A36. a. Steel Plate to be Bent or Cold Formed: ASTM A283, Grade C. 5. Hollow Structural Sections: ASTM A500, Grade B. 6. Structural Pipe: ASTM A53, Grade B, Schedule 40 unless shown otherwise in Drawings. 7. Bar: ASTM A36. a. Cold -Finished Steel Bar: ASTM A108, grade as selected by fabricator. 8. Sheet Steel: ASTM A653, Grade 33 Structural Quality. 9. Tubing: ASTM A513, Type 5, minimum 50 ksi yield strength. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 15 10. Standard Bolts: ASTM A307; Grade A. a. Washers: ASTM F844. 11. High Strength Bolts: ASTM F31251 Grade A325 a. Washers: ASTM F436, Type 1. 12. Nuts: ASTM A563; heavy -hex type. 13. Welding Materials: AWS D1.1, type required for materials being welded. C. Stainless Steel: 1. Bars and Shapes: ASTM A276; Type 316. 2. Tubing: ASTM A269; Type 316. 3. Pipe: ASTM A312, seamless, Type 316. 4. Plate, Sheet, and Strip: ASTM A666; Type 316. 5. Bolts, Nuts, and Washers: ASTM A354; Type 316. 6. Welding Materials: AWS D1.6, type required for materials being welded. D. Aluminum: 1. Structural Aluminum Shapes and Plates: ASTM B308, Alloy 6061, Temper T66, Anodic Coating Class I, anodized after fabrication. 2. Aluminum -Alloy -Drawn Seamless Tubes: ASTM B210 Alloy 6063, Temper T6. 3. Aluminum -Alloy Bars: ASTM B211 Alloy 6063, Temper T6. 4. Bolts, Nuts, and Washers: Stainless steel or Steel, galvanized. 5. Welding Materials: AWS D1.1, type required for materials being welded. E. Bolts, Nuts, and Washers for Equipment and Piping: 1. Select fasteners for the type, grade and class required for the installation of miscellaneous metal items. 2. Carbon Steel: a. General: Zinc -coated, ASTM A153. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 16 b. Structural Connections: ASTM A307, Grade 2 (60 ksi), hot -dip galvanized. C. Anchor Bolts: ASTM A307, Grade 2 (60 ksi), hot -dip galvanized. d. Pipe and Equipment Flange Bolts: ASTM A193, Grade B-7. e. High Strength Bolts: ASTM F3125, Heavy Hex Head. 3. Stainless Steel: Type 316 stainless steel, Class 2; ASTM A193 for bolts; ASTM A194 for nuts. a. Where stainless steel bolts are in contact with dissimilar metals, glass epoxy insulating sleeves and washers shall be used to electrically isolate the bolts. 2.18 FABRICATION A. Workmanship: 1. Use materials of the size and thicknesses shown in the Drawings or, if not shown, of the required size and thickness to produce adequate strength and durability in the finished product for the intended use as approved by the Engineer. 2. Work to the dimensions shown in the Drawings or accepted on Shop Drawings, using proven details of fabrication and support. 3. Use the type of materials shown in the Drawings or specified for the various components of work. 4. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. 5. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise shown in the Drawings. 6. Form bent -metal corners to the smallest radius possible without causing grain separation or otherwise impairing the Work. B. Fit and shop -assemble items in largest practical sections for delivery to Site. C. Fabricate items with joints tightly fitted and secured. D. Continuously seal join members by means of continuous welds in accordance with the recommendations of AWS, unless otherwise noted or approved. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 17 E. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small, uniform radius. F. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. G. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. H. Loose Bearing and Leveling Plates: 1. Provide loose bearing and leveling plates for steel items bearing on masonry or concrete construction, made flat, free from warps or twists, and of required thickness and bearing area. 2. Drill plates to receive anchor bolts and for grouting as required. 3. Galvanize after fabrication. I. Miscellaneous Steel Trim: 1. Provide shapes and sizes for profiles shown in the Drawings. 2. Except as otherwise indicated, fabricate units from structural steel shapes and plates and steel bars, with continuously welded joints and smooth exposed edges. 3. Use concealed field splices wherever possible. 4. Provide cutouts, fittings and anchorages as required for coordination of assembly and installation with other work. J. Fabrication Tolerances: 1. Squareness: 1/8-inch maximum difference in diagonal measurements. 2. Maximum Offset between Faces: 1/16 inch. 3. Maximum Misalignment of Adjacent Members: 1/16 inch. 4. Maximum Bow: 1/8 inch in 48 inches. 5. Maximum Deviation from Plane: 1/16 inch in 48 inches. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 18 2.19 FINISHES A. Steel: 1. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. 2. Do not prime surfaces in direct contact with concrete or where field welding is required. 3. Prime -paint items with one coat, except where galvanizing is specified. 4. Coatings as specified per Section 09 90 00, Painting and Coating. a. Primer paint selected must be compatible with the required finish coats of paint. b. At locations in contact with potable water, use only primer approved for potable water use. 5. Galvanizing for Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strips: ASTM A123, hot -dip galvanize after fabrication. 6. Galvanizing for Fasteners, Connectors, and Anchors: a. Hot -Dip Galvanizing: ASTM A153. b. Mechanical Galvanizing: ASTM B695; Class 50 minimum. 7. Chrome Plating: ASTM B177, nickel -chromium alloy, polished finish. 8. Sheet Steel: Galvanized. 9. Bolts: Hot -dip galvanized. 10. Nuts: Hot -dip galvanized. 11. Washers: Hot -dip galvanized. 12. Touchup Primer for Galvanized Surfaces: ASTM A780 (A780M), Al. Repair Using Zinc -Based Alloys (Heat and Stick Method). B. Stainless Steel: 1. Satin -Polished Finish: Number 4, satin directional polish parallel with long dimension of finished face. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 19 2. Mirror -Polished Finish: Number 8, mirror polish with preliminary directional polish lines removed. C. Aluminum: 1. Protection of All Aluminum: a. Aluminum surfaces in contact with cementitious, masonry or dissimilar materials, apply the following coating system: 1) One (1) coat of epoxy primer, 1 to 2 mils dry film (D.F.). 2) Followed by two (2) coats of Bitumastic, 6 to 8 mils D.F. 3) Followed by two (2) coats of tarset material, 6 to 8 mils D.F. D. Shop Painting 1. Shop painting of metal fabrications shall be allowed only at the sole discretion of the Engineer. 2. Shop paint miscellaneous metal work in accordance with Section 09 90 00, Painting and Coating, with the following exceptions: a. Those members or portions of members to be embedded in concrete or masonry. b. Surfaces and edges to be field welded. C. Galvanized surfaces. 3. Remove scale, rust and other deleterious materials before the shop coat of paint is applied. a. Clean off heavy rust and loose mill scale in accordance with SSPC SP- 7, Brush-off Blast Cleaning. b. Remove oil, grease and similar contaminates in accordance with SSPC SP-1, Solvent Cleaning. 4. Immediately following surface preparation, brush or spray on metal primer paint, applied in accordance with the manufacturer's instructions or as specified below. 5. Apply one (1) shop coat of metal primer paint to fabricated metal items, except apply two (2) coats of paint to surfaces which will be inaccessible after assembly or erection. Change color of second coat to distinguish it from the first. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 20 E. Touch-up Painting, Pre -painted Items: 1. Immediately after erection, clean field welds, bolted connections, and abraded areas of the shop paint, and paint all exposed areas with the same material as used for shop painting. 2. Apply touch-up coatings by brush or spray to provide a minimum dry film thickness of the original coating thickness. 2.20 SEISMIC ANCHORS A. Seismic anchors shall be F1554 Grade 105ksi as shown in the Drawings. B. Materials: 1. Anchor complying with ASTM F1554-105. 2. Nuts, and washers: a. Material matching anchor type. 3. Embedded Plate Washer: a. A36 Plate, 6" x 6" square x 2" thick. 2.21 RESERVOIR ANCHOR CHAIRS A. Fabricate anchor chairs as shown in the Drawings. B. Except as otherwise shown, fabricate from structural A36 steel plate, all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. C. Cut, drill and tap units to receive reservoir anchors. PART 3 EXECUTION 9111W:Ie\u11►1_1II[e7►1 A. Verify that field conditions are acceptable and are ready to receive Work. 3.2 PREPARATION A. Clean and strip primed steel items to bare metal and aluminum where Site welding is required. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 21 B. Furnish setting drawings, diagrams, templates, instructions and directions for the installation of anchorages, such as concrete inserts, anchor bolts and miscellaneous items having integral anchors. Supply steel items required to be cast into concrete or embedded in masonry with setting templates to appropriate sections. Coordinate delivery of such items to the project Site. 3.3 INSTALLATION A. Install items plumb and level, accurately fitted, and free from distortion or defects. B. Make provisions for erection stresses. Install temporary bracing to maintain alignment until permanent bracing and attachments are installed. C. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal items to in -place construction, including threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws and other connectors as required. D. Fit exposed connections accurately together to form tight hairline joints. E. Grind joints smooth and touch-up shop paint coat. F. Do not weld, cut or abrade the surfaces of exterior units which have been hot -dip galvanized after fabrication and are intended for bolted or screwed field connections. G. Field -weld components indicated on Drawings and Shop Drawings. H. Perform field welding according to AWS D1.1 with regards to procedures of manual shielded metal -arc welding, the appearance and quality of welds made and the methods used in correcting welding work. I. Obtain approval of Engineer prior to Site cutting or making adjustments not scheduled. 3.4 TOLERANCES A. Maximum Variation from Plumb: 1/4 inch per story or for every 12 feet in height, whichever is greater, non -cumulative. B. Maximum Variation from Level: 1/16 inch in 3 feet and 1/4 inch in 10 feet. C. Maximum Offset from Alignment: 1/4 inch. D. Maximum Out -of -Position: 1/4 inch. 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 22 3.5 FIELD QUALITY CONTROL A. Welding: Inspect welds according to AWS D1.1. B. Replace damaged or improperly functioning hardware. C. After erection, touch up welds, abrasions, and damaged finishes with prime paint or galvanizing repair paint to match shop finishes. D. Touch up factory -applied finishes according to manufacturer -recommended procedures. 3.6 ADJUSTING A. Adjust operating hardware and lubricate as necessary for smooth operation. END OF SECTION 16-1840.224 Metal Fabrications Kennydale Reservoir 05 50 00 - 23 This page intentionally left blank. Kennydale Reservoir City of Renton DIVISION 07 THERMAL AND MOISTURE PROTECTION Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 07 92 00 SEALANTS AND CAULKING PART1 GENERAL 1.1 SUMMARY A. This Section includes the work necessary to furnish and install sealing or caulking joints between dissimilar materials for watertight seal. B. Section includes: 1. Sealants. 2. Filler gaskets. 3. Primers and bond breakers. 1.2 DEFINITIONS A. Sealants: Where the words "sealants" or "caulking" are used in this text, they shall be considered to be synonymous and shall mean sealant or caulking compounds as specified under Part 2 of this specification. 1.3 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product data and materials list of items proposed to be provided under this Section. C. Sufficient technical data to demonstrate compliance with the specified requirements. PART 2 PRODUCTS 2.1 MATERIALS A. Type A Sealant 1. Application: General building sealant. 2. Material: One component polyurethane sealant. a. Vulkem 116, as manufactured by Tremco. b. MasterSeal NP1, as manufactured by BASF. B. Type B Sealant 16-1840.224 Sealants and Caulking Kennydale Reservoir 07 92 00 - 1 1. Application -- General building sealant for wide joints. 2. Materials -- Self leveling one (1) component polyurethane. a. Vulkem 45SSL, as manufactured by Tremco. C. Filler Gasket (Backer Rod) Cord Strip 1. SOF Rod, as manufactured by Nomaco. 2. MasterSeal 920, as manufactured by BASF. 3. Equal, as approved by ENGINEER. PART 3 EXECUTION 3.1 PREPARATION A. Surfaces to receive caulking materials shall be thoroughly clean and free of any non - compatible primers or protective coatings, including lacquers, form coatings, clear sealers, etc. B. Brush out all foreign matter and loose particles. C. Clean metal surfaces with solvents and wipe dry while the surface is still wet with solvent. 3.2 INSTALLATION A. Primers and Bond Breakers 1. Apply to surfaces as required; verify with manufacturer. 2. In general, prime all concrete and Portland cement based plaster or grout surfaces. 3. Prime wood surfaces where specifically required. 4. Use proper type primers and bond breakers, apply per sealant manufacturer's printed instructions. B. Sealants 1. Provide watertight caulked joints at all building exterior locations where possible water penetration through joint may occur. 2. If caulking systems for such joints are not shown, provide as specifically approved. C. Gaskets or Fillers 16-1840.224 Sealants and Caulking Kennydale Reservoir 07 92 00 - 2 1. Compress all gaskets to tight fit. Where required as backing for caulking system, roll or stretch in gasket sections to depth from sealant face or as shown (in general, to 3/8-inch). 2. Install gun grade material with gun nozzle of similar size as joint width as shown. Tool all beads, after application to assume full firm contact. Strike off excess material. 3. Maintain edge surfaces adjacent to joints clean and free of caulking stain and excess material. Trim joints as required per manufacturer's printed instructions. 4. Do not apply caulking materials to a "bleeding" type of surface, such as asphaltic or other oil -emitting types. Where such material occurs at caulking joint (roofing, etc.), isolate from caulking with gasket filler. 5. Avoid mixing any water in caulking mixture before and during application. Do not thin material. 112=4to] :0ilk] its] IMI011.�_\►19XIIIW_1►to] N A. Remove all damaged, defective or improperly installed sealant and/or caulking and replace. B. Clean and remove all sealant and caulking from adjacent surfaces. C. Upon completion of the work, remove all disused implements, rubbish, and debris, and leave premises neat and clean. END OF SECTION 16-1840.224 Sealants and Caulking Kennydale Reservoir 07 92 00 - 3 This page intentionally left blank. SECTION 07 92 25 SEALANTS AND CAULKING FOR STEEL RESERVOIRS PART1 GENERAL 1.1 SUMMARY A. This Section includes the work necessary to furnish and install sealing or caulking joints between dissimilar materials for watertight seal. In particular, work includes sealing the joint between the exterior floor the tank and the top of the existing reinforced concrete foundation. B. Section includes: 1. Sealants. 2. Filler gaskets. 3. Primers and bond breakers. C. Related Requirements: 1. Section 33 16 13 - Steel Aboveground Water Utility Storage Tanks. 2. Section 33 16 13.13 - Steel Aboveground Water Utility Storage Tank Accessories. 1.2 DEFINITIONS A. Sealants: Where the words "sealants" or "caulking" are used in this text, they shall be considered to be synonymous and shall mean sealant or caulking compounds as specified under Part 2 of this specification. 1.3 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product data and materials list of items proposed to be provided under this Section. C. Sufficient technical data to demonstrate compliance with the specified requirements. PART 2 PRODUCTS 2.1 MATERIALS A. Type A Sealant 16-1840.224 Sealants and Caulking for Steel Reservoirs Kennydale Reservoir 07 92 25 - 1 1. Application: Joint between steel reservoir reinforced concrete ring wall foundation and exterior steel floor and wall connection. 2. Material: One component polyurethane sealant. a. Dymonic 100, as manufactured by Tremco Commercial Sealants & Waterproofing. b. Approved equal. B. Filler Gasket (Backer Rod) Cord Strip 1. SOF Rod, as manufactured by Nomaco. 2. MasterSeal 921, as manufactured by BASF 3. Equal, as approved by ENGINEER. PART 3 EXECUTION [C �]NaF_1G A,II10►1 A. Surfaces to receive caulking materials shall be thoroughly clean and free of any non - compatible primers or protective coatings, including lacquers, form coatings, clear sealers, etc. B. Brush out all foreign matter and loose particles C. Clean metal surfaces with solvents and wipe dry while the surface is still wet with solvent. 3.2 INSTALLATION A. Primers and Bond Breakers 1. Apply to surfaces as required; verify with manufacturer. 2. In general, prime all concrete and Portland cement based plaster or grout surfaces 3. Use proper type primers and bond breakers, apply per sealant manufacturer's printed instructions. B. Sealants 1. Provide watertight caulked joints at all building exterior locations where possible water penetration through joint may occur. 16-1840.224 Sealants and Caulking for Steel Reservoirs Kennydale Reservoir 07 92 25 - 2 2. If caulking systems for such joints are not shown, provide as specifically approved. C. Gaskets or Fillers 1. Compress all gaskets to tight fit. Where required as backing for caulking system, roll or stretch in gasket sections to depth from sealant face or as shown (in general, to 3/8-inch). 2. Install gun grade material with gun nozzle of similar size as joint width as shown. Tool all beads, after application to assume full firm contact. Strike off excess material. 3. Maintain edge surfaces adjacent to joints clean and free of caulking stain and excess material. Trim joints as required per manufacturer's printed instructions. 4. Do not apply caulking materials to a "bleeding" type of surface, such as asphaltic or other oil -emitting types. Where such material occurs at caulking joint (roofing, etc.), isolate from caulking with gasket filler. 5. Avoid mixing any water in caulking mixture before and during application. Do not thin material. 3.3 CORRECTIONS AND CLEANUP A. Remove all damaged, defective or improperly installed sealant and/or caulking and replace. B. Clean and remove all sealant and caulking from adjacent surfaces. C. Upon completion of the work, remove all disused implements, rubbish, and debris, and leave premises neat and clean. 1�►1�Z�l�.�x�1[�7►1 16-1840.224 Kennydale Reservoir Sealants and Caulking for Steel Reservoirs 07 92 25 - 3 This page intentionally left blank. DIVISION 09 FINISHES Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 09 90 00 PAINTING AND COATINGS PART1 GENERAL 1.1 SUMMARY A. Work under this Section shall include the protective coating of all specified surfaces including all surface preparation, pretreatment, coating application, touch-up of factory coated surfaces, protection of surfaces not to be coated, cleanup, and appurtenant work, all in accordance with the requirements of the Contract Documents. 1.2 REQUIREMENTS A. This specification is applicable to coated pipe, steel, concrete and other surfaces listed in the coating schedule at the end of this section. Reservoir painting, pipe corrosion protection systems, galvanizing and anodizing are specified elsewhere within the contract documents. B. The Coating System Schedules summarize the surfaces to be coated, the required surface preparation and the coating systems to be applied. Coating notes on the drawings are used to show exceptions to the schedules, to show or extend the limits of coating systems, or to clarify or show details for application of the coating systems. C. Related Work Specified in Other Sections -- Shop coatings and/or factory finishes on fabricated or manufactured equipment may be specified in other divisions. Some items with factory finishes, or corrosion resistant finishes may be scheduled or directed to be painted by the ENGINEER to unify a wall finish or color scheme, at the ENGINEER's discretion. D. Exclusions -- Do not coat the following surfaces unless specified or directed elsewhere: Stainless steel, aluminum, copper, brass, bronze and other corrosion -resistant material (except for valve bodies and piping); Electrical switch -gear and motor control centers having factory finish; Fencing; Multiple coated factory finished baked enamel or porcelain products; Concealed areas such as ducts, piping, conduits and items specified elsewhere for special linings and coatings. E. Damaged Factory Finish -- If directed by the ENGINEER, refinish the entire exposed surfaces of equipment chipped, scratched or otherwise damaged in shipment or installation. F. All coating coming in contact with potable water shall be NSF approved. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 1 1.3 RELATED SECTIONS A. Section 05 50 00 - Metal Fabrications. B. Special Provisions Section 7-09 Pipe and Fittings for Water Mains C. Special Provisions Section 7-12 Valves for Water Mains D. Special Provisions Section 7-14 Hydrants. E. Section 40 05 13 - Common Work Results for Process Piping. F. Section 40 05 23 - Common Work Results for Process Valves. 1.4 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Comply with the provisions of the following codes, specifications and standards, except as otherwise shown or specified. 1. "Architectural Specification Manual" by the Painting and Decorating Contractors of America (PDCA), 333 Taylor Avenue North, Seattle, Washington 98109. 2. "Systems and Specifications" -Volume 2 of Steel Structures Painting Council (SSPC). 3. National Sanitation Foundation (NSF) Standard No. 61. B. References herein to "NACE" shall mean the published standards of the National Association of Corrosion Engineers, P.O. Box 986, Katy, TX 77450. C. Pipe Coating Commercial Standards ANSI/AWWA C105 Polyethylene Encasement for Ductile Iron Pipe Systems. ANSI/AWWA C203 Coal -Tar Protective Coatings and Linings for Steel Water Pipe. ANSI/AWWA C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe - 4-inch and Larger - Shop Applied ANSI/AWWA C209 Cold Applied Tape Coatings for Steel Water Pipe, Special Sections, Connections, and Fittings. ANSI/AWWA C210 Liquid Epoxy Coatings and Linings for Steel Water Pipe and Fittings. ANSI/AWWA C213 Fusion Bonded Epoxy Coatings and Linings for Steel Water Pipe and Fittings. ANSI/AWWA C214 Tape Coatings for Steel Water Pipe. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 2 D. Federal Specifications DOD-P-23236A(SH) Military Specification, Paint Coating Systems, Steel Ship Tank, Fuel and Salt Water Ballast. 1.5 CONTRACTOR SUBMITTALS A. Coating Materials List -- The CONTRACTOR shall provide a coating materials list which indicates the manufacturer and the coating number, keyed to the coating systems herein. The amount of copies to submit shall be as specified within Section 0133 00, Submittal Procedures. B. Coating Manufacturer's and Applicator Information -- For each coating system to be used the CONTRACTOR shall submit, the following listed data. 1. Manufacturer's data sheet for each product used, including statements on the suitability of the material for the intended use. 2. Manufacturer's instructions and recommendations on surface preparation and application. 3. Colors available for each product and each coat. 4. Compatibility of shop and field applied coatings (where applicable). 5. Material safety data sheet (MSDS) for each product used. 6. The manufacturer's recommended products and procedures for field coating repairs and field preparation of field cut pipe ends. 7. The name of the proposed coating applicator shop along with certification that the applicator shop is qualified and equipped to apply the coatings systems as specified. 8. Certificate -- Submit manufacturer's certificate of compliance with the specifications and standards signed by a representative in the manufacturer's employ. 9. Samples -- Provide painted surface areas at the job for approval of main color selections, or submit sample on 12-inch sample of substrate using required finish system at ENGINEER's discretion. 1.6 QUALITY ASSURANCE A. Painter Qualifications -- The Painting/Coating CONTRACTOR must be capable of performing the various items of work as specified. The Painting/Coating CONTRACTOR 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 3 shall furnish a statement covering experience on similar work, a list of machinery, plant and other equipment available for the proposed work, and a financial statement, including a complete statement of the Painter/Coating CONTRACTOR's financial ability and experience in performing similar painting and coating work. The Painting/Coating CONTRACTOR shall have a minimum of five (5) years practical experience and a successful history in the application of the specified products to concrete/steel surfaces. Upon request, the Painting/Coating CONTRACTOR shall substantiate this requirement by furnishing a list of references, which shall includejobs of similar nature. B. The CONTRACTOR shall provide a minimum of 3 days advance notice of the start of any field surface preparation work of coating application work, and a minimum of 7 days advance notice of the start of any shop surface preparation work. C. All such work shall be performed only in the presence of the ENGINEER, unless the ENGINEER has granted prior approval to perform such work in its absence. D. Inspection by the ENGINEER, or the waiver of inspection of any particular portion of the work, shall not relieve the CONTRACTOR of its responsibility to perform the work in accordance with these Specifications. E. Surface Preparation -- Evaluation of blast cleaned surface preparation work will be based upon comparison of the blasted surfaces with the standard samples available from the NACE, using NACE standard TM-01-70. F. Scaffolding shall be erected and moved to locations where requested by the ENGINEER to facilitate inspection. Additional illumination shall be provided by the CONTRACTOR to cover all areas to be inspected. G. Paint Products -- No request for substitution shall be approved which decreases the film thickness designated or the number of coats to be applied, or which offers a change from the generic type of coating specified. Painting shall be done at such times as the CONTRACTOR and ENGINEER may agree upon in order that dust -free and neat work be obtained. All painting shall be in strict accordance with the manufacturer's instructions and shall be performed in a manner satisfactory to the ENGINEER. H. Manufacturer's Representative -- Require coating manufacturer's representative to be atjob site when the first day's coating application is in progress and periodically during progress of the work. Labels -- Deliver to the job site in the original sealed containers with manufacturer's name, product name, type of product, manufacturer's specification or catalog number or federal specification number, and instructions for reducing where applicable. J. Colors -- Colors will be selected from manufacturer's standard colors as reviewed by ENGINEER and approved by the OWNER. Colors for special coatings that are limited in 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 4 their availability and color selection will be chosen on the basis of manufacturer's standard colors, provided that the manufacturer's product line represents a color range comparable to similar products of other manufacturers. K. Flame Spread -- Provide paint materials which will result in a Class II finish for all coated surfaces in exit corridors, and a Class III finish for all other interior rooms or areas. L. Film Thickness Testing -- On ferrous metals, the dry film coating thickness shall be measured in accordance with the SSPC "Paint Application Specification No. 2" using a magnetic -type dry film thickness gage such as Mikrotest model FM, Elcometer model 111/1EZ, or approved equal. Each coat shall be tested for the correct thickness. No measurements shall be made until at least 8 hours after application of the coating. On non-ferrous metals and other substrates, the coating thicknesses shall be measured at the time of application using wet film gage readings and destructive film thickness tests. M. Inspection Device -- The CONTRACTOR shall furnish, until final acceptance of such coatings, inspection devices in good working condition for the detection of holidays and measurement of dry -film thicknesses of protective coatings. Dry -film thickness gages shall be made available for the ENGINEER'S use at all times while coating is being done, until final acceptance of such coatings. The CONTRACTOR shall provide the services of a trained operator of the holiday detection devices until the final acceptance of such coatings. N. Holiday Testing -- The CONTRACTOR shall holiday test all coated ferrous surfaces. Areas which contain holidays shall be marked and repaired or recoated in accordance with the coating manufacturer's printed instructions and then retested. 1. Coatings With Thickness Exceeding 20 Mils -- For surfaces having a total dry film coating thickness exceeding 20 mils: pulse -type holiday detector such as Tinker & Rasor Model AP-W, D.E. Stearns Co. Model 14/20, or approved equal shall be used. The unit shall be adjusted to operate at the voltage required to cause a spark jump across an air gap equal to twice the specified coating thickness. 2. Coatings With Thickness of 20 Mils or Less -- For surfaces having a total dry film coating thickness of 20 mils or less: Tinker & Rasor Model M1 nondestructive type holiday detector, K-D Bird Dog, or approved equal shall be used. The unit shall operate at less than 75-volts. For thicknesses between 10 and 20 mils, a non- sudsing type wetting agent, such as Kodak Photo -Flo, or equal, shall be added to the water prior to wetting the detector sponge. 1.7 DELIVERY, HANDLING AND STORAGE A. Deliver in labeled containers as specified above and store in a locked room accessible for inspection. Comply with fire and health regulations. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 5 B. Provide adequate heat and forced mechanical ventilation for health, safety and drying requirements. Use explosion proof equipment. Provide face masks. C. Protect adjacent surfaces with suitable masking and drop cloths as required. Remove cloths or waste from the project daily. D. Apply to surfaces under recommended environmental conditions and within the limitations established by the material manufacturer. Do not apply coating in snow, rain, fog or mist; or when the relative humidity exceeds 85 percent; or to damp or wet surfaces, unless otherwise permitted by the coating manufacturer's printed instructions. Coating application may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified by the paint manufacturer during application and drying periods. 1.8 PROTECTION A. Follow all safety recommendations of manufacturer regarding ventilation and danger from explosion or breathing paint fumes or skin exposure, and all applicable O.S.H.A. and other regulations. B. Protect surface adjacent to work being coated from overspray, drips or other damage. 1.9 EXTRA STOCK Provide one gallon of each type and color, fully labeled, at completion of job. PART 2 PRODUCTS a we] aIIa12_\1 A. Definitions: 1. The terms "paint," "coatings" or "finishes" as used herein, shall include surface treatments, emulsions, enamels, paints, epoxy resins, tape and all other protective coatings, excepting galvanizing or anodizing, whether used as a pretreatment, primer, intermediate coat, or finish coat. 2. The term "DFT" means minimum dry film thickness. B. General -- Coating materials shall be sealed in containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's directions, and name of manufacturer, all of which shall be plainly legible at the time of use. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 6 C. The CONTRACTOR shall use coating materials suitable for the intended use and recommended by their manufacturer for the intended service. D. Compatibility -- In any coating system only compatible materials from a single manufacturer shall be used in the work. Particular attention shall be directed to compatibility of primers and finish coats. If necessary, subject to the approval of the ENGINEER, a barrier coat shall be applied between existing prime coat and subsequent field coats to ensure compatibility. E. Colors -- All colors and shades of colors of all coatings shall be as selected or specified by the ENGINEER. Each coat shall be of a slightly different shade, to facilitate inspection of surface coverage of each coat. Finish colors shall be as selected from the manufacturer's standard color samples by the ENGINEER. Color pigments shall be lead free. F. Protective Coating Materials -- Products shall be standard products produced by recognized manufacturers who are regularly engaged in production of such materials for essentially identical service conditions. Where requested, the CONTRACTOR shall provide the ENGINEER with the names of not less than 10 successful applications of the proposed manufacturer's products demonstrating compliance with this specification requirement. G. Substitute or "Or -Equal" Submittals -- Unless otherwise specified, materials are from the catalogs of the companies listed herein. Materials by other manufacturers are acceptable provided that they are established as being compatible with and of equal quality to the coatings of the companies listed. The CONTRACTOR shall provide satisfactory documentation from the firm manufacturing the proposed substitute or "or equal" material that said material meets the specified requirements and is equivalent or better than the listed materials. H. The cost of all testing and analyzing of the proposed substitute materials that may be required by the ENGINEER shall be paid by the CONTRACTOR. If the proposed substitution requires changes in the contract work, the CONTRACTOR shall bear all such costs involved and the costs of allied trades affected by the substitution. 2.2 INDUSTRIAL COATING SYSTEMS A. General 1. Provide and apply the industrial coatings systems which follow as listed in the coating schedule, as required by these specifications and as directed by the ENGINEER. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 7 2. Coat all existing and new exposed interior or exterior surfaces and submerged and intermittently submerged surfaces as indicated, except as specifically excluded in Part 1 of this section or on the drawings or finish schedules. 3. Coating System Numbers listed below shall be used as the Coating System code letter, and shall be used on any coating submittals or correspondence. B. Industrial coating systems shall be as follows 1. Coating System 100 a. Location -- Exposed, unprimed, non -galvanized, nonsubmerged metal surfaces, both interior and exterior including piping and structural steel. b. Surface Preparation -- As specified herein. c. Coating System -- Apply prime coat and topcoat, 4.0-6.0 mils each coat of Tnemec Series 66-2 Hi -Build Epoxoline, or approved equal. Color as selected by Owner. 2. Coating System 101 a. Location -- Exposed metal surfaces, shop primed, both interior and exterior including piping, railings, ladders, steel doors, and any other metal items not otherwise specified. b. Surface Preparation -- As specified herein. c. Coating System -- Apply shop prime coat 3.0 mils DFT Tnemec Series 90-97 Tneme-Zinc, one coat 4.0 - 6.0 mils DFT Tnemec Series 66 Hi -Build Epoxoline, and 3.0 - 4.0 mils DFT of Tnemec Series 175 Endura Shield, or approved equal. Color as selected by Owner. 3. Coating System 102 a. Location -- Unprimed or non -galvanized, continuously or intermittently submerged metal items, both interior and exterior including piping, structural steel and all other metal items not otherwise specified. b. Surface Preparation -- As specified herein. c. Coating System -- Prime, intermediate and topcoat, 4.0-6.0 mils each coat of Tnemec Series 20 Pota-Pox, or approved equal. Color as selected by Owner. 4. Coating System 103 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 8 a. Location -- Vertical concrete walls, exterior, below finish grade, not exposed to view. b. Surface Preparation -- As specified herein. c. Paint System -- Apply two coats 9.0 - 10.0 mils each, Carboline Bitumastic 50, or approved equal. 5. Coating System 104 a. Location - Nonsubmerged, exposed to view, PVC piping. b. Surface Preparation -- As specified herein. c. Coating System -- Apply one coat, 4.0 - 6.0 mils Tnemec Series 66-2 Hi -Build Epoxoline, or approved equal. Color as selected by Owner. 2.3 SPECIAL PIPE AND SEVERE SERVICE COATING SYSTEMS A. General The following coatings are for buried pipe and surfaces used in severe service conditions. The manufacturers' products listed in this paragraph are materials which satisfy the material descriptions of this paragraph and have a documented successful record for long term submerged or severe service conditions. Proposed substitute products will be considered as indicated within the paragraph entitled "Or -Equal" in Special Provisions 1-01.3 Definitions. B. Special pipe and severe service coating systems shall be as follows 1. Coating System 203 -- Fusion Bonded Epoxy a. Location -- Ferrous surfaces of sleeve couplings, steel pipe and fittings. b. Surface Preparation -- As specified herein. c. Coating System -- The coating material shall be a 100 percent powder epoxy applied in accordance with the ANSI/AWWA C213 "Fusion -Bonded Epoxy Coatings for Steel Water Pipe and Fittings". The coating shall be applied using the fluidized bed process. 1) Liquid Epoxy -- For field repairs, the use of a liquid epoxy will be permitted, applied in not less than 3 coats to provide a DFT 16 mils. The liquid epoxy shall be a 100 percent solids epoxy recommended by the powder epoxy manufacturer. 2) Coating (DFT = 16 mils), Scotchkote 134, or equal. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 9 3) Total system DFT = 16 mils. 2. Coating System 209 -- Polyethylene Encasement a. Location -- Ductile iron, steel and concrete cylinder pipe and fittings b. Surface Preparation -- None required. c. Coating System -- Except as otherwise specified, application of polyethylene encasement shall be in accordance with Special Provisions Section 9-30.1(2). 2.4 ARCHITECTURAL COATING SYSTEMS A. General "Paint" as used herein means all coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or topcoat. Fungus Control: Submit evidence for all paints attesting the passing of Federal Test Method Standard No. 141, Method 6271.1 showing no fungus growth or other approved test results. Apply to surfaces under recommended environmental conditions and within the limitations established by the material manufacturer. Acrylics require 60 degrees Fahrenheit (°F) and above temperature and below 50 percent relative humidity. Apply water -base paints only when the temperature of surfaces to be painted and the surrounding air temperatures are between 50°F and 90°F unless otherwise permitted by the paint manufacturer's printed instructions. B. Architectural coating systems shall be as follows 1. Paint System 305 a. Location -- Exterior brick surfaces not otherwise specified, exposed to view. b. Surface Preparation -- Surfaces shall be cleaned with a manufacturers approved chemical cleaner and power washed. Surfaces shall be completely dry, free from efflorescence, oils, paint and other contaminants before the coating system is applied. Coating system shall be applied according to the manufacturers published recommendations. A manufacturer's representative shall be present during application of the coating system, if required by the manufacturer's warranty. c. Coating System -- Apply two coats of masonry water retardant material. The system shall be clear, non -staining, silane-modified-siloxane, Fabrishield 161, 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 10 Rainstopper RS 1500, or equal. The selected coating system shall provide a minimum of a five-year manufacturer's warranty. PART 3 EXECUTION 3.1 STORAGE, MIXING AND THINNING OF MATERIALS A. Manufacturer's Recommendations -- Unless otherwise specified herein, the coating manufacturer's printed recommendations and instructions for thinning, mixing, handling, applying, and protecting its coating materials, for preparation of surfaces for coating, and for all other procedures relative to coating shall be strictly observed. B. All protective coating materials shall be used within the manufacturer's recommended shelf life. C. Storage and Mixing -- Coating materials shall be protected from exposure to cold weather, and shall be thoroughly stirred, strained, and kept at a uniform consistency during application. D. Coatings of different manufacturers shall not be mixed together. 3.2 SURFACE PREPARATION STANDARDS A. The following referenced surface preparation specifications of the Steel Structures Painting Council shall form a part of this specification. 1. Solvent Cleaning (SSPC-SP1) -- Removal of oil, grease, soil, salts and other soluble contaminants by cleaning with solvent, vapor, alkali, emulsion or steam. 2. Hand Tool Cleaning (SSPC-SP2) -- Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, by hand chipping, scraping, sanding, and wire brushing. 3. Power Tool Cleaning (SSPC-SP3) -- Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, by power tool chipping, descaling, sanding, wire brushing and grinding. 4. White Metal Blast Cleaning (SSPC-SP5) -- Removal of all visible rust, oil, grease, soil, dust, mill scale, paint, oxides, corrosion products and foreign matter by blast cleaning. 5. Commercial Blast Cleaning (SSPC-SP6) -- Removal of all visible oil, grease, soil, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining shall be limited to no more than 33 percent of each square inch of surface area. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 11 6. Brush -Off Blast Cleaning (SSPC-SP7) -- Removal of all visible oil, grease, soil, dust, loose mill scale, loose rust and loose paint. 7. Near -White Blast Cleaning (SSPC-SP10) --Removal of all visible oil, grease, soil, dust, mill scale, rust, paint, oxides, corrosion products, and other foreign matter, except that staining shall be limited to no more than S percent of each square inch of surface area. 8. High- and Ultra High- Pressure Water Jetting (SSPC-SP12): Waterjetting at high- or ultra high-pressure to prepare a surface for recoating using pressure above 10,000 psi. 9. Surface Preparation of Concrete (SSPC-SP-13) - Surface preparation of concrete by mechanical, chemical, or thermal methods prior to the application of bonded protective coating or lining systems. 10. Industrial Blast Cleaning (SSPC-SP14): Blast cleaning to remove all visible oil, grease, dust and dirt, when viewed without magnification 3.3 CORRECTIONS AND CLEANUP A. At completion any damaged, de -laminated or defaced coated surfaces shall be touched up, restored and left in first class condition. B. Any coated or finished surfaces damaged in fitting or erection shall be restored. C. If necessary, an entire wall shall be refinished rather than spot finished. D. Upon completion and prior to final acceptance, all equipment and unused materials accumulated in the coating process shall be removed from the site and any spillage, spatter spots or other misplaced coating material shall be removed in a manner which will not damage surfaces. E. Perform required patching, repair and cleaning to the satisfaction of the ENGINEER. F. Cooperate and coordinate work with the work of other trades in the removal and replacement of hardware, fixtures, covers, switch plates, etc., as required for coating. 3.4 SURFACE PREPARATION A. General 1. Prepare all surfaces scheduled to receive new coating systems, as required to provide for adequate bonding of the specified coating system to the substrate material. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 12 2. Request review of prepared surfaces by the ENGINEER prior to proceeding. 3. For existing coated surfaces, hand wash with cleaner or product recommended by coating manufacturer to properly prepare existing surface and provide for bonding of coating specified to follow. Remove any loose, peeling or flaking coating, or mildewed areas. 4. Surface preparation minimums shall be as follows: a. Exposed metal items, nonsubmerged, unprimed, non -galvanized both interior and exterior, including: piping, structural steel and all other metal items not otherwise specified, shall undergo surface preparation in accordance with SSPC-SP6, "Commercial Blast Cleaning". b. Exposed metal items, shop primed, both interior and exterior including: piping, steel doors, steel ladders to be painted, and railings, and all other metal items not otherwise specified, shall undergo surface preparation in accordance with SSPC-SP1, "Solvent Cleaning"; SSPC-SP2, "Hand Tool Cleaning"; and SSPC-SP3, "Power Tool Cleaning" as may be required to remove grease, loose or peeling or chipped paint. c. Metal items, unprimed or non -galvanized, continuously or intermittently submerged, both interior and exterior including: piping, structural steel and all other metal items not otherwise specified, shall undergo surface preparation in conformance with SSPC-SP10, "Near -White Blast Cleaning". d. Stainless Steel - Nonsubmerged and submerged, exposed piping and fittings, both interior and exterior shall undergo surface preparation in accordance with SSPC-SP1, "Solvent Cleaning". e. Polyvinyl Chloride (PVC) - Nonsubmerged, both interior and exterior, process piping and plumbing, shall be lightly sanded prior to application of the specified coating system to follow. f. Nonsubmerged Concrete - Clean all concrete surfaces of dust, form oil, curing compounds or other incompatible matter. Etch and prime if required by manufacturer for specified coating products to follow. Allow minimum 28-day cure of concrete prior to application of coating systems. g. Concrete Masonry Units -- Repair all breaks, cracks and holes with concrete grout. The surface must be free of dirt, dust, loose sand and other foreign matter. Brush clean. Allow minimum 28-day cure of concrete joint mortar and repair grout prior to application of coatings system. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 13 h. Wood -- Wood surfaces shall be thoroughly cleaned and free of all foreign matter with cracks, nail holes and other defects properly filled, smoothed and sandpapered to fine finish. Wipe clean of dust. 3.5 PRIME COATING A. Exposed Steel -- Prime coat all exposed steel in accordance with SSPC PS 13.01 for epoxy-polyamide coating systems. Prime coats shall be applied following completion of surface preparation requirements as specified in paragraph 3.4.A above. B. Galvanized Metal -- After surface preparation specified above, prime galvanized metal items receiving paints as specified with Tnemec Series 66 Hi -Build Epoxaline or equal, verifying with manufacturer before application the compatibility with coatings specified to follow. C. Shop Primed Metal -- Where indicated on the plans or coating schedule and following the surface preparation procedures specified in paragraph 3.4.A above, the CONTRACTOR shall apply intermediate and topcoats of the specified paint system to shop primed metal. The CONTRACTOR shall verify with the manufacturer(s) representative of the item(s) to be painted, before application, the compatibility of shop primers with the specified intermediate and topcoat coating systems. D. Non -Shop Primed Metal and Piping -- Prime coat all exposed metal and piping, except stainless steel, received at job site following completion of surface preparation requirements as specified in paragraph 3.4.A above. Prime paint in accordance with SSPC PS No. 13.01 for epoxy-polyamide primers. Epoxy-polyamide primers shall conform to the standards set forth in SSPC Paint Specification No. 22. E. Cast -In -Place Reinforced Concrete -- After surface preparation specified above, prime coat concrete as specified in the coating schedule found elsewhere in the specifications. F. Concrete Masonry Units -- After surface preparation specified above, prime coat as specified in the coating schedule found elsewhere in the specifications. G. Wood Surfaces -- Following surface preparation specified above, prime coat exterior exposed wood surfaces with appropriate coating system as specified in the painting schedule. 3.6 FIELD PRIME Wherever shop priming has been damaged in transit or during construction, the damaged area shall be cleaned and touched up with field primer specified herein or returned to the shop for resurfacing and repriming, at the ENGINEER's discretion. Metal items delivered to the job site unprimed shall be cleaned and primed as specified herein. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 14 3.7 APPLICATION A. Thickness -- Apply coatings in strict conformance with the manufacturer's application instructions. Apply each coat at the rate specified by the manufacturer to achieve the dry mil thickness specified. If material must be diluted for application by spray gun, build up more coating to achieve the same thickness as undiluted material. Correct apparent deficiency of film thickness by the application of an additional coat. B. Porous Surfaces -- Apply paint to porous surfaces as required by increasing the number of coats or decreasing the coverage as may be necessary to achieve a durable protective and decorative finish. C. Blast cleaned ferrous metal surfaces shall be painted before any rusting or other deterioration of the surface occurs. Blast cleaning shall be limited to only those surfaces that can be coated in the same working day. D. Coatings shall be applied in accordance with the manufacturer's instructions and recommendations, and this Section, whichever has the most stringent requirements. E. Special attention shall be given to edges, angles, weld seams, flanges, nuts and bolts, and other places where insufficient film thicknesses are likely to be present. Use stripe coating for these areas. F. Special attention shall be given to materials which will be joined so closely that proper surface preparation and application are not possible. Such contact surfaces shall be coated prior to assembly or installation. G. Ventilation -- Adequately ventilate enclosed rooms and spaces during painting and drying periods. H. Drying Time -- Do not apply next coat of coat until each coat is dry. Test non-metallic surfaces with moisture meter. The manufacturer's recommended drying time shall mean an interval under normal condition to be increased to allow for adverse weather or drying conditions. Coating manufacturer's representative shall verify by cure testing, complete cure of coatings systems used for immersion service. 3.8 COATING SCHEDULE The following schedule indicates the coating and paint systems previously specified that apply to the project. Additional comments are added which may modify or amend the specifications. 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 15 Coating & Painting Schedule Coating/Paint System Location Comments 100 Applies to entire project. 101 Applies to entire project. 102 Applies to entire project. 103 Applies to entire project. 104 Applies to entire project. 203 Buried steel pipe, fittings and other ferrous surfaces. 209 Ductile iron pipe only. 305 Retaining Wall Faces NOTES: 1.Fusion bonded epoxy [ANSI/AWWA C213] can be substituted for coal tar epoxy. Potable water epoxy, NSF approved, shall be used for all surfaces in contact with potable water. IaIIDX6l9611MI M011 16-1840.224 Painting and Coatings Kennydale Reservoir 09 90 00 - 16 SECTION 09 97 14 STEEL WATER STORAGE TANK PAINTING PART 1 GENERAL 1.1 SUMMARY A. This Section includes preparing, priming, and installing protective paint systems for welded steel potable water storage tanks. B. Section Includes: 1. Surface preparation. 2. Painting tank interior and exterior. C. The new reservoir constructed as part of this project is described as follows: 1. Owner: City of Renton, Washington 2. Location: City of Renton, Washington. See Sheet G-1, of the Drawings. 3. Function: Potable water reservoir 4. Reservoir Name: Kennydale Reservoir 5. Nominal Volume: 1.29 million gallons (MG) 6. Dimensions (approximate): 50 feet in diameter; 92.97 feet in height (shell height) 7. Roof Type: Self -supported dome 8. Interior coating system: As specified herein (three -coat epoxy system below the waterline, zinc -epoxy -epoxy above the waterline). 9. Exterior coating system: As specified herein (zinc -epoxy -urethane). D. Extent of Work: 1. Surface preparation and application of a protective paint system to the new steel reservoir interior surfaces. 2. Humidity and temperature control for the interior coating work. 3. Surface preparation and application of a protective paint system to the new steel exterior surface. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 1 4. Installation of a non-skid surface on portions of the reservoir roof. 5. Reservoir disinfection upon completion of construction, including at the anniversary (warranty) inspections. E. Related Work Specified in Other Sections: 1. Surface preparation and application of specified coatings systems in this Section are in addition to shop -priming and surface treatment that may be specified under other sections of the Work or furnished with manufactured equipment. 2. Some items with factory finishes or corrosion -resistant finishes may be scheduled or directed to be painted by the ENGINEER to unify a finish or color scheme at the ENGINEER'S discretion. 3. Paint all exposed surfaces whether or not colors are designated in "schedules" except where the natural finish of the material is specifically noted as a surface not to be painted. Where items or surfaces are not specifically mentioned, paint these the same as adjacent similar materials or areas. If color or finish is not designated, the ENGINEER will select these from standard colors available for the materials systems specified. F. Exclusions: 1. Do not paint the following surfaces unless specified or directed elsewhere: Stainless steel, aluminum, copper, brass, bronze and other corrosion -resistant materials (except for valve bodies and piping); multiple -coated factory -finished baked enamel or porcelain products; concealed areas such as ducts, piping, conduits and items specified elsewhere for special linings and coatings. 2. Do not paint any surfaces scheduled for special coating or waterproofing systems in other sections of the specifications. 1.2 ACCEPTABLE PAINTING CONTRACTORS The Painting contractor shall have a minimum of five (5) years practical experience and successful history in the application of specified products to surfaces of steel water storage reservoirs. Reservoir Painting contractors shall submit a Supplemental Bidder Responsibility Criteria that meets the Contract requirements. 1.3 REFERENCE STANDARDS A. General: 1. Without limiting the general aspects or other requirements of this Section, Work and equipment shall conform to any applicable requirements of municipal, state 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 2 and federal codes, laws and ordinances governing the Work, standard specifications, and the paint manufacturer's printed instructions and guidance documentation. 2. The decision of the ENGINEER shall be final as to the interpretation of any codes, laws, ordinances, instructions, guidance documentation, specifications and standards referenced or contained herein and the resolution of any conflicts between any documents. B. American Water Works Association: 1. AWWA D102 -Coating Steel Water Storage Tanks. C. NSF International: 1. NSF 61 - Drinking Water System Components - Health Effects. D. SSPC: The Society for Protective Coatings: 1. Good Painting Practice, SSPC Painting Manual, Volume 1. 2. Specifications and Systems, SSPC Painting Manual, Volume 2. E. Published standards of National Association of Corrosion Engineers (NACE) pertaining to coating and coating inspections. F. Code of Federal Regulations (CFR) 1. 29 CFR 1910 Occupational Safety and Health Standards (General Industry Standards) 2. 29 CFR 1926.62, Lead in Construction 1.4 DEFINITIONS A. Coating Systems: Protective paint systems consisting of primer, intermediate coat(s) and finish -top coats. B. Exterior Surfaces: All outside surfaces of the reservoir. Exterior surfaces include the reservoir roof; the reservoir exterior shell; all exterior stairs, ladders and ladder cages; vents; piping; roof hatches; sidewall manway access hatches; and any other exterior appurtenances and surfaces not specifically excluded by this Section or elsewhere in these Specifications to receive the specified paint system. C. Interior Surfaces: All surfaces contained within the inside of the reservoir which have contact with the stored fluid or the humid atmosphere above the stored fluid. Interior surfaces include the reservoir ceiling and associated structural supports, including 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 3 joists and columns; reservoir interior shell; reservoir floor; interior ladders; overflow and associated piping; the interior of the center roof support column and exterior of all pipes located within the center roof support column; and any other interior surfaces not specifically excluded by this Section or elsewhere in these Specifications to receive the specified paint system. D. Paints: All coating systems materials, including primers, emulsions, enamels, stains, sealers and fillers, and other applied materials whether used as prime, intermediate or topcoat. 1.5 PREINSTALLATION MEETINGS A. Convene minimum one week prior to commencing Work of this Section. 1. To be held with the OWNER, CONTRACTOR, ENGINEER, and paint manufacturers' representative present. 2. Review minimum acceptable atmospheric conditions under which the specified paint systems can be applied. 3. Low and high temperature limits for application work shall be determined at the sole discretion of the ENGINEER at this time. 1.6 PAINT AND COATING SYSTEMS MANUFACTURER A. Provide the paints and coatings specified herein. Paint application shall be in strict accordance with the manufacturer's printed instructions. B. Paint Products: 1. All paint products shall be from a single manufacturer. 2. No request for substitution shall be approved which decreases the film thickness designated or the number of coats to be applied, or which offers a change from the generic type of coating specified. 3. Painting shall be done at such times as the CONTRACTOR and ENGINEER may agree upon in order that dust -free and neat work is achieved. 4. All painting shall be in strict accordance with the manufacturer's instructions and shall be performed in a manner satisfactory to the ENGINEER. C. Manufacturer's Representative: 1. Provide a paint manufacturer's representative and require paint manufacturer's representative to be at job site for a pre -job conference, when surface preparation 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 4 is underway, when the first day's painting is in progress and periodically during progress of the work. D. Paint Labels: 1. Deliver paint to Site in the original sealed containers with manufacturer's name, product name, type of product, manufacturer's specification or catalog number or federal specification number, and instructions for reducing where applicable. E. Paint Colors: 1. Colors will be selected from manufacturer's standard colors as reviewed by ENGINEER and approved by the OWNER. 2. Colors for special coatings that are limited in their availability and color selection will be chosen on the basis of manufacturer's standard colors, provided that the manufacturer's product line represents a color range comparable to similar products of other manufacturers. 1.7 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Materials List: Submit a list of materials and manufacturer's standard color chart and manufacturer's technical information including analysis and application information for each material proposed for use, federal specification number, and cross references to the specifications. Clearly identify and label each paint system with designated specification number and, within each system, identify and label the product designated for first coat and each additional coat. Submit product data/information sheets for all products proposed for use. C. Manufacturer's Application Instructions and Surface Preparation Recommendations: Submit manufacturer's application instructions and surface preparation recommendations for use and reference at the project site. D. Safety Data Sheets (SDS): Submit SDS's for all products proposed for use, including paint systems, solvents, thinners and mineral spirits to be used for degreasing, surface preparation and thinning of paint systems for review by the ENGINEER and approval by the paint manufacturer's representative. Applicable SDS's shall be kept on the Site for the entire time such products are present on the Site. E. Certificate: Submit manufacturer's certificate of compliance with the specifications and standards signed by a representative in the manufacturer's employ who is authorized by the manufacturer to execute the certificate. F. Samples: 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 5 1. Submit two paper chip samples, 2 inches square, illustrating range of colors available for each scheduled surface finishing product. The ENGINEER may request additional samples on 12-inch square section of substrate using the required finish system. 2. Provide painted surface areas at the Site for approval of main color selections. 3. Provide a representative sample of sand to be used for any required non-skid surfaces. G. Submittal Documents: Submit the above -specified materials in a single project submittal with all materials loose-leaf in 3-ring binders and an electronic copy. H. Field Quality -Control Submittals: 1. Indicate results of Contractor -furnished tests and inspections including, but not limited to, ambient environmental conditions, surface profile measurements, DFT measurements, etc. 2. Provide letters of coating application acceptance from paint and coating systems manufacturer representative. 3. Provide certification letters from NACE Certified Level 2 Coating Inspector and surface preparation conformance with Specifications for any shop -coating procedures performed as may be applicable to the project. 1.8 QUALITY ASSURANCE A. Comply with AWWA D102 B. Materials in Contact with Potable Water: Certified to NSF 61. C. Obtain paint products from single source for Work specified in this Section. D. Provide all testing equipment and conduct Field Quality Control procedures as specified in Part 3 of this Section. 1.9 PAINT DELIVERY, HANDLING AND STORAGE A. Container Labeling: Include manufacturer's name, type of coating, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. B. Inspection: 1. Accept materials on Site in manufacturer's sealed and labeled containers. 2. Inspect for damage and to verify acceptability. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 6 C. Store materials in ventilated area and otherwise according to manufacturer instructions. D. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Provide additional protection according to manufacturer instructions. 1.10 SAFETY AND HEALTH REQUIREMENTS A. Comply with all applicable Washington Labor and Industries, Department of Ecology, and Department of Health regulations relating to painting/coating preparation, application and all associated activities. B. Conform to all applicable safety requirements set forth by manufacturer's printed instructions and applicable technical bulletins and manuals. C. Provide and require the use of personal protective life-saving equipment for persons working within or about the Site. D. Ladders, Scaffolding and Rigging: 1. All ladders, scaffolding and rigging shall be designed for their intended uses. 2. Ladders and scaffolding shall be erected where requested by ENGINEER to facilitate inspection and be moved by the CONTRACTOR to locations requested by the ENGINEER. E. Ventilation: 1. Where ventilation is used to control hazardous exposure, all equipment shall be explosion -proof. 2. Ventilation accomplished by educting air, vapors, and other hazardous material from the confined space shall be conducted to reduce the concentration of air contaminants to the degree a hazard does not exist. 3. Forced air eduction during blast cleaning and coating application operations is mandatory. 4. Air circulation and exhausting of solvent vapors shall be continued until coatings have fully cured. F. Protective Equipment: 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 7 1. Provide for the duration of the coating/painting operations suitable personal breathing apparatus, protective clothing and safety gear for the use of the ENGINEER's on -site representative. 2. All such equipment shall be provided and maintained in excellent working order and shall be available at all times during painting and coating operations. G. Grounding: Blasting, spray and air hoses shall be grounded to prevent accumulation of charges of static electricity. H. Illumination: 1. Spark -proof artificial lighting shall be provided for all work in confined spaces. Light bulbs shall be guarded to prevent breakage. 2. Lighting fixtures and flexible cords shall comply with the requirements of NFPA 70: National Electric Code for the atmosphere in which they will be used. 3. Whenever required by the ENGINEER, the CONTRACTOR shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the ENGINEER. Solvents: 1. The solvents used with specified protective coatings may be explosive at low concentrations and may be highly toxic. Because of toxicity, the maximum allowable concentration of vapor shall be kept below the maximum safe concentration for eight -hour exposure and the lower explosive limit (LEL) must be strictly adhered to. 2. If existing coatings or paints to be removed contain lead or other hazardous materials, all regulations related to safety of personnel and handling of such materials shall be strictly adhered to. J. Mixing and Application of Coatings and Paints: 1. During mixing and application of coatings and paints, all flames, welding and smoking shall be prohibited in the vicinity. 2. When handling and mixing coatings and paints, workers shall wear gloves and eye shields. 3. Fire extinguishers of the appropriate type shall be provided by CONTRACTOR and kept at the project site during all operations. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 8 K. Noise: Whenever the occupational noise exposure exceeds the maximum allowable sound levels, the CONTRACTOR shall provide and require the use of approved ear protective devices. L. Notification to Public: Notify all adjoining property owners within twenty-four (24) hours of any and all on -site surface preparation and/or painting activities. M. Dust Prevention and Control: Applicable environmental regulations for dust prevention shall be strictly enforced. Emissions from reservoir construction activities including abrasive blasting and painting shall be controlled to be within applicable environmental regulations. 1. The CONTRACTOR shall conduct all operations so as to confine abrasive blasting debris and paint overspray to within the bounds of the Site. Take all precautions necessary to prevent adverse off -site consequences of painting operations. a. General containment to collect blast residue, paint chips and debris produced during surface preparation and painting shall be utilized by the CONTRACTOR. The containment shall conform to the SSPC Technology Guide No. 6, and generally shall include a vertically hung barrier and a flexible membrane, with a minimum thickness of eight mils, shall be installed on the ground around the perimeter of the tank to a suitable distance from the tank walls. CONTRACTOR shall be responsible for removal and disposal of all waste. CONTRACTOR shall comply with all local, state, and federal law and regulations when removing and disposing of such waste. b. CONTAINMENT OF ABRASIVE BLASTING The Contractor shall contain airborne and other materials using best management practices and available technologies that are in compliance with applicable federal, state and local air pollution authorities, environmental control regulations and fugitive dust emissions. The Contractor shall use acceptable containers for the collection, storage, transport and disposal of specified waste materials. The containment shall, as a minimum meet the requirements of Class 3A containment as provided by the SSPC Guide 6 and meet the following: Penetrability: 132A Joints: D2 Entryways: E3 Air Supply (Intake Points): G2 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 9 Air Pressure Inside Containment: H3 Exhaust Air Flow/Dust Collection: J1 Methods for Assessing Quantity of Emissions: METHOD G 2. Any complaints received by the OWNER or ENGINEER shall be delivered to the CONTRACTOR for resolution. The CONTRACTOR shall immediately halt the work and shall take whatever corrective action is required to mitigate any such problems. 3. All costs associated with protection of off -site properties and/or correction of damage to property as a result of painting operations shall be borne directly by the CONTRACTOR at no additional expense to the OWNER. A. Do not apply paint in rain, snow, fog or mist, or when steel surface temperature is below dew point as specified by coating manufacturer which will result in condensation. B. Do not apply materials when surface and ambient temperatures are outside temperature ranges indicated by paint product manufacturer. C. Prevent rapid changes in temperature during curing and thermal shock cracks in finish material. I I 111MViT%\ilk] : -3111 1 A. A warranty inspection will be conducted between the tenth and twelfth months following completion and acceptance of all coating and painting work. The OWNER, the ENGINEER, the CONTRACTOR shall be present at this inspection. B. All defective work found in the warranty inspection shall be repaired at the sole cost of the CONTRACTOR in strict accordance with this Section and to the satisfaction of the ENGINEER. C. The warranty inspection shall consist of the following: 1. The OWNER shall establish the date for the inspection and shall notify the CONTRACTOR at least 30 days in advance. 2. Interior Coating Systems: a. The entire interior coating systems, as installed under this Project, shall be visually inspected. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 10 b. If additional inspection is deemed necessary by the ENGINEER, such inspection shall be accomplished as directed in accordance with the applicable provisions of this Section. c. All defective coating, as well as damaged or rusting spots of the reservoir, shall be satisfactorily repaired by and at the sole expense of the CONTRACTOR. d. All repaired areas shall then be electrically tested as specified in the Field Quality Control procedures within Part 3 of this Section. 3. Exterior Coating Systems: a. The entire exterior paint system, as installed under this Project, shall be visually inspected. b. If additional inspection if deemed necessary by the ENGINEER, such inspection shall be accomplished as directed in accordance with the application provisions of this Section. c. All defective, damaged or rusting areas shall be satisfactorily repaired by and at the sole expense of the CONTRACTOR. 4. The ENGINEER will prepare and deliver to the CONTRACTOR an inspection report covering the first anniversary inspection, setting forth the number and type of failures observed, the percentage of the surface area where failure has occurred, and the names of the persons making the inspection. 5. Upon completion of inspection and receipt of the inspection report as noted herein, the OWNER shall establish a date for the CONTRACTOR to proceed with remedial work. Any delay on part of the CONTRACTOR to meet schedule established by the OWNER shall constitute breach of this Contract and OWNER may proceed to have defects remedied as outlined under the terms of the Contract. 6. Any location where the coating or paint has peeled, bubbled, or cracked and any location where rusting is evident shall be considered to be a failure of the system. The CONTRACTOR shall make repairs at all points where failures are observed by removing the deteriorated coating or paint, cleaning the surface, and recoating or repainting with the same system. If the area of failure exceeds 25 percent of the total coated or painted surface, the entire coating or paint system may be required to be removed and recoated or repainted in accordance with the original specification. 7. All costs for the warranty inspection and all costs for repair shall be borne by the CONTRACTOR. The CONTRACTOR shall reserve an appropriate amount for inspection, testing, repair and disinfection as no additional allowance will be paid by the OWNER for the warranty inspection and repair. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 11 PART 2 PRODUCTS 2.1 MATERIALS, GENERAL A. Schedules: 1. Paint systems, surface treatments, and finishes are indicated in the "Schedules" of the contract documents or as described in this Section. 2. Prior to beginning work, the ENGINEER will furnish color schedule for surfaces to be painted. 3. Vary undercoats slightly from color of next coat. 4. The color schedule will consist of colors as selected by the OWNER and approved by the ENGINEER and from approved submittals, at the ENGINEER'S discretion. B. Quality: 1. Provide the best quality grade of the various types of coatings as regularly manufactured by acceptable paint materials manufacturers. 2. Materials not displaying the manufacturer's identification as a standard, best -grade product will not be acceptable. C. Paint Coordination: 1. Provide topcoats which are compatible with prime coats used on the Project or which are compatible with existing topcoats on existing facilities. 2. Review other sections of these Specifications in which prime coats are to be provided to ensure compatibility of total coatings system for various substrates. 3. Upon requests from other trades, furnish information on the characteristics of finish materials proposed for use, to ensure compatible prime coats are used. 4. Provide barrier coats over incompatible primers or remove the primer and re -prime as required. 5. Notify the ENGINEER in writing of any anticipated problems using specified coating systems with substrates primed by others or on existing finishes. D. Proprietary names used to designate colors, materials, or equipment are not intended to imply that products of the named manufacturers are required to the exclusion of equivalent products, materials, equipment and equal color ranges of other manufacturers. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 12 E. Federal Specifications, where used, establish the minimum acceptable quality for paint materials. Provide a written certification from the paint manufacturer that materials provided meet or exceed these minimums. F. Color Pigments: 1. Color pigments shall be pure, non -fading, and applicable and suitable to the substrates and services indicated. 2. Pigments shall be lead free. G. Use only thinners approved by the paint manufacturer and only within recommended limits. ►A►�081l ly_Tyaailk] aF_1:2_lI[a]►■LTA I_1Iailk] /_\II[. A. Abrasives 1. Abrasives used in blast cleaning operations shall be clean, well graded, non- metallic and free of contaminants which would interfere with adhesion of the coatings to the substrate material. 2. Selection of abrasive size and type shall be based upon the type, grade and surface condition of the steel to be cleaned and on the finished surface to be produced for the subsequent paint system. 3. Blast cleaning abrasives shall meet or exceed the following minimum criteria: Description Criteria Hardness (Mohr Scale) Angular Shape 8 Specific Gravity 3.3 Bulk Density (1lbs/cu. ft.) 110 Free Silica (% by wt.) 0 4. Blast cleaning abrasive particle size shall be that which will produce a 2.0 mil (.002 inch) anchor profile on the substrate metal or in accordance with recommendations of the manufacturers of the specified coating system to be applied, subject to approval by the ENGINEER. 5. Blast cleaning abrasive manufacturer: a. Blast cleaning abrasives shall be Kleen Blast Abrasive as manufactured by Kleen Blast, Green Diamond Abrasive as manufactured by Green Diamond Sand Products, or approved equal. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 13 6. Lead Stabilizing Additives: For coatings containing lead removed by blast cleaning, a lead stabilizing abrasive additive shall be used in concentrations recommended by the additive manufacturer. Lead stabilizing additive shall be Blastox as manufactured by The TDJ Group, Fesi-Bond as manufactured by Green Diamond Sand Products, or approved equal. B. Waterjet Wash Solutions: Solutions shall consist of a 5% concentration of tri-sodium phosphate (TSP). C. Tool Cleaning: Hand and power tools shall be used to adequately prepare surface areas per surface preparation specifications methods specified herein. A. General: 1. Interior paint systems for wet surfaces of tanks must have been approved by the National Sanitation Foundation (NSF) under Standard 61 for indirect additives. 2. The paint systems shall conform to regulations and applicable requirements of local, State and Federal air pollution regulatory agencies. 3. Products containing perch loroethylene will not be permitted. B. Interior paint systems shall consist of a zinc/epoxy system. 1. In accordance with AWWA Standard D102, Inside Coating System No. 5 for surfaces above the water line. 2. In accordance with AWWA Standard D102, Inside Coating System No 2 for surfaces below the water line. C. Coatings and sequence of their application shall be as described below: 1. Prime coat for ceiling and interior surfaces including overflow and associated piping, and walls from the ceiling down to a level two (2) feet below the lowest normal reservoir operating level: a. Material: Zinc -rich urethane. 1) Tnemec Series 94-H2O, Hydro Zinc, Zinc -rich urethane primer. 2) Approved equal. b. Dry Film Thickness: 2.5 - 3.5 mils. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 14 c. Project Specific: The lowest normal reservoir operating level is 10.5 feet below the reservoir ceiling at the reservoir shell; therefore, this prime coat shall be carried 12.5 feet below reservoir ceiling at the reservoir shell. 2. Prime coat for remainder of interior surfaces including walls, floor, columns, pipes and ladders: a. Material: Polyamide epoxy. 1) Tnemec Series 20 Pota-Pox 2) Approved equal. b. Dry Film Thickness: 3.0 - 4.0 mils c. Color: White. 3. Intermediate coat for all primed surfaces: a. Material: Polyamide epoxy. 1) Tnemec Series 20 Pota-Pox. 2) Approved equal. b. Dry Film Thickness: 4.0 - 5.0 mils. c. Color: Light blue or Beige. d. All weld seams and pitted areas shall be back -rolled or brushed with the intermediate coat. 4. Finish coat for all interior surfaces: a. Material: Polyamide epoxy. 1) Tnemec Series 20 Pota-Pox 2) Approved equal. b. Dry Film Thickness: 4.0 - 5.0 mils. c. Color: "White". 5. The completed finished coating system on the ceiling and associated support system including columns, overflow and associated piping, and walls from the ceiling down to a level that is two (2) feet below the lowest normal reservoir operating level as defined in Paragraph 2.3.C.1 above shall be 10.5 - 13.5 mils DFT minimum. The completed finished coating system on all other interior surfaces shall be 11.0 - 14.0 mils DFT minimum. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 15 D. Fast -cure versions of the paint products specified above may be substituted upon approval from the ENGINEER. 2.4 EXTERIOR PAINT SYSTEMS A. General: 1. Conform to the regulations and applicable requirements of local, State and Federal air pollution regulatory agencies. B. AWWA OCS-6 Exterior paint systems shall consist of an organic zinc /epoxy/urethane system. C. Coatings and sequence of their application shall be as described below: 1. Prime Coat: a. Material: Zinc -rich urethane. 1) Tnemec Series 94-H2O, Hydro Zinc, Zinc -rich urethane primer. 2) Approved equal. b. Dry Film Thickness: 2.5 to 3.5 mils. 2. Intermediate Coat: a. Material: Epoxy. 1) Tnemec Series 27 F.C. Typoxy. 2) Approved equal. b. Dry Film Thickness: 3.0 to 5.0 mils. c. Color: Same color as the top coat. 3. Finish coat a. Material: Acrylic polyurethane enamel. 1) Tnemec Series 750, UVX. 2) Approved equal. b. Dry Film Thickness: 3.0 to 6.0 mils. c. Color: As selected by the OWNER. Confirm color with OWNER prior to ordering. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 16 4. Finished coating system on exterior surface and appurtenances shall be between 8.5 and 13.5 mils dry film thickness. D. Compatible accelerators may be used as recommended by manufacturer and as approved by ENGINEER. All such accelerators must be produced by the same manufacturers as the paint products. E. Non -Skid Surface 1. Material: Natural, clean sand, free of soil and other deleterious material, having hard, durable grains with 100% passing the No. 4 sieve. 2.5 MOISTURE CONTROL EQUIPMENT A. Moisture control equipment shall be used on Project to complete the specified interior surface preparation and coating as specified herein. B. Dehumidifier: 1. Design: Solid desiccant design having a single rotary desiccant bed capable of continuous operation with fully automatic operation. No liquid desiccant, granular or loose lithium chloride drying systems shall be accepted. 2. Performance Criteria: a. Continuously deliver air with a maximum relative humidity of 11%. b. Supply the space with two complete air changes per hour. c. Supply sufficient dry air to assure that the air adjacent to the surfaces to be abrasive blasted or coated shall not exceed 35% relative humidity at any time during the blasting, coating or curing cycle. d. Capable of depressing the dew point in the space 10 degrees F below ambient air temperature within twenty minutes. 2.6 HEATING EQUIPMENT A. Auxiliary heaters or chillers may be necessary to maintain the surface temperature at a level acceptable to the coating manufacturer's application parameters. B. Coordination with Dehumidification Equipment: 1. Heating equipment must be coordinated with and approved for use by the manufacturer of the dehumidification equipment. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 17 2. If is necessary to filter the air escaping the space, the filtration system must be designed to match the air volume of the dehumidification equipment in such a way that it will not interfere with the dehumidification equipment's capacity to control the space as described herein. C. Heating Equipment: 1. Design: Only electric or indirect gas fired auxiliary heaters shall be used. No direct fired space heaters will be allowed during the blasting, coating or curing phases. 2. Performance Criteria: a. Equipped with controls that automatically turn the heater off if the airflow is interrupted or the internal temperature of the heater exceeds its design temperature or that of the supply duct. b. Air heaters or refrigeration equipment are not acceptable as a substitute for dehumidification. 2.7 ELECTRICAL POWER AND GENERATOR REQUIREMENTS A. If the operating equipment is to be electrically powered by connection to the local electrical utility, the CONTRACTOR shall be responsible for all utility arrangements. The CONTRACTOR's attention is directed to the General Requirement Sections regarding temporary utilities for construction purposes. B. If portable electric generators are used for operating equipment, including moisture control equipment, they shall include acoustic attenuation shrouds and be strategically located on site to minimize noise impact to nearby residents. C. Noise Limitations: 1. Maximum dB limit: Per applicable City of Renton noise ordinance. 2.8 ACCESS MANWAY GASKETS AND HARDWARE A. Furnish new gaskets and hardware for access manways into reservoir. B. Furnish and install galvanized steel bolts, nuts and washers. Regular hexagon -head bolts per ASTM A307, Grade A. C. Gaskets shall be full -face gaskets which are NSF-61 approved, molded fluoroelastomer, 1/8-inch thickness, Garlock Stress Saver XP or approved equal. D. Contractor to field verify all dimensions before ordering materials. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 18 PART 3 EXECUTION 3.1 INSPECTION A. The CONTRACTOR, ENGINEER and local painting manufacturer representative shall jointly inspect surfaces to receive finishes. 1. Examine surfaces scheduled to be finished prior to commencement of Work, and report conditions capable of affecting proper application. 2. At the ENGINEER's direction, correct defects prior to application of coatings systems specified herein. 3. Painting over the work of other trades does not constitute acceptance of previous work and surfaces by ENGINEER. 3.2 PROTECTION A. Cover miscellaneous tank openings, except as required for ventilation, to avoid accumulation of cleaning residue and paint material in overflows, drains, inlet and outlet piping. B. Exterior Tank: 1. Cover tank vents without sealing tight to prevent contamination of tank interior. 2. Maintain ventilation of tank interior. C. Protect equipment from abrasion and paint damage. D. Cleaning and painting tank exterior after tank is filled is not permitted. 3.3 POST -FABRICATION AND ERECTION CUT-OUTS A. One cut-out of the reservoir shell will be allowed for the temporary purpose of moving equipment into, out of, or off of the steel tank structure. 1. Cut-outs shall be accommodated by cutting out and re -welding an entire full -height fabricated steel shell panel section at the shell pattern layout seams. 2. Special cut-outs within a fabricated steel panel will not be allowed. B. The intent of this specification is to preserve the aesthetic appearance of existing symmetrical and uniform fabricated panel layouts and weld seams. It is not the intent of this specification to restrict the CONTRACTOR installing or removing equipment into or from the structure. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 19 C. For this project, the cut-out shall be field located by ENGINEER and OWNER. 3.4 SURFACE PREPARATION A. General: 1. Unless specified otherwise herein, all surface preparation, coating and paint application shall conform to applicable standards: a. The Society for Protective Coatings (SSPC). 1) All painting work shall be conducted in accordance with SSPC Painting Manual, Volume 1 - Good Painting Practices. b. American Water Works Association (AWWA). c. Manufacturer's printed instruction. 2. Skilled Craftsmen: a. All work shall be performed by skilled craftsmen qualified to perform the required work in a manner comparable with the best standards of practice. b. Continuity of personnel shall be maintained and transfers of key personnel shall be coordinated with the ENGINEER. 3. Supervisor: a. Provide a supervisor to beat the Site during surface preparation, paint coatings application and disinfection operations. b. Supervisor shall have the authority to sign change orders, coordinate work and make other decisions pertaining to the fulfillment of the work requirements. 4. Rolling Scaffolds: a. Blast cleaning from rolling scaffolds shall only be performed within the confines of the interior perimeter of scaffolds. b. Reaching beyond the limits of the perimeter will be allowed only if the blast nozzle is maintained in a position which will produce a profile acceptable to ENGINEER. 5. Slag and weld metal accumulation and spatters not previously removed by others including the fabricator, erector or installer shall be removed by chipping and grinding. All sharp edges shall be peened, ground or otherwise blunted. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 20 6. Evaluation: a. Surface evaluated before and after preparation will be based upon comparison with: 1) SSPC-VIS 1, Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning. 2) SSPC-VIS 2, Standard Method of Evaluating Degree of Rusting on Painted Steel Surfaces. 3) SSPC-VIS 3, Guide and Reference Photographs for Steel Surfaces Prepared by Power- and Hand -Tool Cleaning. 4) SSPC-VIS 4, Guide and Reference Photographs for Steel Surfaces Prepared by Waterjetting. 5) SSPC-VIS 5, Guide and Reference Photographs for Steel Surfaces Prepared by Wet Abrasive Blast Cleaning. 6) ASTM D610, Standard Method of Evaluating Degree of Rusting on Painted Steel Surfaces. 7) ASTM D2200, Standard Practice for Use of Pictorial Surface Preparation Standards and Guides for Painting Steel Surfaces. b. Anchor Profile: Anchor profile for prepared surfaces shall be measured by using a non-destructive testing instrument such as a Keane-Tator Surface Profile Comparator or Testex Press-O-Film System to be provided by the CONTRACTOR. 7. The latest revision of the following surface preparation specifications of The Society for Protective Coatings (SSPC) shall form a part of this Specification: a. Solvent Cleaning (SSPC-SP1): Removal of oil, grease, dirt, soil, salts and contaminants by cleaning with solvent, vapor, alkali, emulsion, or steam. b. Hand Tool Cleaning (SSPC-SP2): Removal of loose rust, loose mill scale, and loose paint to degree specified, by hand chipping, scraping, sanding, and wire brushing. c. Power Tool Cleaning (SSPC-SP3): Removal of loose rust, loose mill scale, and loose paint to degree specified, by powertool chipping, descaling, sanding, wire brushing or wire impact tools, and grinding. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 21 d. White Metal Blast Cleaning (SSPC-SP5): Removal of all visible rust, mill scale, paint and foreign matter by blast cleaning by wheel or nozzle (dry or wet) using sand, grit, or shot. e. Commercial Blast Cleaning (SSPC-SP6): Removal of all visible rust, mill scale, paint and foreign matter by blast cleaning. Staining is permitted on no more than 33% of each 9 in2 area of the cleaned surface. f. Brush-off Blast Cleaning (SSPC-SP7): Blast cleaning of all except tightly adhering residues of mill scale, rust, and coatings, while uniformly roughening the surface. g. Pickling (SSPC-SP8): Complete removal of rust and mill scale by acid pickling, duplex pickling, or electrolytic pickling. h. Near -White Blast Cleaning (SSPC-SP10): Removal of all visible rust, mill scale, paint and foreign matter by blast cleaning. Staining is permitted on no more than 5% of each 9 in2 area of the cleaned surface. i. Power Tool Cleaning to Bare Metal (SSPC-SP11): Complete removal of all rust, scale, and paint by power tools, with resultant minimum surface profile of 25 µm (1 mil). j. Industrial Blast Cleaning (SSPC-SP14): Between SP 7 (brush-off blast cleaning) and SP 6 (commercial blast cleaning). The intent is to remove as much coating as possible, but tightly adherent rust, mill scale, and coating can remain on 10% of each 9 in area of the cleaned surface. k. Commercial Grade Power Tool Cleaning (SSPC-SP15): Between SP 3 (power tool cleaning) and SP 11 (power tool cleaning to bare metal). Removes all rust and paint but allows for random staining on up to 33% of each 9 in area of the cleaned surface; requires a minimum surface profile of 25 µm (1 mil). Brush-off Blast Cleaning of Coated and Uncoated Galvanized Steel, Stainless Steels, and Non-ferrous Metals (SSPC-SP16): Requirements for removing loose contaminants and coating from coated and uncoated galvanized steel, stainless steels, and non-ferrous metals. Requires a minimum 19 µm (0.75 mil) surface profile on bare metal substrate. m. Waterjet Cleaning of Metals — Clean to Bare Substrate (SP WJ-1): Cleanest waterjetting level, requires the cleaned metal to be free of all visible oil, grease, dirt, rust and other corrosion products, previous coatings, mill scale, and foreign matter. n. Waterjet Cleaning of Metals —Very Thorough Cleaning (SP WJ-2): Requires the cleaned metal surface to be free of all visible oil, grease, dirt, rust and other 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 22 corrosion products, except for randomly dispersed stains of rust and other corrosion products, tightly adherent thin coatings, and other tightly adherent foreign matter previous coatings, mill scale, and foreign matter over no more than 5% of each 9 in2 area of the cleaned surface. o. Waterjet Cleaning of Metals — Thorough Cleaning (SP WJ-3): Requires removal of all visible contaminants as in WJ-2 above. Randomly dispersed staining as described in WJ-2 is limited to no more than 33% of each 9 in2 area of the cleaned surface. p. Waterjet Cleaning of Metals — Light Cleaning (SP WJ-4): Requires removal of all visible oil, grease, dirt, dust, loose mill scale, loose rust and other corrosion products, and loose coating. Any residual material shall be tightly adhered to the metal substrate. 8. All welds, when required, shall be neutralized with a suitable chemical compatible with the specified coating or paint materials. 9. Keep the area of Work in a clean condition. a. Do not permit blasting materials to accumulate so as to constitute a nuisance or hazard to the prosecution of Work or the operation of the existing facilities. b. Spent abrasives and other debris shall be removed at the CONTRACTOR's expense as directed by the ENGINEER. c. If waste is determined to be hazardous, disposal by the CONTRACTOR shall meet requirements of all regulatory agencies for handling and disposing of such wastes as noted elsewhere in this Section. 10. Remove residue from surface preparation before paint application is begun. a. Blast -cleaned surfaces shall be cleaned prior to application of specified coatings or paints through a combination of blowing with clean dry air, brush ing/brooming and/or vacuuming as directed by the ENGINEER. b. Air hoses for blowing shall be at least %-inch in diameter and shall be equipped with a shut-off device. 11. Any surfaces not coated/painted the same day they are prepared to receive the specified paint systems shall be re -prepared prior to coating/painting, unless the ENGINEER -approved moisture control equipment is used by the CONTRACTOR to maintain conditions that allow extended blasting schedules prior to application of prime coats. B. Surface Preparation, Interior Surfaces 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 23 1. Prepare all interior surfaces of the reservoir and associated interior structures according to SSPC-SP 5, White Metal Blast Cleaning. 2. Anchor profile shall be measured as described elsewhere in this Section. 3. Following blast cleaning and prior to painting, the following additional operations shall be performed: a. Material Removal: Remove spent abrasives and existing coating waste material from all blasted surfaces. This shall be accomplished by blowing off all blasted surfaces with clean, dry air and vacuum cleaning or blooming/sweeping of all waste material. b. Remove or cause to be removed all traces of rust bloom or deposits of oil, grease, or other contaminants which become visible prior to application of the prime coat. 4. Humidity and Temperature Control a. General: Humidity and temperature control, when specified and required elsewhere in this Section for interior spaces, shall be provided using appropriate specialized equipment. b. Dehumidification: Dehumidification equipment shall be used to control the environment in the space on a continuous basis 24 hours a day during blast cleaning, coating and coating curing unless otherwise approved by ENGINEER. c. Heating Equipment: Auxiliary heaters or chillers may be necessary to maintain the surface temperature at a level acceptable to the coating manufacturer's application parameters. 1) Heaters and coolers shall be installed in the process air supply duct between the dehumidifier and the space as close to the space as possible. 2) The space to be controlled shall be sealed off as well as possible allowing air to escape at the bottom of the space away from the point where the dehumidified air is being introduced. 3) Maintain a slight positive pressure in the space unless the dust from the blasting operation is hazardous. 4) Do not recirculate the air from the space or from filtration equipment back through the dehumidifier when coating or solvent vapors are present. C. Surface Preparation, Exterior Surfaces 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 24 1. Prepare all exterior surfaces of the reservoir and associated exterior structures according to SSPC-SP 10, Near -White Metal Blast. 2. Anchor profile shall be measured as described elsewhere in this Section. 3. Following blast cleaning and prior to painting, the following additional operations shall be performed: a. Material Removal: Remove spent abrasives and existing coating waste material from all blasted surfaces. This shall be accomplished by blowing off all blasted surfaces with clean, dry air and vacuum cleaning or blooming/sweeping of all waste material. b. Remove or cause to be removed all traces of rust bloom or deposits of oil, grease, or other contaminants which become visible prior to application of the prime coat. 3.5 APPLICATION A. General: 1. According to SSPC Paint Application Specification PA 1 - Shop, Field and Maintenance Painting, latest revision. 2. Printed literature of the manufacturer of the coating and paint materials. 3. As further specified within this Section. B. Ventilation: Provide for adequately ventilated enclosed rooms and spaces during painting and curing periods. C. Thickness: 1. Apply coatings in strict conformance with the manufacturer's application instructions. 2. Apply each coat at the rate specified by the manufacturer to achieve the dry mil thickness specified. 3. If material must be diluted for application by spray gun, build up more coating to achieve the same thickness as undiluted material. 4. Correct any apparent deficiencies of film thickness by the application of an additional coat. D. Thinning: 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 25 1. Do not thin paint unless approved by the ENGINEER. 2. Only use thinner recommended by paint manufacturer which has been determined to be compatible with specified coating system. 3. Thin paint in accordance with the manufacturer's directions. E. Application: 1. Each application of coatings shall be applied evenly, free of brush marks, sags, runs and no evidence of poor workmanship. 2. Care shall be exercised to avoid lapping on glass or hardware. 3. Coatings shall be sharply cut to lines. 4. Finished surfaces shall be free from defects or blemishes F. Interior Coatings: By airless spray application, except where back rolling or striping is performed. G. Exterior Paint Application: By roller only. 1. Brushing may be used to repair paint in areas of steel modifications. 2. Spray application will not be allowed. H. Brush Coats: 1. All welds, laps, edges, inside angles, and irregular surfaces shall receive a brush coat of the specified product prior to application of each complete coat. 2. Paint may be applied as a spray stripe coat and back brushed by hand. 3. Coatings shall be brushed in multiple directions to insure penetration and coverage, as directed by the ENGINEER. I. Non -Skid Surfaces: Applied after the full prime coat has cured. 1. Where shown on the Drawings or specified elsewhere in this Section, a non-skid surface shall be applied to a portion of the reservoir roof surface. 2. Application: a. Broadcast over a wet coat of the finish top coat specified herein. b. Following curing of coating/sand mixture, non-skid surface area shall be top coated with the same finish coating. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 26 3. Locations: a. Within the inner railing area around the vent at the center of the roof, the walkway between the roof landing and inner railing area, and a four -foot wide strip extending from the inner railing area to the outer railing. J. At conclusion of each day's cleaning and coating operations, a 6-inch wide strip of cleaned substrate shall remain uncoated to facilitate locating the point of origin for each successive day's cleaning operations. K. Curing Time: 1. Do not apply the next coat of paint until each coat is dry. 2. Test non-metallic surfaces with a moisture meter. 3. The manufacturer's recommended curing time shall mean an interval under normal conditions that is to be increased to allow for adverse weather or curing conditions. 4. Paint manufacturer's representative shall verify by cure testing the complete cure of coatings systems used for immersion service. L. Attachments, Accessories and Appurtenance: All attachments, accessories, and appurtenances shall be prepared and coated in the same manner as specified for adjacent structures, unless otherwise specified elsewhere in this Section or other sections of the Specifications. M. Protection of Coated Surfaces: 1. Protective coverings or drop cloths shall be used to protect floors, fixtures, equipment, prepared surface and applied coatings. 2. Personnel entering the reservoir or walking on the exterior roof of the reservoir shall take precautions to prevent damage or contamination of coated surfaces. 3. Care shall be exercised to prevent coatings from being spattered onto surfaces which are not to be coated. 4. Surfaces from which such material cannot be removed satisfactorily shall be repainted as required to produce a finish satisfactory to the ENGINEER. N. Atmospheric Conditions: No coatings shall be applied under the following limitations: 1. Temperature: If temperatures are anticipated to be as noted below within eight hours after application of the coating. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 27 a. Epoxy Coatings: Surface to be coated is below 55 degrees F. Exceptions may be approved by ENGINEER with concurrence from manufacturer if material is "low temperature" type. b. Inorganic Zinc or Urethane Finishes: Surface to be coated is below 40 degrees F. c. When the temperature is less than 5 degrees F above the dew point. 1) The dew point shall be measured by use of an instrument such as a sling psychrometer in conjunction with U.S. Department of Commerce Weather Bureau Psychometric Tables or other instrument acceptable to the I�Rell►1��:� d. When the temperature of the surface to be coated is above 125 degrees F for all coating types. 2. Surfaces: When the surfaces to be coated are wet or damp or there is the presence of rain, snow, fog or mist. 3. If any of the above adverse conditions are present, the coating or paint application shall be postponed until conditions are favorable. The day's coating or paint application shall be completed in time to permit the film sufficient drying time prior to the onset of adverse atmospheric conditions. 3.6 SHOP QUALITY CONTROL A. Quality assurance procedures and practices shall be used to monitor all phases of surface preparation, application and inspection of all shop coating performed as part of this project. A NACE Certified Level 2 Coating Inspector shall oversee all shop coating performed and provide the ENGINEER with written reports on a form approved by the ENGINEER prior to work being performed. B. For new reservoir construction, the application of permanent shop -applied primers will be allowed for exterior surfaces of the reservoir provided that a NACE Certified Level 2 Coating Inspector observes the procedures and provides written reports certifying all work to be in conformance with these Specifications. C. Unless approved by the ENGINEER at the request of the CONTRACTOR, the application of permanent shop -applied primers will not be allowed for interior surfaces of the D. Procedures or practices not specifically defined herein may be used provided they meet recognized and acceptable professional standards and are approved by the ENGINEER. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 28 E. All materials furnished and all work performed shall be subject to inspection by the ENGINEER. The CONTRACTOR shall be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship, and diligent execution of the work. F. The following procedures shall be followed by the CONTRACTOR in the handling of shop -primed steel: 1. Curing: Upon completion of blasting and priming operations, primer on fabricated steel shall be cured sufficiently to minimize damage during handling. 2. Separation of Steel: When fabricated steel is transported, spacers and other protection shall be used to separate members to eliminate primer from being pulled off during unloading operations. If wood spacers are used, no splinters or wood particles shall remain in primed surfaces after separation. 3. Cover of Steel during Transit: Shop -primed fabricated steel shall be covered 100% to prevent deposition of road salts, fuel residue and other contaminants which may be present along the route of shipment to jobsite. 4. Load Binders: Loaded steel must be bound with padded chains or ribbon binders to minimize damage to coatings during shipment. 5. Handling: Care shall be used during loading, unloading, storage and erection operations to minimize damage to primed steel. Sliding of steel across another member shall not be permitted, except for fitting members into position during assembly. 6. Storage: Primed fabricated steel at jobsite shall not be placed on ground or on top of other steel work unless ground or steel work is covered with an approved covering. Approved spacers shall be used to elevate steel above ground level or other steel members. 3.7 FIELD QUALITY CONTROL A. Quality assurance procedures and practices shall be used to monitor all phases of surface preparation, application and inspection throughout the duration of the Project. Procedures or practices not specifically defined herein may be used provided they meet recognized and acceptable professional standards and are approved by the ENGINEER. B. All materials furnished and all work performed shall be subject to inspection by the ENGINEER. The CONTRACTOR shall be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship, and diligent execution of the work. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 29 C. Field Inspection: CONTRACTOR shall notify ENGINEER when painting work is to be in progress in time for ENGINEER to check atmospheric conditions, surface preparation, mixing and thinning procedures, materials and thicknesses with wet film thickness gauge at frequent intervals and varied locations during the course of painting work. D. The ENGINEER will make, or arrange to have made by others, such tests as may be deemed necessary to assure the Work is being accomplished in accordance with the requirements of the specifications. 1. Unless otherwise specified, the cost of such testing will be borne by the OWNER. 2. In the event such tests reveal non-compliance, the CONTRACTOR shall bear the cost of such corrective measures deemed necessary by the ENGINEER, as well as the cost of retesting. 3. It is understood and agreed that the performance of tests by the ENGINEER shall not constitute an acceptance of any portion of the Work, nor relieve the CONTRACTOR from compliance with the project requirements. E. Testing Instruments: 1. Provide all inspection devices in good working condition. 2. Inspection devices shall be operated by, or in the presence of the ENGINEER with the location and the frequency basis of testing as determined by the ENGINEER. 3. Provide all instruments required for testing atmospheric conditions and shall, during painting/coating operations, perform all measurements in the presence of the ENGINEER. a. As a minimum, measure and record temperature, relative humidity and dew point daily prior to beginning any painting/coating operations and again at mid- day. b. Measurement records shall be maintained by the CONTRACTOR on forms approved by the ENGINEER. 4. Provide all instruments required for detection of holidays and measurement of dry - film thickness of coatings and paints. a. Holiday detectors and dry film thickness gauges shall be available at all times until final acceptance of painting/coating application. b. Inspection devices shall be operated in accordance with the manufacturer's instructions. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 30 c. Holiday Detectors: Acceptable devices for ferrous metal surfaces include, but are not limited to, Tinker & Rasor Models AP and AP/W holiday detectors or other units approved by the ENGINEER. d. Dry Film Thickness Gauges: DeFelsko Positest (Type 1), DeFelsko Positector 6000 (Type 2), or other units approved by the ENGINEER. 5. Provide U.S. Department of Commerce, National Bureau of Standards certified thickness calibration plates to test the accuracy of thickness gauges. 6. The ENGINEER is not precluded from furnishing its own inspection devices and rendering decisions based solely upon its tests. F. Thickness of Coatings: 1. Thickness of coatings and paint shall be checked with a non-destructive, magnetic - type thickness gauge. 2. Destructive Testing: An instrument such as a Tooke Gage shall be used if a destructive tester is deemed necessary. 3. The coating integrity of all coated surfaces shall be tested with an approved inspection device. 4. All pinholes shall be marked, repaired in accordance with the manufacturer's printed recommendations, and retested. 5. No pinholes or other irregularities will be permitted in the final coating. G. Wet Film Thickness: Use wet film thickness gauges to ensure proper application rates to prevent over -thick coatings and curing difficulties. H. Additional Coats: Provide additional coats of paint at no additional cost to the OWNER when mil thicknesses specified have not been obtained as determined by either dry or wet film thickness testing specified herein. I. Painting Equipment: 1. Coating and painting equipment shall be designed for the proper application of the materials specified and shall be maintained in first class working condition. 2. Compressors shall have suitable traps and filters to remove water and oils from the air. 3. Blotter tests shall be performed at each start-up period and as deemed necessary by the ENGINEER. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 31 4. Equipment shall be subject to approval of the ENGINEER. J. Moisture Control Equipment: Employ to maintain conditions within the reservoir interior which allow extended blasting and painting schedules. K. Painting/Coating Manufacturer's Representative: 1. Services of the paint/coating manufacturer's representative shall be provided at no additional expense to the OWNER. 2. Reporting from the paint manufacturer's representative shall not preclude the ENGINEER from making independent assessments of the quality of Work. The ENGINEER will make the final decision as to the acceptability of the paint/coating systems. 3. Responsibilities: a. Make periodic site visits throughout the course of the surface preparation and the painting/coating application. b. Schedule all site visits with the ENGINEER. c. Minimum Site Visits: 1) Inspect typical shop and field steel preparation prior to primer applications. 2) Inspect finished primer applications prior to application of intermediate coats. 3) Inspect each intermediate coat prior to application of subsequent finish coats. 4) Inspect final coats and report to the ENGINEER the representative's assessment of the paint system's suitability and acceptability for the intended service. d. Prepare and submit written reports directly to the ENGINEER immediately following each site visit. 1) Reports shall identify the representative's observations relative to the quality of the surface preparation and painting/coating work. 2) Reports shall address any conditions observed which have the potential to adversely impact the finished painting/coating system's integrity and performance. e. Any such findings shall be immediately remedied by the CONTRACTOR. 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 32 L. Damaged Factory Finishes: If directed by the ENGINEER, refinish the entire exposed surfaces of factory -finished equipment that is chipped, scratched or otherwise damaged in shipment or installation 3.8 CLEANUP A. Remove all staging, scaffolding, ladders and containers shall be removed from the Site. B. Remove temporary heating and ventilating facilities. C. Coating or paint spots upon adjacent surfaces shall be removed and the entire Site cleaned. D. All damage to surfaces resulting from the work of this Section shall be cleaned, repaired or refinished to the complete satisfaction of the ENGINEER at no cost to the OWNER. E. Allow a minimum of seven days at 70°F curing after application of the final coat to the tank interior before flushing, sterilizing or filling with water. 1. Utilize a recording or high/low-indicating thermometer and paint manufacturer's reference charts to determine actual cure time of products. 2. Prior to disinfection, demonstrate complete curing to ENGINEER and paint manufacturer's representative. 3. Use forced ventilation during approved work days and hours identified elsewhere in this Section to assist curing. F. Disinfect the tank interior according to Section 33 13 13 Water Storage Tank Disinfection. 3.9 VOLATILE ORGANIC COMPOUNDS TESTING A. Testing Requirements Following coating, the tank shall be tested using the volatile organic soak test. Conduct the soal< test as follows: 1. Provide the Material Safety Data Sheet (MSDS) from the manufacturer for the coating to be used to the Owner. The MSDS lists all organic solvents used in the coating and should be used to determine which organic chemicals should be sampled for. 2. Following the curing period, the tank must be filled and allowed to soak for five days. At the end of the five-day soaking period, a sample of water shall be taken by Contractor and analyzed for volatile organic chemicals using the latest revision 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 33 of EPA Method 524.2 or 502.2. In addition, analysis should be conducted for any other organic chemicals from the MSDS that are not analyzed as part of the 524.2 or 502.2 scan. 3. Provide test results to Owner. Upon receipt of the test results, the Owner will notify the Washington State Department of Health if any regulated chemical exceeds the applicable maximum contaminant level or if any unregulated chemical has been detected. The tank shall remain out of service until corrective action is taken and samples indicate that the water is of acceptable quality. 4. If test results indicate that all chemicals are within acceptable limits, the tank may be put in to service. The Owner will submit test results to the Washington State Department of Health. 3.10 COLLECTION, MONITORING AND DISPOSAL OF REGULATED WASTES A. Unless otherwise indicated on the Plans or in the Specifications, all abrasive blasting material and byproducts, paints, solvents and containers and any other discarded materials or equipment shall remain the property of the CONTRACTOR and shall be disposed of in a manner compliant with applicable Federal, State and local laws and regulations governing disposal of all wastes generated by the CONTRACTOR in the prosecution of this work. END OF SECTION 16-1840.224 Steel Water Storage Tank Painting Kennydale Reservoir 09 97 14 - 34 DIVISION 10 SPECIALTIES Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 10 14 10 INDENTIFYING DEVICES PART1 GENERAL 1.1 SUMMARY A. This Section covers the work necessary to furnish and install, complete, identifying devices for the Project. B. Section includes: 1. Process pipe color coding and labeling. 2. Process equipment nameplates. 3. Door and warning signs. 1.2 RELATED SECTIONS: NOT USED 1.3 STANDARDS, SPECIFICATIONS AND CODES A. All safety related signs, markers, labeling and symbols shall conform to the applicable provisions or codes of the Occupational Safety and Health Administration (OSHA), unless specifically modified hereinafter. B. All signage providing emergency information or general circulation directions shall comply with the requirements of the latest edition of American National Standards Institute (ANSI A117.1). 1.4 SUBMITTALS A. In accordance with Section 0133 00, Submittal Procedures. B. Manufacturer's Data - Specifications and installation instructions for each type of sign required. C. Samples - Submit three (3) full size samples of each color and finish of pipe labeling, process equipment nameplates and warning signs with sample letters. 1. ENGINEER's review of samples will be for color and texture only. Compliance with all other requirements is the exclusive responsibility of the CONTRACTOR. 2. Submit samples of any other special identifying or signing provided for elsewhere in this specification. 16-1840.224 Identifying Devices Kennydale Reservoir 10 14 10 - 1 PART 2 PRODUCTS 2.1 PIPE LABELING AND COLORS a C Unless noted otherwise on the Drawings or specified differently hereinafter, pipe labeling and colors shall conform to the following schedule: Service Symbol (label) Symbol Color (label) Pipe Color 435 Zone 435 White Blue 308 Zone 308 White Blue Misc. Piping As directed by the ENGINEER As directed by the ENGINEER As directed by the ENGINEER Pipe identification labels and flow direction arrows shall consist of lettering and symbols applied over the pipe base color. Coating systems and surface preparation requirements used in color coding piping and lettering and flow arrows shall be as specified in Section 09 90 00, Painting and Coating. 2.2 PROCESS EQUIPMENT NAMEPLATES A. Nameplates shall be used to identify all process equipment including but not limited to pumps, chlorinators, control panels and any other equipment requiring identification as directed by the Engineer. B. Fabricated from 1/16-inch thick satin -surfaced Setonply, all edges beveled neatly. C. Furnish with drilled holes for mounting to the appropriate equipment or nearest adjacent surface. As an alternative, acceptable adhesive attachment methods may be used if approved by the Engineer. D. Nameplate background color, lettering color and wording shall be as directed by the Engineer and approved by the Owner. E. Minimum Size: 4-inch x 1 1/2-inch. F. Manufacturer: Seton Nameplate Company, New Haven, CT, Style 2060-40 or approved equal. 2.3 CONFINED SPACE WARNING SIGNS A. Painted aluminum with a yellow background and black lettering. B. Each sign shall contain the following wording: 16-1840.224 Identifying Devices Kennydale Reservoir 10 14 10 - 2 "DANGER PERMIT -REQUIRED CONFINED SPACE DO NOT ENTER" 2.4 EXTERIOR SIGNS NOT USED 2.5 FIRE DEPARTMENT HANDRAILS A. Nameplates shall be used to identify all heavy duty handrailing designed for Fire Authority Training (rated for 9,000-pound loads) at each rail section and as directed by the Engineer. B. Fabricated from 1/16-inch thick satin -surfaced Setonply, all edges beveled neatly. C. Furnish with drilled holes for mounting to the railing or nearest adjacent surface. As an alternative, acceptable adhesive attachment methods may be used if approved by the Engineer. D. Nameplate background color, lettering color and wording shall be as directed by the Engineer and approved by the Owner. E. Minimum Size: 4-inch x 1 1/2-inch. F. Manufacturer: Seton Nameplate Company, New Haven, CT, Style 2060-40 or approved equal. IF_1GisC�*T100iI[MLI 3.1 PIPE LABELS AND FLOW DIRECTION ARROWS A. Location: At all connections to equipment, valves, branching fittings, at wall boundaries and at intervals along the piping not greater than 5 feet on center with at least one label applied to each exposed horizontal and vertical run of pipe. Exposed piping not normally in view, such as behind ceilings and in closets and cabinets, shall also be labeled. B. Labels shall not be applied to the pipe until all pipe painting is complete or as approved by the ENGINEER. C. Application: By stencil over pipe base color. Base coat shall be cured, clean and dry, prior to application of lettering. 16-1840.224 Identifying Devices Kennydale Reservoir 10 14 10 - 3 D. Lettering sizes for pipe labels shall be in accordance with ANSI A13.1, Table 3, and based upon the outside diameter of the pipe to which they are applied. E. Stripes on solution pipe shall be applied at intervals along the piping not greater than 5 feet on center with at least one stripe applied to each exposed horizontal and vertical run of pipe. 3.2 PROCESS EQUIPMENT NAMEPLATES A. Location: As directed by the ENGINEER. B. Mounting of process equipment nameplates shall be in accordance with the manufacturer's instructions, and as directed by the ENGINEER. A. Prepare and mask base material as required to provide clean surface for application of letters by stencil. B. Unless otherwise noted, color of letters shall be black. C. Paint Type: Semi -gloss alkyd enamel. 3.4 CONFINED SPACE WARNING SIGNS A. Securely fasten signs to the underside of all hatches entering vaults such that the sign can be read when the hatch is opened. 916"] IIIIIIIIIIIIII12M14 ,1011061191►1- NOT USED END OF SECTION 16-1840.224 Identifying Devices Kennydale Reservoir 10 14 10 - 4 DIVISION 11 EQUIPMENT Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 112150 SEISMIC CONTROL EQUIPMENT PART 1 GENERAL 1.1 Description A. The Contractor shall furnish and install all seismic control equipment with associated instrumentation, power supply, and controls, complete and operable, as shown on Drawings and specified herein. B. The basic seismic system shall consist of the seismic controller, its motorized valve actuator, and AC power supply. The system shall be capable of withstanding severe field conditions such as extreme temperature variation (— 10 °F to +150 °F), providing local and remote valve control, and reporting valve position. The system shall continue to operate for at least ten full cycles when outside power sources fail and maintain the ability to control the valve. The seismic system manufacturer shall be responsible for integration of all the seismic system's components. 1.2 Reference Specifications, Codes and Standards ANSI Z21.21 (1998) CADSA AWWA Standard C504-94 1.3 Contractor Submittals A. The following shall be submitted in compliance with Section 0133 00, Submittals: The manufacturer of the seismic controllers and associated equipment shall provide Shop Drawings, data sheets, testing results and certifications, complete field -wiring diagrams, installation details, etc. for review and approval by the Engineer within 15 days following award of Contract. Submit detailed coordination and dimensional drawings showing seismic control equipment, piping, valves, appurtenant equipment, and installation details. 16-1840 Seismic Control Equipment Kennydale Reservoir 11 21 50 - 1 3. Electrical and control diagrams detailing the requirements and features of the control system including interlocks, terminals, wiring controls, and disconnects. 4. Submit manufacturer's operation and maintenance manuals. 1.4 Certifications A. The seismic sensor shall meet the California Division of the State Architect (CADSA) Part 12 Title 24 CSC, the American National Standards Institute (ANSI) Z21.21 (1998). 1.5 Field Assistance and Startup Services The manufacturer shall coordinate closely with the Contractor and/or electrical subcontractor performing the installation of the seismic controller and related equipment. The manufacturer's representative shall check the installation and supervise the initial startup of the equipment. After the operation of the equipment has been certified, the manufacturer's representative shall train the personnel in the proper operation and maintenance of the equipment. A minimum of eight hours of field startup and testing service by the manufacturer's representative shall be provided. 1.6 Specifications and Drawings The Drawings are essentially diagrammatic and the Contractor shall make use of all data in all of the Contract Documents and shall verify this information prior to and during construction. All work not shown in complete detail shall be installed in conformance with accepted standard practice and the manufacturer's recommendations. Contractor shall review the Specifications in close conjunction with the Drawings when determining the full scope of the project work PART 2 PRODUCTS 2.1 General Seismic control equipment shall be provided to control the operation of plug valves as shown on the Drawings. The control of valves shall be by motorized valve actuators for plug valves. 2.2. Seismic Sensor The seismic sensor shall be of mechanical design with no PLC or other electronic interpretation. The unit shall employ a tri-axial moving mass which reacts equally to 16-1840 Seismic Control Equipment Kennydale Reservoir 11 21 50 - 2 ground motion in the x, y, and z axis by 360 degrees. The sensor shall have an adjustable, factory -set sensitivity from 0.05g to 0.50g, set at 0.25g, and maintain its readiness and accuracy (± 3 percent) for at least three years with no requirements for calibration or adjustments within that period. The seismic sensor shall be factory -tested and certified at the manufacturing plant prior to shipment. The sensor shall receive three printouts showing that the sensor trips at the specified set point in all three axes while not affected by vibrations of 10 Hz. Each certification shall be signed and dated by the inspecting party. The sensor design shall have been tested and certified by a third party national testing facility not affiliated with the manufacturer. The certification shall accompany the submittals. The sensor shall have a manual trip button and manual reset (arm) button to test the sensor. The seismic sensor shall be a FLO-LOC Model SS1001 or approved equivalent. 2.3. Seismic Controller A. The seismic controller shall employ a seismic sensor as described herein and shall provide "Arm/Trip" local and remote control and status. B. Terminal connections shall be provided for connection to SCADA. The following seismic equipment parameters will be provided for the SCADA system to monitor and control: 1. Arm/trip status 2. Remote arm 3. Valve open/close status 4. Power supply status 5. Power supply status to actuator C. The panel shall provide N/O dry contacts for indication of sensor status and for remote control capabilities to test /operate/reset the system. D. The controller shall be contained in a NEMA 4X fiberglass enclosure. E. The seismic controller shall be a FLO-LOC Model FL201 or approved equivalent. 2.6 Miscellaneous Contractor shall provide electrical conduits, signal and power wiring, etc., as required for a complete, properly -functioning facility in accordance with the Specifications and Drawings. 16-1840 Seismic Control Equipment Kennydale Reservoir 11 21 50 - 3 PART 3 EXECUTION 3.1 Installation The Contractor shall assemble and install all equipment specified herein, in strict accordance with the manufacturer's published instructions under the general review of the Engineer. All installations shall be accomplished by competent craftsmen in a workmanlike manner. 3.2 Seismic Valve Controller Operational Description A. Seismically -controlled valve closure Upon sensing the designated peak seismic ground acceleration (0.25g) for a period of vibration of no more than 1.0 second, the seismic sensor (located in the seismic controller) is "tripped", sending a signal to the SCADA system to send an alarm to the MTU. The operator will have the option of remotely closing the actuated valve by sending a signal through the SCADA system to the valve actuator. The valve will not automatically close based on the seismic sensor signal. 3.3 Field Assistance and Startup Services A. The Contractor shall provide the services of an experienced manufacturer's representative to verify the setup, installation, and start-up of the seismic control equipment. B. The manufacturer shall coordinate closely with the Contractor and/or electrical subcontractor performing the installation of the seismic controller and related equipment. The manufacturer's representative shall check the installation and supervise the initial startup of the equipment. C. After the operation of the equipment has been certified, the manufacturer's representative shall train the personnel in the proper operation and maintenance of the equipment. A minimum of eight hours of field startup and testing service by the manufacturer's representative shall be provided. At a minimum, training shall include operation, maintenance, troubleshooting and repair, chemical handling, and safety. END OF SECTION 16-1840 Seismic Control Equipment Kennydale Reservoir 11 21 50 - 4 SECTION 118129 FACILITY FALL PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes the work to furnish and install fall prevention systems at each fixed ladder as shown on the Drawings and as required to meet all safety and occupational code requirements. B. The requirements of the Drawings and all other sections and provisions of the specifications are applicable to the work to be performed under this Section. C. Section includes: 1. Flexible cable ladder safety systems. D. Related Requirements: NOT USED 1.2 REFERENCE STANDARDS A. American National Standards Institute (ANSI): 1. ANSI ASC A14.3-2008 - American National Standards for Ladders - Fixed - Safety Requirements. 1.3 QUALITY ASSURANCE A. Comply with local, state and federal requirements of Occupational Safety and Health Administration (OSHA) regulations and all applicable codes and standards. B. Install according to manufacturer's instructions. C. Provide all system components from a single manufacturer that will assure compatibility of all components. 16-1840.224 Facility Fall Protection Kennydale Reservoir 11 81 29 - 1 PART 2 PRODUCTS 2.1 FALL PREVENTION SYSTEM A. Fall prevention system shall be a flexible cable ladder system which includes cable, trolley, safety belt or harness, and all mounting, installation and alignment hardware and other accessories as may be necessary to provide a complete and operational system. B. A pivot dismount section or removable extension shall be provided at locations shown on the Drawings. 1. The pivot dismount section shall allow a person to step off of the ladder and onto the adjacent surface prior to unclipping from the cable. 2. Provide removable extensions where openings include access hatches. C. Fall prevention cables, mounting hardware and appurtenances shall be 304 stainless steel. D. Neoprene rubber bushing shall be provided at all ladder rung connections to prevent damage to coatings. NSF-61 approved rubber materials shall be installed at all connections inside of the potable water reservoirs. E. Manufacturer: Fall prevention system to be LAD-SAF by DBI-SALA (Capital Safety) or approved equal. PART 3 EXECUTION 3.1 INSTALLATION A. Install fall prevention system according to manufacturer's instructions. B. Provide at least four safety belts or harness assemblies and trolley sleeves C. Provide a copy of fall prevention system operation instructions. END OF SECTION 16-1840.224 Kennydale Reservoir Facility Fall Protection 159.111Wis.sJ SECTION 1195 00 RESERVOIR HYDRODYNAMIC MIXING SYSTEM PART 1 GENERAL 1.1 SUMMARY A. This Section applies to the furnishing and installation of a hydrodynamic mixing system (HMS) inside a finished water storage reservoir. B. The requirements of the Drawings and all other sections and provisions of the specifications are applicable to the work to be performed under this Section. C. Section includes: 1. Hydrodynamic mixing systems for potable water storage reservoirs. D. Related Sections: 1►[e]IIIIIIIIJ1i01491 1.2 REQUIREMENTS A. An HMS shall be installed which passively uses the energy provided by the inlet water to develop an inlet momentum sufficient to achieve a completely blended water volume within the reservoir. HMS modeling and hydraulic analysis requirements as detailed herein shall be used in determining if the proposed HMS installations will provide a completely blended water volume within the reservoir. B. The HMS shall consist of a uni-directional flow manifold equipped with variable orifice duckbill inlet nozzles that are NSF61 certified. C. The HMS manufacturer shall be responsible for designing the system in accordance with the hydrodynamic criteria defined within these specifications and submit design calculations verifying compliance in accordance with the submittal requirements. D. Furnish and install all piping systems shown and specified, in accordance with the requirements of the Contract Documents. Each system shall be complete with all necessary fittings, hangers, supports, anchors, flexible connectors, valves, accessories, lining and coating, testing, and disinfection to provide a functional installation. E. The piping shown in the Contract Documents is intended to define the general layout, configuration, routing, method of support, pipe size, and pipe type. The Contract Documents are not pipe construction or fabrication drawings. It is the Contractor's responsibility to develop the details necessary to construct all hydrodynamic mixing 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 1 piping systems, to accommodate the specific equipment provided, and to provide and install all materials necessary for a complete and functional system. 1.3 REFERENCE STANDARDS A. American National Standards Institute (ANSI): 1. ANSI B16.1— Cast Iron Pipe Flanges and Flanged Fittings. 2. ANSI B16.5 — Pipe Flanges and Flanged Fittings 3. ANSI B36.10—American National Standard Weights and Dimensions of Welded and Seamless Wrought Steel Pipe B. American Society for Testing and Materials (ASTM): 1. ASTM A53 — Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless 2. ASTM A234 — Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service 3. ASTM A240 —Standard Specification for Chromium and Chromium -Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications 4. ASTM A351 — Standard Specification for Castings, Austenitic, Austenitic- Ferritic (Duplex), for Pressure -Containing Parts 5. ASTM A536 — Standard Specification for Ductile Iron Castings 6. ASTM C110 — Ductile Iron and Gray -Iron Fittings, 3 In. through 48 In. for Water 7. ASTM D1330 — Standard Specification for Rubber -Sheet Gaskets 8. ASTM D471 - Standard Test Method for Rubber Property —Effect of Liquids 9. ASTM D3261 — Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Fittings C. American Water Works Association (AWWA): 1. AWWA C104 — Cement -Mortar Lining for Ductile Iron Pipe and Fittings 2. AWWA C110 — Ductile -Iron and Gray -Iron Fittings 3. AWWA C115 — Flange Ductile Iron Pipe with Ductile Iron or Gray Iron Threaded Flanges 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 2 4. AWWA C200 - Steel Water Pipe, 6" and Larger 5. AWWA C207 —Steel Pipe Flanges for Waterworks Service — Size 4 In. to 144 In. 6. AWWA C220 —Stainless Steel Pipe, 1/2" and Larger 7. AWWA C906 —Polyethylene (PE) Pressure Pipe and Fittings, 4 In. Through 65 In. for Waterworks D. National Sanitation Foundation (NSF) 1. NSF Standard 14 — Plastic Piping System Components and Related Materials 2. NSF Standard 61— Drinking Water System Components — Health Effects 1.4 SUBMITTALS A. Shop drawings and certificates, test reports, affidavits of compliance, for mixing systems, in accordance with the Contract Documents and as specified in the related piping sections. 1. Include all necessary dimensions and details on pipe joints, fittings, fitting specials, valves, appurtenances, design calculations, and material lists. 2. Include detailed layout, spool, or fabrication drawings which show all adapters, connectors, fittings, couplings, and pipe supports necessary to accommodate the equipment and valves provided in a complete and functional system. B. NSF 61 Certification: A copy of the NSF 61 Certified listing for the valves used in the HMS shall be provided. The valves themselves must be NSF 61 certified, not only the elastomer used in construction of the valves. C. Validation of Long-term Performance: HMS designer/supplier shall supply at least one inspection report showing proper operation of, and no deterioration of, the variable - orifice valves after being in service in a water storage tank mixing application for a minimum of 10 years. D. Test Report on Elastomer Exposure to Chlorine and Chloramine: A copy of the test report from an accredited independent laboratory confirming there is no degradation in the elastomer when exposed to chlorine and chloramine per the ASTM D471 "Standard Test Method for Rubber Property — Effect of Liquids." E. System Installation Drawings: HMS installer shall be responsible for providing engineering installation drawings of the manifold piping system components as supplied by the manufacturer. 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 3 F 1. Include plan view of final piping arrangement, sections and elevations as required, duckbill nozzle orientation details and all dimensions required for locating the system within the specified dimensions of the tank. 2. Drawings shall be a minimum of 11 x 17 inches, provide electronically. 3. Two (2) sets of final fabrication and installation drawings shall be included with the shipment of the manifold piping equipment. Design Calculations: HMS designer/supplier shall include within the submittal package the following design calculations and reference information: 1. Calculations showing the fill time required, under isothermal conditions, for the HMS system to achieve complete mix of the reservoir volume at minimum, average and peak fill rates. Complete mixing is defined as 95% homogenous solution. HMS design flows for this system are shown in the table below: Minimum Average Maximum Inflow (gpm) 300 500 2,400 2. A representative Computational Fluid Dynamics (CFD) model evaluation of the proposed HMS system configuration applied within a reservoir of similar geometry. Model output documentation shall include all design variables applied for the simulation, plot of the 3-D geometry showing the mesh definition, velocity magnitude vector and contour plots at different cross -sections throughout the water volume, simulated tracer animations showing the spatial and temporal distribution of inlet water in real time during the fill cycle. 3. Hydraulic curves showing thrust vs. flow for the inlet nozzles. 4. Hydraulic calculations showing the resulting jet velocities of each inlet nozzle at minimum, average, and peak fill rates. 5. Hydraulic calculations showing the flow distribution among all inlet ports at minimum, average, and peak fill rates. 6. Manifold hydraulic calculations showing the total headloss of the HMS at minimum, average, and peak fill and draw rates. Headloss shall include all minor losses and headloss of nozzles and outlet check valves. 7. Hydraulic curves for each outlet check valves showing headloss vs. flow. 8. Calculations showing the terminal rise height of the jets that discharge at an angle above horizontal. The terminal rise height shall be calculated assuming 109F and 209F colder inlet water and calculated at minimum, average and peak fill rates. The theory and equations used to calculate the terminal rise height shall be included. 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 4 9. If the calculations and supporting data provided do not show compliance with the hydrodynamic requirements of the system as interpreted by the Engineer or Owner, then the submittal shall be rejected. G. Installation, Operation and Maintenance Manuals: Within 30 days of final approval of the installation drawings by the Engineer, the HMS valve manufacturer shall provide two (2) sets of the installation portion of the Installation, Operation and Maintenance (IOM) Manuals for the applicable system. Manuals shall be in the following format and include the listed required information as a minimum: 1. Enclosed in a 3-ring binder with project title and system designation shown on the front cover and side binder. 2. Table of contents. 3. Copy of design calculations for the manifold system as defined in the previous section. 4. Copy of complete set of the installation plans. 5. Copy of NSF61 Certified Listing for the valves 6. Parts and equipment list with specification numbers for ordering of replacement parts. 7. Product specification sheets for nozzles, outlet valves, expansion joints, concrete anchors, and any other specialized items supplied with the system. 8. Installation guidelines for the HMS manifold system. 9. Operational procedures for the HMS manifold system. 10. Guidelines for repair of system components. 11. Schedule for suggested periodic maintenance of the manifold system. 12. In addition to bound 3-ring binder specified above, submit the operations and maintenance manual in electronic format. Electronic documents shall be clear and legible, developed from the original documents, and shall be in the latest version of Adobe Acrobat (.pdf) format. 1.5 QUALITY ASSURANCE A. Testing: Except where otherwise specified, all materials used in the manufacture of the manifold piping and HMS valves shall be tested in accordance with the applicable 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 5 Specifications and Standards. Welds shall be tested as specified. Tests shall be performed at no additional cost to the Owner. 1.6 MATERIAL DELIVERY, STORAGE AND PROTECTION A. All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition and stored off the ground, to provide protection against oxidation caused by ground contact. B. Individual nozzles and outlet valves shall be packaged separately from the piping equipment. C. All flanges shall be protected by using plastic inserts or plank wood, pipe sections are to be fully supported to prevent pipe deflection or damage to fittings or connections. D. All equipment shall be shipped on pallets capable of fully supporting the pipe sections across their entire length. Pallets should be accessible for fork lift transport or strap and hoist means without causing any load to the pipe equipment. E. All stainless steel components shall be stored separately away from any carbon steel components or other materials that could stain or deface the stainless steel finish from run-off of oxidized ferrous materials. F. All pipe equipment should be covered and stored in areas free from contact with construction site sediment erosion to prevent accumulation of materials within the pipe and fittings. G. All materials shall be stored in a location and manner which avoids any possible means of receiving exposure to direct ultraviolet and thermal radiation. H. Duckbill nozzles should be protected from contact with rigid objects during handling and storage. The contractor shall be responsible for replacing any duckbill nozzles or elastomeric components that are damaged after arrival on the site through installation and start-up of the system. All defective or damaged materials shall be replaced with new materials. PART 2 PRODUCTS 2.1 MANIFOLD PIPING FOR HYDRODYNAMIC MIXING SYSTEM A. High Density Polyethylene (HDPE) Pressure Pipe 1. Pipe: PE4710 resin, manufacturing in accordance with ASTM F714. 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 6 2. Pipe O.D. sizes 4" to 24" shall be available in steel pipe sizes (IPS) and ductile iron pipe sizes (DIPS). 3. Pipe O.D. sizes 26" to 54" shall be available in steel pipe sizes (IPS). 4. Pipe shall be DR 17 for pipe sizes up to 36", unless otherwise specified on the plans. 5. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. B. Joints and Fittings 1. Thermal butt fusion method only per ASTM D3261. 2. Pipe fittings and flanged connections, to be joined by thermal butt -fusion, shall be HDPE of the same type, grade, and class of polyethylene compound and supplied from the same raw material supplier. C. Connections with Other Pipe Types 1. Flanged. 2. Gaskets a. Material: EPDM. b. Full-faced, ASTM D1330. 1/8-inch thickness. c. Bolting Pattern: AWWA C207, ANSI B16.5. 3. Backing Rings a. Material: 316 SST b. Bolting Pattern: AWWA C207, ANSI B16.5 c. Bolts, washers, nuts: Type 316 stainless steel, Plastic insulating sleeve/washers shall be utilized to isolate dissimilar bolt and flange metals where required. 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 7 2.2 INLET NOZZLES FOR HMS A. Inlet ports/nozzles shall be duckbill -style check valves that allow fluid to enter the reservoir during fill cycles and prevent flow in the reverse direction through the nozzle during draw periods. Inlet ports/nozzles may not be fixed -diameter ports or pipes. B. The duckbill valves shall be NSF61 Certified. NSF61 approved/Certified materials will not be accepted in lieu of valve certification. C. Inlet ports/nozzles shall have a variable diametervs. flow hydraulic profile that provides a non -linear jet velocity vs. flow characteristic and a linear headloss vs. flow characteristic. D. The inlet ports/nozzles shall discharge an elliptically shaped jet. The nozzle must have been modeled by an independent laboratory using Laser Induced Fluorescence (LIF) or similar equipment. E. Manufacturer shall have conducted independent hydraulic testing to determine headloss and jet velocity characteristics on a minimum of eight (8) sizes of duckbill valves ranging from 2" through 48". The testing must include multiple constructions (stiffness) within each size and must have been conducted for free discharge (discharge to atmosphere) and submerged conditions. F. Manufacturer shall have conducted an independent hydraulic test where multiple valves (at least four) of the same size and construction (stiffness) were tested to validate the submitted headloss characteristics and to prove the repeatability of the manufacturing process to produce the same hydraulic characteristics. G. Manufacturer shall have conducted independent hydraulic testing to study the flow distribution characteristics of duckbill valves installed on multiport manifolds. H. Manufacturer to have conducted Finite Element Analysis (FEA) on various duckbill valves to determine deflection, stress, and strain characteristics under various load conditions. Modeling must have been done for flowing conditions (positive differential pressure) and reverse differential pressure. Manufacturer must have conducted in-house backpressure testing on duckbill valves ranging from 3/4" to 48". J. Manufacturer shall have at least fifteen (15) years' experience in the manufacturing of "duckbill" style elastomeric valves. K. Manufacturer must have duckbill valves installed on manifold piping systems in at least 100 distribution system reservoirs. 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 8 L. Manufacturer must have representative inspection videos showing the duckbill valves discharging water into the reservoir during an initial fill (unsubmerged). Manufacturer must also have representative underwater inspection videos showing the operation of the valves when submerged. Representative videos can be submitted upon request from the engineer. M. The duckbill style nozzles shall be one-piece elastomer matrix with internal fabric reinforcing designed to produce the required discharge velocity and minimum headloss requirements as stipulated in the Submittals section. The flange portion shall be an integral portion of the nozzle with fabric reinforcing spanning across the joint between the flange and nozzle body. N. The elastomer used in construction of the duckbill valves must have been tested by an accredited independent laboratory that confirmed there is no degradation in the elastomer when exposed to chlorine and chloramine per the ASTM D471. O. The manufacturer's name, plant location, serial number and product part number which designates nozzle size, material and construction specifications shall be bonded onto the surface of the nozzle. PART 3 EXECUTION 3.1 INSPECTION A. Pipe and fittings shall be carefully examined for cracks and other defects immediately before installation. B. All defective pipe and fittings shall be removed from the site of the work. A. The interior of all pipe and fittings shall be thoroughly cleared of all foreign matter prior to installation. B. Precautions shall be taken to prevent foreign material from entering the manifold piping and HMS valves during installation. 3.3 HANDLING A. Valves, pipe, fittings, and accessories shall be handled in a manner that will ensure installation in a sound, undamaged condition. B. Equipment, tools, and methods used in handling and installing pipe and fittings shall not damage or change the pipe and fittings. 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 9 C. Pipe and valves shall not be stored uncovered in direct sunlight. 3.4 COATINGS A. HMS valves and manifold piping shall not be coated. B. The valves and piping shall either be masked or be mounted after coating of the tank and piping. Ensure masking materials are removed after coating. 3.5 JOINING A. Manifold Piping: Sections of HDPE manifold pipe shall be joined into continuous lengths on the Site above ground per ASTM D3261. 1. The joining method shall be the thermal butt fusion method, performed in strict accordance with the pipe manufacturer's recommendations. 2. Equipment used in the joining procedures should be capable of meeting all conditions recommended by the pipe manufacturer, including, but not limited to, temperature requirements for 400°F, alignment, and 75 psi interfacial fusion pressure. 3. Butt fusion joining shall be 100 percent efficient, providing joint weld strength equal to or greater than the tensile strength of the pipe. 4. Socket fusion will not be allowed. 5. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications or in fabrications where shear or structural strength is important. B. Connections with Ductile Iron Pipe: 1. By means of a gasketed flange assembly consisting of an HDPE flange end butt fused to the HDPE pipe, reinforced with an epoxy -coated ductile iron flanged backing ring. 3.6 PIPE SUPPORTS AND HANGERS A. All pipe shall be secured in place by use of blocking, hangers, brackets, clamps or other approved methods, and the weight thereof shall be carried independently of pump casings or equipment. Special hangers and supports are shown on the drawings. The Contractor shall be responsible for determining the location of and providing all additional supports. B. Supports for exposed piping shall conform to the latest requirements of the ANSI Code for Pressure Piping B31.10 and MSS Standard Practice SP-58, except as supplemented 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 10 or modified by the requirements of this specification. Designs generally accepted as exemplifying good engineering practice by use of stock or production parts shall be utilized wherever possible. C. Provide floor stands, wall bracing, concrete piers, etc., for all lines running near the floors or near walls and which cannot be properly supported or suspended by the walls or floors. Hanging of any pipe from another is prohibited. D. Equipment shall be positioned and aligned so that no strain shall be induced within the equipment during or subsequent to the installation of pipework. E. When temporary supports are used, they shall be sufficiently rigid to prevent any shifting or distortion of the piping or related work. F. In erecting the pipe, a sufficient number of screwed unions or flanged joints shall be used to allow any sections or runs of pipe to be disconnected without taking down adjacent runs. 41VM1►[►111Fe\IW-1040 11ILI1.ysit" I LI_\►10L11Fe\NILItJ090111►[el2:Z9IyaDlliilk] V A. The HMS manufacturer's authorized representative shall provide one (1) day inspection to verify that the system has been installed in accordance with the design specifications and installation drawings. B. Start -Up Flow Testing 1. Following installation of the complete manifold piping system, the reservoir's upstream isolation valve shall be opened to allow flow into the tank through the manifold system. The reservoir's isolation valve must be opened slowly to prevent surge or over -pressurization of the manifold system. The isolation valve must be fully opened to inspect the flow characteristics of the manifold system. 2. The Contractor and HMS factory representative shall visually inspect the entire piping system for leakage. 3. The Contractor and HMS factory representative shall visually inspect all of the inlet nozzles to ensure flow is being discharged into the tank through all nozzles. 4. Any defects in the assembly of the HMS installation or materials found during the start-up flow testing shall be repaired or otherwise remedied to the full satisfaction of the Owner prior to acceptance of the system. III a two]169to]Ito]►1 16-1840.224 Reservoir Hydrodynamic Mixing System Kennydale Reservoir 11 95 00 - 11 This page intentionally left blank. DIVISION 26 ELECTRICAL Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 26 05 00 GENERAL ELECTRICAL REQUIREMENTS PART 1 GENERAL 1.1 Scope A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. Furnish all labor, equipment, appliances, materials, transportation, facilities, services, tools and other equipment, and skilled supervision necessary for the construction, erection, installation, connection, testing, and adjustment of all circuits and electrical equipment specified herein, shown, or noted on the drawings; specified or required in other portions of this specification; and its delivery to the City complete in all respects and ready for use. C. The Contractor shall be responsible for the provision of equipment including all enclosures, disconnects, generators, transfer switches, MCC's, package systems, panelboards, lights, receptacles and the like, unless otherwise specified. In addition, the Contractor shall be responsible for the following: 1. Visit the site of proposed construction. Verify and inspect the existing site to determine all conditions that affect this work. 2. Investigate and be apprized of the applicable codes, rules, and regulations as enforced by Authorities Having Jurisdiction (AHJs). 3. Use this Specification as a guide for workmanship and materials of construction. D. Costs/charges for installation of all permanent and temporary facilities shall be included in the lump sum bid for the pumping station. This includes any up -front money required by the utility to provide permanent service. E. Electrical Contractor installs and terminates wiring for I&C system. 1.2 Intent of Drawings and Specifications A. Electrical drawings show only general locations of equipment, devices, and raceway, unless specifically dimensioned. The Contractor shall be responsible for the proper routing of raceway, subject to the approval of the Engineer B. Riser and other diagrams are schematic only and shall not be used for obtaining quantities. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 1 C. The electrical drawings do not show complete details of the site conditions. The Contractor shall verify actual conditions at the project site. 1.3 Departures from Contract Documents A. Submit to the Engineer, in writing, details of any proposed departures from these Contract Documents, and the reasons the departures are necessary. Submit such requests as soon as practicable and within 30 days after award of the Contract. Make no such departures without written approval of the Engineer. 1.4 Coordination of Work A. The Contractor shall plan his work in coordination with the power utility authorities and City Operations. B. The Contractor shall field verify all dimensions of equipment to be installed or provided by others so that correct clearances and connections may be made between the work installed by the Contractor and equipment installed or provided by others. C. The Contractor shall arrange all conduit runs so that they do not interfere with duct work, structural members, etc. D. All working measurements shall be taken from the sites, checked with those shown on the drawings, and if they conflict, reported to the Engineer at once, and before proceeding with the work. Should the Contractor fail to comply with this procedure, he shall alter his work at his own expense as directed by the Engineer. E. No extra payments will be allowed where obstructions in the work of other trades or work under this contract requires offsets to conduit runs. F. The Contractor is responsible for all alterations in the work to accommodate equipment differing in dimensions or other characteristics from that shown or specified. 1.5 Supervision A. The Contractor shall maintain adequate supervision of the work and shall have a responsible person in charge during all times that work under this contract is in progress, or when necessary for coordination with other work. 1.6 Codes and Standards A. All work and materials shall conform to the applicable current standards (standard rules, regulations, and specifications) of the National Electrical Code (NEC), National Electrical Safety Code (NESC), Institute of Electrical and Electronic Engineers (IEEE), National Electrical Manufacturers' Association (NEMA), American National Standards Institute (ANSI), Insulated Cable Engineers Association (ICEA), Occupational Safety and Health Administration Standards 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 2 (OSHA), State and local electrical codes, and other specifically cited standards, as applicable. All materials unless otherwise approved by local government authorities shall bear the label of, or be listed by, a Nationally Recognized Testing Laboratory (NRTL); the Underwriters' Laboratory, Inc. (UL) is one such NRTL. Where conflicts exist between any of the above standards, the standard which is most stringent shall take precedence. Where the contract documents exceed minimum requirements, the contract documents take precedence. B. Observe where applicable the prevailing rules and requirements of the National Fire Protection Association (NFPA), the State and local fire marshals' regulations, and standards pertaining to adequate protection and/or guarding of any moving parts or otherwise hazardous conditions. C. Resolve at the Contractor's expense all conflicts with applicable standards and provide a complete installation of Electrical Work, approved in all respects. Certain methods and materials for the project may require special approval and it is the Contractor's responsibility to prepare and submit to all approving authorities additional clarifying details, test data, methods and materials as needed to secure the required approval and resolve conflicts. 1.7 Workmanship A. All work shall be performed by personnel skilled in the particular trade. Workmanship shall conform to the standards of the NEC and the installation standards of the National Electrical Contractors' Association (NECA). B. The Engineer shall be the sole judge as to whether or not the finished work is satisfactory; and if in his judgment any material or equipment has not been properly installed or finished, the Contractor shall replace the material or equipment whenever required, and reinstall in a manner entirely satisfactory to the Engineer without any increase in cost to the Owner. 1.8 Permits, Fees and Service Charges A. Contractor shall obtain all electrical permits and pay all related fees. B. The Contractor shall provide a line item of $10,000.00 for PSE power utility fees within the bid. 1.9 Substitution of Materials and Equipment A. In accordance with provisions elsewhere in these Contract Documents, manufacturers' names and catalog numbers stated herein are intended to indicate the type and quality of equipment or materials desired. B. Make requests for approval of alternates in writing to the Engineer. Provide sufficient material or data to allow evaluation of the proposed alternatives and determination of compliance with these Contract Documents. List any proposed deviations from these Contract Documents. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 3 1.10 SUBMITTALS AFTER AWARD OF CONTRACT A. General: All electronic (PDF) submittals (including 0&M Manual submittals) shall use standard 8.5" x 11" page sizes for all non -drawing pages. Drawings and/or schematics may use 8.5" x 11", 11" x 17", or 22" x 34" sized pages, as applicable. All drawings/schematic must be legible on whatever page size is used. Any manufacturer supplied information that comes on sizes other than these shall be re -sized to meet these requirements. Contractor may use any means necessary to have the information re -sized, but all re -sized materials must be legible. Submittals which do not meet these requirements are subject to wholesale rejection. B. The Contractor shall provide complete manufacturer's descriptive information and shop drawings for all equipment, material, and devices furnished under this Division, including certified outline drawings, arrangement drawings, elementary (schematic) diagrams, interconnection diagrams, and connection diagrams, in accordance with provisions in Division 1 of these Contract Documents. Provide the number of copies specified therein for the Engineer, Contractor, and Operation and Maintenance Manuals. C. Manufacturer's standardized elementary diagrams shall not be acceptable unless applicable portions of the diagram have been clearly identified and non - applicable portions deleted or crossed out. D. Contractor shall check submittals for proper number of copies, adequate identification, correctness and compliance with Drawings and Specifications, and initial all copies indicating this has been done. Revise, change, and/or resubmit all submittal information until acceptable to the Engineer. Obtain Engineer's acceptance before commencing fabrication or installation of any materials or equipment. 1. When a resubmittal is requested, resubmit only the indicated deficient portions of the submittal in question or where changes have been made to previously acceptable items. Resubmitting previously acceptable items slows the review process as all resubmitted material is (re)reviewed. E. Review of submittal information by the Engineer shall not relieve the Contractor from responsibility for deviations from Drawings and Specifications, unless he has requested and received written approval from the Engineer for specific deviations at time of submission. Review of submittal information shall not relieve the Contractor from responsibility for errors and omissions in shop drawings or literature. F. Submittals shall be made in accordance with the schedule listed hereinafter. Provide certified shop drawings, literature, and requested samples showing items proposed for use, size, dimensions, capacity, special features required, schematic (elementary) control diagrams, equipment schedules, rough in, etc., as required by the Engineer for complete review and for installation. Use NEMA device 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 4 designations and symbols for all electric circuit diagrams submitted. Make content of schematic (elementary) connection of interconnection diagrams in accordance with the latest edition of NEMA ICS. G. Submittals shall be made on, but not necessarily limited to, the following items: 1. Panelboards and circuit breakers 2. Special control panels - outline and schematic drawings, descriptive information, component schedules 3. Wiring Devices, including Receptacles (120v duplex outlets; generator receptacles), switches, boxes, etc. 4. Special pull boxes and junction boxes 5. All conduit types used in project 6. All conductor/wire types used in project H. Provide one copy of each final, fully -accepted submittal furnished complete in the appropriate sections of the Operation & Maintenance (0&M) Manuals. The final submittals included in the 0&M Manuals shall be compiled, as may be required, from all submittals and resubmittals, with any and all corrections included. Do not include all iterations of the submittals in the 0&M Manuals; provide only the final, complete, fully -corrected, and fully -accepted submittal. PART 2 PRODUCTS 2.1 Materials and Equipment, Common Requirements A. Unless otherwise indicated, provide all first -quality, new materials and equipment, free from any defects, in first-class condition, and suitable for the space provided. Provide materials and equipment listed by UL (or other acceptable NRTL), bearing their label wherever standards have been established by that agency. B. Where two or more units of the same class of material or equipment are required, provide products of a single manufacturer. Component parts of materials or equipment need not be products of the same manufacturer. C. Unless otherwise indicated, provide materials and equipment which are the standard products of manufacturers regularly engaged in the production of such materials and equipment. Provide the manufacturers' latest standard design that conforms to these Specifications. D. Indicated brand names and catalog numbers are used to establish standards of performance and quality. The description of materials listed herein governs in the event that catalog numbers do not correspond to materials described herein. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 5 2.2 EQUIPMENT FINISHES A. Provide materials and equipment with manufacturers' standard finish system. Provide manufacturers' standard finish color, except where specific color is indicated. 2.3 Portable or Detachable Parts A. The Contractor shall retain in his possession and shall be responsible for all portable and detachable parts or portions of installations such as fuses, key locks, adaptors, blocking chips, and inserts until completion of his work. B. These parts shall be delivered to the Engineer and an itemized receipt obtained. This receipt, together with 2 copies of the final inspection certificate, shall be attached to the Contractor's request for final payment. C. All equipment shall be demonstrated to operate in accordance with the requirements of this specification and the manufacturer's recommendation. 2.4 Accessories A. Include special features, finishes, accessories, and other requirements as described in the Contract Documents regardless of the item's listed catalog number. B. Provide incidentals not specifically mentioned herein or noted on Drawings, but needed to complete the system or systems, in a safe and satisfactory working condition. PART 3 EXECUTION 3.1 Examination A. Construction Documents: 1. Drawings are diagrammatic with symbols representing electrical equipment and wiring. 2. Electrical symbols indicating wiring and equipment shown in the Contract Documents are included in the Contract unless specifically noted otherwise. 3. Examine the entire set of Drawings to avoid conflicts with other systems. Determine exact route and installation of electrical wiring and equipment with conditions of construction. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 6 B. Clarification: 1. The Drawings govern in matters of quantity, the Specification in matters of quality. In event of conflict on Drawings or in the Specifications, the greater quantity and the higher quality apply. 2. Should the Electrical Documents indicate a condition conflicting with the governing codes and regulations, refrain from installing that portion of the work until clarified by Engineer. 3.2 Protection During Construction A. Throughout this Contract, provide protection for materials and equipment against loss or damage in accordance with provisions elsewhere in these Contract Documents. Protect everything from the effects of weather. B. Prior to installation, store items in clean, dry, indoor locations. Store in clean, dry, indoor, heated locations items subject to corrosion under damp conditions, and items containing electrical insulation, such as transformers, and conductors. Energize all space heaters furnished with equipment. C. Following installation, protect materials and equipment from corrosion, physical damage, and the effects of moisture on insulation. Cap conduit runs during construction with manufactured seals. Keep openings in boxes or equipment closed during construction. Energize all space heaters furnished with equipment. 3.3 Installation A. Common Requirements: 1. Install materials and equipment in a workmanlike manner utilizing craftsmen skilled in the particular trade. Provide work which has a neat and finished appearance. 2. Coordinate electrical work with work of other trades to avoid conflicts, errors, delays, and unnecessary interference with City operations during construction. 3. Install electrical equipment complete as directed by manufacturer's installation instructions. Obtain installation instructions from manufacturer prior to rough -in of the electrical equipment, examine the instructions thoroughly. When requirements of the installation instructions conflict with the Contract Documents, request clarification from Engineer prior to proceeding with the installation. 4. Do not install electrical equipment in obvious passages, doorways, scuttles or crawl spaces which would impede or block the area passage's intended usage. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 7 3.4 3.5 5. Do not install outlet boxes back to back. Do not use straight through boxes. B. Earthwork: Perform excavation and backfill for the installation of electrical work, as required. C. Support Backing: Provide any necessary backing required to properly support all fixtures and equipment installed under this contract. D. Cutting, Patching, and Framing: 1. The Contractor shall determine in advance the locations and sizes of all sleeves, chases, and openings necessary for the proper installation of his work. 2. Whenever practical, inserts or sleeves shall be installed prior to covering work. Cutting and patching shall be held to a minimum. All required holes in concrete construction shall be made with a core drill and patched with non -shrink grout. 3. Cutting, fitting, repairing, and finishing of carpentry work, metal work, or concrete work, and the like, which may be required for this work shall be done by craftsmen skilled in their respective trades. When cutting is required, it shall be done in such a manner as not to weaken walls, partitions, or floors; and holes required to be cut in floors must be drilled without breaking out around holes. E. Cleaning and Touchup Painting: Keep the premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the color, consistency, and type of surface of the original finish. Operations and Maintenance Manuals A. Provide operations and maintenance manuals in accordance with provisions of Division 1, in these Contract Documents. Record Drawings A. The Contractor shall maintain a neatly marked set of record drawings. Contract Drawings shall be marked with red indelible pencil to show all departures from original Drawings; underground cable, conduit, or duct runs dimensioned from established building lines; and all electrical work revisions. In addition, the locations of panels, field mounted instruments and panels, terminal boxes, junction boxes and any other materials included in this contract shall be shown. Record drawings shall be kept current with the work as it progresses and shall be subject to inspection by the Engineer at any time. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 8 3.6 Field Quality Control A. Load Balance: The Drawings and Specifications indicate connection of electrical loads and distribution equipment; however, after installation, if necessary, certain electrical loads may require re -connection to achieve a more equal current balance. Make re -connections as may be required. B. Inspection: All materials, equipment, and workmanship shall be subject to inspection at any time by the Engineer, or his representatives. Correct work, materials, or equipment not in accordance with these Contract Documents or found to be deficient or defective in a manner satisfactory to the Engineer. D. Tests: 1. Carry out tests specified hereinafter and as indicated under individual items of materials and equipment specified in other sections. 2. During site evaluations by Engineer, provide an electrician with tools to remove and replace trims, covers, devices, and the like, so that a proper evaluation of the installation can be performed. 3. The Contractor shall furnish all labor, material, instruments and tools to make all connections for testing of the electrical and instrumentation installation. All equipment shall be demonstrated as operating properly prior to the acceptance of the work. All protective devices shall be operative during testing of equipment. 4. General: a. Perform the tests as described below. Upon completion of all tests, submit written test results in duplicate for approval by the Engineer prior to acceptance. b. After visual inspection of joints and connections and the application of tape and other insulating materials, all sections of the entire wiring system shall be thoroughly tested for shorts and grounds. A log of results for each circuit shall be kept by the Contractor and presented to the Engineer. C. Equipment shall be tested by operating all electric motors, relays, controls, switches, heaters, etc. sufficiently to demonstrate proper installation and electrical connections. Control and emergency conditions shall be artificially simulated where necessary for complete system or subsystem tests. d. Insulation resistance measurements of each circuit shall be made with loads connected and contactors, if any, blocked closed to give complete circuits. Insulation resistance of complete circuit shall be measured from the circuit breaker load terminals with the breaker open. A log of complete results shall be prepared by the Contractor and presented to the Engineer. Values of resistance shall be 10 megaohms or greater. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 9 5. Operations: a. After the electrical system installation is completed and at such time as the Engineer may indicate, conduct an operating test for approval. Demonstrate that the equipment operates in accordance with the requirements of these Specifications and Drawings. b. Perform the test in the presence of the Engineer or his authorized representative. Furnish all instruments and personnel required for the tests. The Owner will furnish the necessary electric power. System performance shall conform to the following criteria. Deviations, if any, shall be noted on the test reports with indication of corrective action taken or proposed. 1) Plus or minus 2 percent maximum variation between nominal system voltage and average system voltage. 2) Plus or minus 5 percent maximum variation from nominal system voltage for all load conditions. 3) Actual motor current on each ungrounded conductor at prevailing conditions shall be equal to or less than nameplate rated full load motor current at a service factor of 1.0. 4) One percent maximum voltage unbalance at full load defined as 100 times the maximum deviation from average voltage divided by the average voltage. (Balance system loads and cooperate with the serving utility company to achieve a balanced condition which is within the indicated limits.) 5) Plus or minus 10 percent maximum variation between average phase current and individual phase current. Balance system loads to achieve a balanced condition which is within the indicated limits. 6) Insulation resistance shall be tested under normal climatic conditions and shall conform to the following: a) Circuits of 600 volts or less shall have conductor insulation resistance as installed of not less than 10,000,000 ohms to ground. 6. Document tests and include in Closeout Documents. 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 10 3.7 TEST REPORTS A. Submit dated "Electrical System Test Reports" indicating all tests performed and demonstrating conformance with the required system performance criteria. This test report shall include all voltage, current and resistance test data of the electrical service, main feeders, panelboards, power transformers, and ground systems, as applicable. A. Promptly correct any failures or defects revealed by these tests as determined by the engineer. Re -conduct tests on these corrected items as directed by the engineer. 3.9 Cleaning A. Remove dirt and debris caused by the execution of the electrical work. B. Leave the entire electrical system installed under this Contract in clean, dust -free and proper working order. C. Vacuum clean interiors of electrical equipment enclosures. 3.10 Guarantee A. Materials, equipment, and workmanship shall be guaranteed in accordance with provisions of Division 1, in these Contract Documents. 1�►1�Z�]�.�xK1[�7►1 16-1840.224 General Electrical Requirements Kennydale Reservoir 26 05 00 - 11 This page intentionally left blank. SECTION 26 05 19 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. This section covers the work necessary to furnish and install complete conductor systems as specified herein. A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are necessary for this project. 1.3 SUBMITTALS AFTER AWARD OF CONTRACT A. Submittals after award of Contract shall be made in accordance with Division 1, GENERAL REQUIREMENTS, and Section 26 05 00 GENERAL ELECTRICAL REQUIREMENTS. PART 2 PRODUCTS 2.1 GENERAL A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be considered in accordance with the General Conditions. B. This specification covers all conductors not specified in other sections. All conductors and cables shall be copper and shall conform to UL, Federal Specification J-C-30, or ICEA as applicable. Provide new cable manufactured within one year of installation. Deliver to jobsite in original cartons bearing UL label. C. Minimum conductor size: Provide No. 12 AWG minimum branch circuit wire size. Provide No. 14 AWG control circuits unless otherwise specified or required by over - current protection. Provide smaller conductor sizes for specific application where shown on the drawings. 16-1840.224 Low Voltage Electrical Power Conductors and Cables Kennydale Reservoir 2605 19 - 1 2.2 CONDUCTORS A. Conductors 600 Volts and Below: In raceways, ducts, and cables, provide stranded copper conductors with the type of insulation specified; solid conductors are unacceptable. Provide conductors, including insulation, cabling, jacket, filler, shielding, covering, and testing, that meet all applicable requirements of Federal Specification J- C-30, ICEA 5-19-81 and 5-61-402, the NEC, and UL. Unless noted otherwise, conductor sizes indicated are based on copper conductors. Do not provide conductors smaller than those indicated. B. 600 volt power, lighting, and control cable: Provide stranded copper conductors conforming to Federal Specification J-C-30. 1. For types THHN/THWN, provide thermoplastic insulation conforming to ICEA S-73- 532. 2. For type XHHW, provide insulation conforming to ICEA S-66-524. 3. Provide control cable with 600 volt TW type insulation for all multi -conductor, Class 1 remote control and signal wiring unless otherwise specified. Provide overall jacket complying with ICEA 5-61-402. Color code control cable in accordance with ICEA 5-61-402, Table 5-1. 2.3 CABLE A. General: Where required, provide 600-volt cable that is UL listed and conforms to the requirements of UL-1277 and NEC Article 340, or UL listed Power Limited Circuit Cable that conforms to the requirements of Article 725 of the National Electrical Code. The 600-volt cables shall be permanently and legibly marked with the manufacturer's name, the maximum working voltage for which the cable was tested, the type of cable, and labeled UL (or evidence of UL listing shall be submitted). B. Class 2 remote control and signal conductors: Where required, provide cables UL approved for such use. Voltage rating shall be not less than 600 volts. Utilize multi - conductor cables with like or related functions generally grouped together. Unless otherwise specified or shown on the drawings, utilize No. 14 AWG conductors. C. Instrumentation cables: Multi -conductor cables shall have the quantity and size of conductors shown on the plans. Individual conductors shall be bare soft annealed copper Class B, 7-strand concentric per ASTM B-8. Individual conductor insulation shall be flame-retardant per UL 13, 15 mils nominal thickness, with a 105 degree C temperature rating. Conductor pairs shall be uniquely identified according to manufacturer's standard method. Overall cable assembly shall have 2.35 mils (minimum) aluminum -polyester tape shield overlapped for 100% coverage and provided with a 7-strand tinned copper drain wire the same size as an individual 16-1840.224 Low Voltage Electrical Power Conductors and Cables Kennydale Reservoir 2605 19 - 2 conductor. The jacket shall be flame-retardant per UL 13, with a 105 degree C temperature rating and a rip cord laid longitudinally under the jacket to facilitate removal. Conductors shall be twisted pairs and the cable shall be rated for operation to 600 volts. D. Unless otherwise shown, twisted shielded pairs (TSP) and twisted shielded triads (TST) shall be 7 or 19-strand, No. 16 AWG, tinned -copper conductors, 600 volt, individually insulated with color -coded cross -linked polyethylene, insulated conductors twisted into a pair (or triad), pair -shielded (or triad -shielded) with a spirally applied aluminum/mylar tape shield and a 7-strand drain wire. Cable to have an overall 45 mil jacket. E. Manufacturers: The Okonite Company; Alpha Wire Corporation, Dekoran Division; Samuel Moore and Company; or approved. 2.4 CONDUCTOR AND CABLE TAGS A. Tags for conductors No. 12 AWG and below shall be legible permanent sleeve of yellow or white PVC with machine printed black marking. Provide heat shrink type applied with manufacturer's recommended heat source. Tags relying on adhesives or taped -on markers are not acceptable. B. All conductors and cables shall be labeled at each end with heat shrinkable sleeves indicating wire or cable designation. C. Contractor shall develop cable labeling system and record all tag names on record drawings. PART 3 EXECUTION 3.1 GENERAL A. Conduit shall be thoroughly cleaned of all foreign material just prior to pulling the wire or cable. Lubricants shall be compounds specifically prepared for cable pulling and shall not contain petroleum or other products which will affect cable insulation or conduit integrity. Lubrications shall be UL approved. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. B. Terminal strips in panels shall be identified throughout the equipment utilizing unique numbering system at the equipment enclosures and the control panels. C. Wires terminating on terminal strips shall be tagged with the designation of the terminal strip and the number of the terminal to which they are connected. Wires shall be numbered with Brady heat shrink wire markers at all accessible locations. Wire 16-1840.224 Low Voltage Electrical Power Conductors and Cables Kennydale Reservoir 2605 19 - 3 markers shall be permanent type. Submit shop drawings of the type to be used for approval. D. Wiring diagrams shall show the terminal strips, terminals, and their identifying designations. E. Color code 1. All secondary service, feeder, and branch circuit conductors shall be color coded as follows: 240/120 Volt Phase Black A Red B White Neutral 2. All conductors 14 AWG through 6 AWG shall have solid color compound or solid color coating of colors specified above. All neutral conductors shall have solid color compound or solid color coating. 3. Conductors sized 4 AWG and larger shall have either: a. Solid color compound or solid color coating. b. Stripes, bands, or hashmarks of colors specified above. c. Colored pressure -sensitive plastic tape. Tape shall be applied in half overlapping turns for a minimum of 3 inches for all terminal points, and in all junction boxes, pull boxes, troughs, manholes, and handholes. Tape shall be 3/4 inch wide with colors as specified above. The last two laps of tape shall be applied with no tension to prevent possible unwinding. Where cable markings are covered by tape, apply tags to cable stating size and insulation type. F. Keep all conductors within the allowable tension limits during installation. Lubricants for wire pulling, if used, shall be approved for the insulation and raceway material. Observe cable manufacturer's and industry standard cable bending radius recommendations. For typeTHHN-2/THWN-2 conductors, avoid abrasion and damage to outer jacket. Wiring showing damage after installation shall be replaced by the Contractor at his own expense. G. Observe code restrictions with respect to wet and dry locations. At the Contractor's option, conductors with insulation systems rated for high operating temperatures may be substituted for lower temperature rated conductors. However, no reduction in conductor size will be permitted from that indicated. When using small diameter wire, do not reduce conduit size below that required for Type THW as shown in NEC. 16-1840.224 Low Voltage Electrical Power Conductors and Cables Kennydale Reservoir 2605 19 - 4 H. 600 volt conductors: For conductors sized 2 AWG and above, lighting circuits within 3- inches of a ballast, underground in raceway, or feeders, provide type XHHW-2 conductors. For all other circuits, provide either type THHN-2/THWN-2 or type XHHW-2 (Contractor's option). Provide ground and neutral wires identical to circuit wires. 3.2 INSTALLATION A. Conductors 600 Volts and Below: Use compression connectors with tools by same manufacturer and/or UL listed for connectors of all stranded conductors. Soldered mechanical joints insulated with tape will not be acceptable. B. Splicing of conductors No.8 AWG or smaller shall be by preinsulated spring -pressure connectors, such as "Scotchlok" Types Y, R and B, or Ideal "Wingnut". Similar products by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. All uninsulated splices, joints, and free ends of conductors shall be covered with rubber and friction tape or high -dielectric strength, plastic tape. All splices in underground boxes or direct buried shall be insulated and waterproofed, using scotchcast epoxy splicing compounds suited for the purpose. C. Where conductors will be connected by others, provide adequate length pigtails. D. Provide terminals and connectors acceptable for the type of material used. E. Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length, and remove surplus wire. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. F. Pulling: 1. Provide suitable installation equipment to prevent cutting or abrasion of conduits during pulling of feeder. 2. Ropes used for pulling feeders shall be made of suitable non-metallic material. 3. Attach pulling lines for feeders by means of either woven basket grips or pulling eyes attached directly to the conductors, as approved by the Engineering. 4. All cables in a single conduit shall be pulled in together. 5. The cable jacket and/or conduit walls shall be completely lubricated when cable is pulled into conduit. The lubricant shall be applied immediately before or during a pull. Minimum quantities of lubricant used in a pull shall be per manufacturer's recommendations. 16-1840.224 Low Voltage Electrical Power Conductors and Cables Kennydale Reservoir 2605 19 - 5 6. Pull conductors simultaneously where more than one cable is indicated in same raceway. Use NRTL-listed and manufacturer -approved pulling compound or lubricant where necessary. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. G. In manholes, handholes, pull boxes, junction boxes, and cable vaults, train cables around walls by the longest route from entry to exit and support cables at intervals adequate to prevent sag. H. Install terminations at ends of conductors with standard kits. Conform to manufacturer's written instructions. Comply with classes of terminations indicated. [c19�to] ►11: 81WTiT/1:lI A. Do not splice without permission of the Engineer. Locate splices, when necessary, only in readily accessible cabinets or junction boxes using terminal strips. B. Where connections of wires installed under this section are to be made under the instrumentation and control section, leave pigtails of adequate length for neat bundled type connections. C. Maintaining the integrity of shielding of control wires is essential to the operation of the control systems. Take special care in cable installation to ensure that grounds do not occur because of damage to the jacket over the shield. 3.4 FIELD TESTS A. Perform insulation resistance testing of all power and control circuits below 600 volts with a 500-volt megger. Prepare a written test report of the results and submit to the Engineer prior to final inspection. Equipment which may be damaged during this test should be disconnected. Perform tests with all other equipment connected to the circuit. 16-1840.224 END OF SECTION Low Voltage Electrical Power Conductors and Cables Kennydale Reservoir 2605 19 - 6 SECTION 26 05 26 GROUNDING AND BONDING PART1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. This section covers the work necessary to furnish and install and complete the electrical grounding system. A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, and Section 26 05 00 GENERAL ELECTRICAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are necessary for this project. 1.3 SUBMITTALS AFTER AWARD OF CONTRACT A. Submittals after award of Contract shall be made in accordance with Division 1, GENERAL REQUIREMENTS, and Section 26 05 00 GENERAL ELECTRICAL REQUIREMENTS. 1.4 SYSTEM DESCRIPTION A. Provide grounding and bonding of electrical service, circuits, equipment, signal, and control systems. B. Performance Requirements: Supplement the grounded neutral of the secondary distribution system with an equipment grounding system to properly safeguard the equipment and personnel. Install equipment grounding such that all metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, machine frames, portable equipment and other conductive items in close proximity with electrical circuits operate continuously at ground potential and provide a low impedance path for possible ground fault currents. 1.5 REGULATORY REQUIREMENTS A. Conform to requirements of the NEC, latest adopted version with amendments by local AHJ's. 16-1840.224 Grounding and Bonding Kennydale Reservoir 26 05 26 - 1 B. Furnish products listed by UL or other NRTL acceptable to AHJ. 1.6 SEQUENCING AND SCHEDULING A. Building Ground Electrode: Coordinate placement of ground rods and grounding electrode conductor in base of building footing prior to placement of concrete. Coordinate bonding of rebar with rebar installer prior to rough -in. PART 2 PRODUCTS 2.1 MATERIALS A. Ground Rods: Copperclad steel, 3/4-inch diameter, 10-feet long, tapered point, chamfered top. Manufacturers: Weaver, Thomas & Betts, Talley, or approved. B. Grounding Connectors: Hydraulic compression tool applied connectors or exothermic welding process connectors or powder actuated compression tool applied connectors. Mechanical type of connectors are not acceptable. Manufacturers: Burndy Hyground Compression System, Erico/Cadweld, Amp Ampact Grounding System or approved. C. Pipe Grounding Clamp: Mechanical ground connector with cable parallel or perpendicular to pipe. Burndy GAR Series, O-Z Gedney, Thomas & Betts or approved. D. Telecommunications Grounding Bar: 1/4-inch thick by 4-inch high by 20-inch long copper ground bar with insulators. Manufacturers: Erico/Cadweld or approved. E. Grounding Electrode Conductor: Bare copper stranded conductor. 2.2 GROUND CONDUCTORS A. Provide grounding conductors of the size shown and the same insulation type as the circuit conductors, unless otherwise shown. PART 3 EXECUTION 3.1 GENERAL A. Provide all grounding systems and make connections mechanically secure and electrically continuous. Ground all line voltage electrical systems completely and effectively as required by code and as specified herein. B. Ground all raceway systems and equipment enclosures. Where not otherwise indicated, grounding conductor size shall conform to the most stringent of the governing codes, except that no grounding conductor shall be smaller than 12 AWG. 16-1840.224 Grounding and Bonding Kennydale Reservoir 26 05 26 - 2 1. Ground the service and transformers in an approved manner. 2. Provide grounding where indicated on the drawings. All ground mat conductors shall be bare soft drawn copper, sized as noted. Bury all conductors approximately 12-inches below grade. 3. Grounding conductor connections shall be bolted except at inaccessible ground rods, buried ground conductors and reinforcing steel grounding conductor connections, where connections shall be brazed or an irreversible compression system used. Exothermic welded connections may be substituted for brazed connections subject to the Engineer's approval and demonstration on the project with actual test connections that the connections will be successfully made. 4. Equipment grounding conductors, unless otherwise noted, shall be the same insulation type as the circuit conductors and shall be run in conduit. 5. Continuity of equipment ground shall be maintained throughout the entire raceway, cabinet and equipment enclosure system. Ground bushings and jumpers shall be used wherever normal conduit termination does not insure continuity. Where nonmetallic conduit is used for distribution or where direct burial cables are employed, install a green insulated equipment ground conductor with each circuit. 6. Metal parts of lighting fixtures shall be bonded to conduit system with green ground wire. Receptacles shall be grounded to outlet boxes with green ground wire and machine screw. 7. Motors and equipment shall be bonded to the equipment grounding system by a continuous green insulated equipment ground conductor run with each circuit through approved flexible conduit connections as permitted by code. Where flexible conduit size exceeds the code approved limits, provide a separate green grounding conductor inside each flexible conduit, bonded to the inside of the connection box and to the nearest accessible supply end conduit junction box. 8. Where concrete pad is provided for utility -furnished transformers, suitable grounding systems shall be provided under this section, including driven ground rods. Installation shall conform with the serving utility company requirements. 3.2 INSTALLATION A. Concrete Encased Ground Electrode: 1. From the service equipment ground bus install grounding electrode conductor to footing foundation rebar. 2. Bond the grounding electrode conductor to three independent steel rebars. Each rebars minimum length is 20-feet. 16-1840.224 Grounding and Bonding Kennydale Reservoir 26 05 26 - 3 3. Protect grounding electrode conductor extension from footing/foundation to service equipment with rigid PVC conduit. Do not use metal conduit for grounding electrode conductor protection. B. Water Service Grounding: Bond building ground electrode and metallic water service pipe to service ground bus. Connect to metallic water pipe on utility side of isolating fittings or meters, bond across water meters. C. Raceways: 1. Ground all metallic raceway systems. Bond to ground terminal with code size jumper except where code size or larger grounding conductor is included with circuit, use grounding bushing with lay -in lug. 2. Connect all metal raceways, which terminate within an enclosure but without mechanical connection to the enclosure, by grounding bushings and ground wire to the grounding bus. 3. Where equipment supply conductors are in flexible metallic conduit, install stranded copper equipment grounding conductor from outlet box to equipment frame. 4. Install equipment grounding conductor, code size minimum unless noted on Drawings, in all nonmetallic and metallic raceway systems. D. Feeders and Branch Conduits: 1. Install continuous insulated equipment copper ground conductors within the following circuits; feeders, circuits for computer systems and other circuits as indicated on Drawings. 2. Where installed in a continuous solid metallic raceway system and larger sizes are not detailed, provide insulated equipment ground conductors for feeders and branch circuits sized in accordance with NEC section 250. E. Boxes, Cabinets, Enclosures and Panelboards: F. Bond grounding conductors to enclosure with specified conductors and lugs. Install lugs only on thoroughly cleaned contact surfaces. G. Bond all sections of service equipment enclosure to service ground bus. H. Motors, Equipment and Appliances: Install code size equipment grounding conductor from outlet box to (motor) equipment frame or manufacturer's designated ground terminal. 16-1840.224 Grounding and Bonding Kennydale Reservoir 26 05 26 - 4 Receptacles: Connect ground terminal of receptacle to equipment ground system by 12 AWG conductor bolted to outlet box except isolated grounds where noted. Self grounding nature of receptacle devices does not eliminate conductor bolted to outlet box. J. Telecommunications Backboard: provide telecommunications grounding bar at each telecommunications backboard. Bond the grounding bar to service grounding bar in the main service equipment with a 6 AWG copper equipment grounding conductor. K. Separately Derived Systems: Ground each separately derived system per NEC. 3.3 GROUNDING CONNECTIONS A. Unless shown otherwise, make connections of grounding conductors to ground rods at the upper end of the rod with the end of the rod and the connection point below finished grade. Make connections of other grounding conductors generally accessible. B. When making thermite welds, wire brush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer's recommendations. After welds have been made and cooled, brush slag from the weld area and thoroughly clean the joint. For compression connectors, use homogeneous copper, anti -corrosion, surface treatment compound at connectors in accordance with connector manufacturer's recommendations. Use connector of proper size for conductors and ground rods specified. Use connector manufacturer's compression tool. Notify Engineer prior to backfilling any ground connections. 3.4 FIELD TESTS A. Notify Engineer at least 2-weeks prior to performing ground tests to allow Engineer option of witnessing tests. B. Provide copies of reports of all grounding system tests for inclusion in operation and Maintenance manuals and for review by the Engineer. END OF SECTION 16-1840.224 Grounding and Bonding Kennydale Reservoir 26 05 26 - 5 This page intentionally left blank. SECTION 26 05 33 RACEWAYS AND BOXES PART 1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. Work included: This section covers the work necessary to furnish and install complete electrical raceway systems. ii111MAKe1111►1l A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are necessary for this project. 1.3 EXCAVATION AND BACKFILL A. Perform all necessary excavation and backfilling for buried conduits and conductors as specified in Section 3123 17, Trenching of specifications, as applicable. B. No backfilling shall be done until all direct burial cables, conduits, and penetrations to be covered have been inspected and approved. II AMON1:1u1IaIF_\I0'r_\MIa y_W%\all 067gK97►11:7_TIII A. Submittals after award of Contract shall be made in accordance with Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS. PART 2 PRODUCTS 2.1 GENERAL A. All raceway shall be UL (or other NRTL) approved for the application. B. All conduit bodies used on 1.25-inch and larger shall be mogul type. 16-1840.224 Raceways and Boxes Kennydale Reservoir 26 05 33 - 1 C. All conduit terminating on outdoor enclosures, boxes, or cabinets shall use Myers type hubs. 2.2 RIGID STEEL CONDUIT A. Use only hot dipped galvanized rigid steel conduit, including bushings, couplings, elbows, nipples, and other fittings, and meeting the requirements of ANSI C80.1, ANSI C80.4, UL, the NEC, and Federal Specification WW-C-581. Use only threaded (do not use setscrew or compression type) couplings, bushings, elbows, nipples, and other fittings unless approved in writing by the Engineer. All threads shall be coated after cutting. . =SM014I9LllIN9l:][ei11L119aawl IIbill I1 A. Conduit used in the coating process shall be hot dip galvanized inside and out in accordance with Federal Specification WW-C-581-E, ANSI Standard C-80.1, and UL Standard 6. Finished conduit shall fully conform to the current NEMA RN-1 Standard and shall have a label affixed indicating compliance with UL Standard 6. B. The zinc surfaces of conduit and fittings shall remain intact and undisturbed on both the interior and exterior throughout the cleaning and coating processes as defined in section 4.3.1 of NEMA RN-1-1989. C. The PVC exterior coating on conduit, fittings, couplings, accessories, and hardware shall have a minimum thickness of 40 mils, except where part configuration or application dictate otherwise. D. A polyurethane coating having a nominal thickness of 2 mils shall be applied to the interior of conduit, couplings, elbows, nipples, and feed -through fittings, except where prohibited by design. E. All conduit threads shall be protected from corrosion by application of a polyurethane coating applied over the manufacturer's standard zinc coating. F. Use PVC Coated Rigid Steel (PVC-RGS) Conduit in corrosive or hazardous (Classified) areas, unless otherwise noted. 2.4 FLEXIBLE METALLIC CONDUIT A. Use liquid tight flexible conduit, zinc -coated steel core, extruded gray PVC cover, UL approved, Sealtite type "UA" or Liquatite type "LA", or equal. Where permitted by local inspection authority, sizes larger than 3-inch shall be Sealtite type "EF", or Liquatite type "LT", or equal. 16-1840.224 Raceways and Boxes Kennydale Reservoir 26 05 33 - 2 2.5 FLEXIBLE NON-METALLIC CONDUIT, LIQUID -TIGHT A. Use UL listed, liquid -tight, flexible non-metallic conduit conforming to NEC Article 356. Use liquid -tight flexible non-metallic conduit suitable for conductors with 75 degree C insulation. Provide conduit labeled sunlight resistant where exposed or otherwise required by local codes. Conduit connectors shall be UL listed, Appleton type STNM, or equal. 2.6 RIGID PVC CONDUIT A. Use rigid PVC Schedule 40 or 80 conduit, UL listed for concrete encasement, underground direct burial, concealed, direct sunlight exposed use, and marked for use with conductors having 90 degrees C insulation. Use conduits, couplings, bushings, elbows, nipples, and other fittings meeting the requirements of NEMA TC 2 and TC 3, Federal Specification WW-C-1094, UL, NEC, and ASTM specified tests for the intended use. 2.7 CONDUIT FITTINGS AND ACCESSORIES A. Provide conduit fittings as follows unless otherwise noted or detailed. Catalog numbers shown are Appleton Electric Company unless otherwise noted. Other brands of the same construction will be accepted. B. Fittings Rigid Conduit Expansion Unions UNY, UNF, Expansion Series Sheet Steel and Fiberglass Enclosures Watertight HUB Series Liquidtight Insulated Connectors Throat -STB, STN, STL, STNM Series 2.8 WARNING TAPE A. Provide heavy -gauge, yellow plastic tape of 3-inch minimum width for use in trenches containing electric circuits. Utilize tape made of material resistant to corrosive soil. Use tape with printed warning that an electric circuit is located below the tape. Manufacturers and types: ITT Blackburn Type YT, Griffolyn Co., Terra -Tape, or approved. PART 3 EXECUTION 3.1 GENERAL A. No raceway shall be installed until work which might cause damage to wires, conduit boxes, orfittings has been completed; conduit, boxes, fittings, and wires which become damaged in any way shall be removed from the job and replaced at expense of the Contractor. 16-1840.224 Raceways and Boxes Kennydale Reservoir 26 05 33 - 3 B. Conduit buried in earth: Install raceways to provide not less than 30 inches cover to finish grade. Pitch to drain away from buildings; avoid trapped runs. Grade trenches and place pipe bedding material to provide uniform trench bottom for raceway support. Buried raceway shall not be smaller than 1 inch and shall be PVC or fiberglass, unless otherwise shown. All underground elbows shall be PVC or fiberglass, unless otherwise noted or required by power utility (for service runs). All interior stub -up conduit sections shall be RGS or PVC -coated rigid; make transition from PVC/fiberglass to RGS under slab. C. Provide rigid steel conduit for raceways embedded in structural reinforced concrete, below floor slabs -on -grade, in damp or corrosive locations, in hazardous areas, for exposed installations where subject to damage, for sizes 1.25-inch and larger, and at all locations not otherwise specified. D. Provide flexible conduit connections at all motors and transformers plus other equipment connections subject to vibration. Utilize suitable fittings, keep route neat, at nominal right angles, and in conformance with equipment lines. E. Exposed conduit shall be run in straight lines parallel to column lines, walls, or beams. Where conduit is grouped, the bends and fittings shall be installed to present an orderly appearance. Unnecessary bending or crossing shall be avoided. F. Supports for exposed conduit runs shall be furnished and installed within 3 feet of each box. Supports shall be secured by means of expansion inserts in concrete. G. Conduit and fittings shall be properly protected during the construction period against mechanical injury from any cause. Conduit which extends out of floors, walls, or slabs shall be boxed or otherwise protected and ends shall be capped with metal pipe plugs. 3.2 SIZE A. Use raceways no smaller than 3/4 inch. 3.3 RACEWAY INSTALLATION A. Rigid conduit joints and connections shall be made thoroughly watertight and rustproof by means of thread compound which will not insulate the joint. Each threaded joint shall be thoroughly cleaned to remove all the cutting oil before the compound is applied. Running threads will not be allowed. Erickson couplings may be used in dry and exposed locations provided that they are installed with fixed threaded connection at the top of vertical runs. B. Raceways in Plain Concrete: Do not place raceways in cement toppings on structural floors without special approval. Install, however, in non -reinforced concrete headers and similar locations provided for their installation. 16-1840.224 Raceways and Boxes Kennydale Reservoir 26 05 33 - 4 C. Raceways in reinforced concrete: Do not displace reinforcing steel to accommodate the installation of raceways and outlet boxes. In general, locate all embedded conduits in the physical center of the particular section of concrete. Wooden plugs inserted in concrete or masonry are not acceptable as a base for raceway fastenings. Provide raceways embedded in reinforced concrete in conformance with the following usual types of conditions unless otherwise instructed by the Engineer. Particular attention is called to the fact that there are many extenuating conditions where the Contractor may be instructed during the course of the project not to place embedded conduits in certain areas, generally due to the possibility of unsightly cracking or for structural reasons. This instruction does not entitle the Contractor to extra compensation. Special approval will be required for any condition not covered by the following usual conditions. Location Maximum Allowance Columns Displacement of 4% of plan area of column Floors and walls Displacement of 1/3 of thickness of concrete, spaced not less than three diameters o.c. Beams and joists Displacement of 1/3 of least dimension, spaced not less than three diameters o.c. Sleeves through Two-inch maximum pipe size, not less floors and walls than three diameters o.c. D. Raceways Penetrating a Roof Seal: Provide suitable lead flashing with shrink tubing. Submit shop drawings of method to be used for approval. 3.4 RACEWAY FITTINGS AND CONNECTIONS A. Coupling and Connections: Make all connections in threaded conduit watertight. B. On rigid conduit system, use threaded connections at all locations. Conduits and threaded hubs shall have no less than five (5) threads engaged. Long threads known as "running threads" shall not be used. Erickson couplings or unions shall be used only in places where continuous conduit runs cannot be made satisfactorily. Regular cutting oil is suitable for threading steel conduit. C. Make all box connections with two locknuts and one insulated steel, plastic, or fiber bushing. On all conduit and tubing systems, provide grounding locknuts or grounding bushings where required. D. On rigid non-metallic conduit systems, utilize solvent welded joints specifically recommended by the manufacturer; except at connections to metallic conduit systems, utilize threaded connections. Provide expansion fittings where required to compensate for thermal expansion and contraction. Utilize factory made long sweep ells throughout, except where space or similar restrictions dictate the use of minimum or special field bends. 16-1840.224 Raceways and Boxes Kennydale Reservoir 26 05 33 - 5 E. Stub Outs: Extend conduit stubs at least one foot outside slab or fill, before connections are made. F. Protection: Cap raceways immediately upon rough -in. Utilize temporary plastic caps designed for the purpose. The use of paper or rag wads will not be permitted. G. Expansion Joints: Provide expansion joint fittings in all raceways crossing expansion joints or because of the length of the conduit run and temperature variations. Where differential settlement may occur, use deflection fitting. H. Equipment Connections: Equipment connection indicated in plan are diagrammatic unless detailed. In general, a single stub up is indicated to serve the equipment and controls. Conform to the actual equipment connection requirements. END OF SECTION 16-1840.224 Raceways and Boxes Kennydale Reservoir 26 05 33 - 6 SECTION 26 27 00 SERVICE AND DISTRIBUTION PART1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. Work consists of providing the complete service and distribution system shown on the drawings and specified herein. The requirements of all other sections of the specification are equally applicable to the work to be performed under this section. 1.2 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are necessary for this project. 1.3 SUBMITTALS AFTER AWARD OF CONTRACT A. Submittals after award of Contract shall be made in accordance with Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS. 1.4 ELECTRICAL SERVICE A. The utility company rendering electrical service to this project is Puget Sound Electric (PSE). Furnish all labor and install all material not furnished by the utility company, including meter bases, CT cans, and transformer pads or poles as shown, or as required by utility company to render service to the project from utility service point. Verify service point metering requirements, pad construction details, service charges, etc., and include all costs in bid proposal. B. Provide ground services as required to satisfy utility company and code requirements. C. Provide trenching and backfill at locations shown on the plans and as required by the utility company for service cable to the project site. D. For utility service conduit, provide sweeps per utility company standards. 16-1840.224 Service and Distribution Kennydale Reservoir 26 27 00 - 1 E. Verify all pull boxes, transformer details, and cable details with the utility company and observe utility company standards throughout. F. The Contractor shall pay all Power Company fees. 1.5 SYSTEM VOLTAGE CHARACTERISTICS A. Provide electrical system nominal utilization voltage characteristics as follows: Typical Voltage Description Herein 120/240 PART 2 PRODUCTS 2.1 PANELBOARDS Nominal Utilization Voltage 115/230 A. General: Provide panelboards in conformance with the following specification for installation as shown on the drawings. B. Panelboards shall be dead -front, surface mounted with sub -breakers, main lugs, double lugs, or main breakers as shown on the drawings. Lugs shall be sized for feeders and shall conform to the specification for splicing and terminations. Buses shall be copper, full panel length. Buses shall be identified. Minimum bus rating shall not be smaller than the setting of the feeder protective device. Provide copper ground bus in all panelboards. Unless otherwise indicated, the interrupting rating for panelboards shall be 10 kAIC at 240 VAC, minimum; provide higher ratings, if required. 1. Circuit breakers: Provide molded case bolt -on circuit breakers with thermal magnetic trip units, and a common trip bar for two or three -pole breakers, connected internally to each pole so that the tripping on one pole will automatically trip all poles of each breaker. Handle bales or clips will not be acceptable. Provide breakers of the trip -free and trip -indicating type, with quick -make, quick -break contacts. Provide single, two or three pole breaker interchangeability. 2. Special features: Provide split -bus, sub -feed lugs, sub -feed protective device and contactors as indicated on the drawings or specified in this or other sections of these specifications. 3. Tandem, duplex, or half -sized circuit breakers: Do not use this type of equipment. 4. Lighting and appliance panelboards (240 V class): Minimum breaker interrupting rating shall be 10,000 amps, symmetrical. Provide breakers and panel of higher interrupting rating where indicated on the drawings. Provide minimum box dimensions per NEC. 16-1840.224 Kennydale Reservoir Service and Distribution 262700-2 5. Covers: Coves shall be hinged front. Inside cover shall have panel schedule neatly typewritten in a plastic pouch. 2.2 SAFETY SWITCHES AND DISCONNECTING MEANS A. Furnish safety switches and disconnecting means where required by the NEC, state and local codes or where required by the AHJ. All equipment shall conform to NEMA standards latest revision as applicable. B. Switches shall be heavy-duty class, quick -make, quick -break, safety -type, externally operable, with by -passable interlock to prevent opening of cover in "ON" position. Switch shall have positive indication of "OFF" and "ON" position. Devices shall have visible blades unless molded -case breaker mechanism is used. Switches shall be so constructed as to preclude single phasing of switch blades due to mechanical failure. Switches shall be padlockable in the "OFF" position. C. Switches shall be of the proper horsepower, ampere and voltage rating with number of poles required to open all ungrounded conductors and with a solid neutral (S/N) bar where required. Provide auxiliary switch contacts in all disconnect switches to monitor the status of the disconnect switch. D. Unless otherwise indicated, individually -mounted switches shall be in NEMA type 12 enclosures except in wet locations or where indicated as weatherproof, in which case NEMA type 4 stainless steel enclosures shall be provided. 2.3 FUSES, 600-VOLT AND LESS A. Provide fuses as manufactured by Bussmann Manufacturing Company, Chase- Shawmut Company, or equal. B. Fuses protecting control circuits shall be Bussman "Fusetron", Chase-Shawmut "Trionic," or equal, dual -element type having an interrupting rating of at least 100,000 Amps RMS unless otherwise noted. C. The following general requirements shall apply to all fuses: 1. Fuses shall be coordinated with each other and with circuit breakers in the circuit. 2. Make adjustments in the specified fuse sizes and provide substitute fuses as required to achieve reliable trouble -free operation of all fused circuits. 3. Provide a fuse in each fuse holder. 4. Provide a label inside each cover or adjacent to each fuse holder indicating specific type of fuse required for replacement. 16-1840.224 Kennydale Reservoir Service and Distribution 262700-3 5. Provide six spare fuses for each low -voltage current rating used on the project, except no spare fuses will be required for integral current -limiting fuse circuit breaker units. PART 3 EXECUTION 3.1 EQUIPMENT BASES A. Provide equipment bases for all floor -mounted electrical equipment. Unless otherwise indicated, bases shall be poured -in -place concrete, nominally 3.5-inches high, and be one inch larger on all exposed edges than the equipment to be mounted. Provide additional surface -mounted channels where required to match and lineup with existing equipment. Provide concrete pads and mounting provisions for all exterior equipment as indicated on the drawings or specified in other portions of the specifications. 3.2 SUPPORTS A. Provide hangers or other devices such as pads, channels, struts, joists, anchors, etc., necessary for the support of electrical equipment. Provide the design, fabrication and erection of supplementary structural framing electrical equipment. Show on shop drawing supplementary framing including design loads, member size and location. When supplementary framing is indicated, verify that dimensions are suitable for the equipment furnished. Provide additional strength when equipment furnished is heavier than that specified. 3.3 DAMP AND WET LOCATION A. Provide 1/4-inch air space behind all electrical equipment mounted in damp and wet locations and on concrete walls below grade. Use corrosion -resistant washers, bolts and anchors. 3.4 START-UP AND TESTING A. The Contractor shall provide third party testing and certification of any ground fault circuit breakers per the NEC and/or State Codes. B. The Contractor shall provide switchboard factory authorized personnel for 1 day to perform the following: 1. Inspecting for proper wiring and functionality. 2. Set all circuit breakers, including the generator circuit breaker, per the coordination study specified herein. 16-1840.224 Service and Distribution Kennydale Reservoir 26 27 00 - 4 C. Provide Engineer with documentation on each setting of each circuit breaker as programmed. Omission of proper documentation shall result in start-up and testing Failure, and cause for the system to be re -tested and re -commissioned at the Contractor's expense. END OF SECTION 16-1840.224 Kennydale Reservoir Service and Distribution i7:�►iI�I�� This page intentionally left blank. SECTION 26 27 26 BASIC ELECTRICAL MATERIALS AND METHODS PART1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. The work consists of furnishing all labor, materials, and equipment required for electrical work shown on the drawings and as further described in these specifications. 1WAIIIIII0e1011►1l A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are necessary for this project. 1.3 REGULATIONS AND PERMITS A. The Contractor shall comply with all applicable codes, ordinances, and regulations, including the National Electrical Code, National Electrical Safety Codes, and State and local codes. B. The Contractor shall obtain a Certificate of Electrical Inspection from the local inspecting authority and submit to the owner upon completion of the project. 1.4 SUBMITTALS AFTER AWARD OF CONTRACT A. Submittals after award of Contract shall be made in accordance with Division 1 and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS. PART 2 PRODUCTS 2.1 JUNCTION, PULL, AND OUTLET BOXES A. Provide metallic outlet boxes as follows unless otherwise noted or detailed. No nonmetallic boxes will be permitted. 16-1840.224 Basic Electrical Materials and Methods Kennydale Reservoir 26 27 26 - 1 1. Boxes on rigid conduit systems shall have threaded hubs and case gasketed cover, meeting F.D. W-C-586. Any type, design, form, and style will be acceptable unless otherwise specified or shown on the drawings. 2. Provide boxes not less than 2 inches deep, unless shallower boxes are required by structural conditions and are specifically accepted by the Engineer. Use box extensions, where required, to provide wiring space required by the NEC. For hollow masonry construction, provide boxes of sufficient depth so that conduit knockouts or hubs are in the masonry void space. Pressed steel boxes are acceptable for concealed box locations. 3. For exposed box locations, provide FD boxes of cast ferrous metal with gasketed, cast ferrous metal covers and stainless steel screws. Where indicated, provide covers which are weatherproof. Provide boxes with threaded conduit hubs and cast mounting lugs where lugs are required. 4. Outdoor or Wet Locations: Utilize NEMA 4 watertight enclosures for outdoor or wet locations and where subscript WP is indicated at the box location on the Drawings. 5. Junction and Pull Boxes: Provide removable screw cover on the largest access side of the box unless otherwise detailed. Where cast boxes are indicated or specified, provide conduit entrances with threaded hubs. Provide stainless steel screws at all exterior and damp locations. Where pull boxes are required but not shown, provide pull boxes as specified above sized per NEC requirements. � TiT/l:,l►[el9l;kT/[a]V A. Provide wiring devices where indicated. Catalog numbers shown are Hubbell -Bryant, unless otherwise noted. Equivalent devices by other manufacturers may be substituted. All devices shall be submitted for approval. Provide all similar devices of same manufacturer, unless indicated otherwise. B. Switches: 1. Provide flush switches, AC -type, single -pole, gray colored, rated 20 amp or higher suitable for the type load to be controlled. Manufacturers: General Electric, Bryant, Hubbell, Sierra, Pass and Seymour, or approved. 2. Weatherproof Switches: Use switches as specified mounted in a cast metal box with gasketed, weatherproof device plate as specified. C. Receptacles: 1. Provide UL listed, specification grade receptacles meeting NEMA WD 1 performance standards and Federal Specification W-C-596 and having a contact 16-1840.224 Kennydale Reservoir Basic Electrical Materials and Methods 262726-2 arrangement such that contact is made on two sides of each inserted blade without detent. Use two -pole, three -wire grounding type receptacles rated 20 amps, 125 volts, NEMA Configuration 5-20R and with screw type wire terminals suitable for No. 10 AWG. Provide phenolic composition bases colored gray. Manufacturers: General Electric, Bryant, Hubbell, Sierra, Pass and Seymour, or approved. 2. Where indicated, provide receptacles with ground fault interrupter. Unit shall be furnished with internal, solid state, ground fault current sensing and tripping. The receptacles shall include built-in "TEST" and "RESET" switches and "TRIPPED" indicator and shall be rated 20-amp, 120-volt, and of the "feed-thru" type. The receptacles shall be UL approved. Industrial Tamper -Resistant specification grade. They shall be as manufactured by Pass and Seymour, 3M, Square D, or approved. 3. Weatherproof Receptacles: Use receptacles listed as "weather -resistant" (WR) in all damp, wet, or outdoor locations, as required by NEC and mounted in a cast metal box with gasketed, weatherproof device plate, as specified. D. Special Purpose Receptacles: 1. Provide receptacles of the type, rating, and number of poles indicated or required for the anticipated purpose. Furnish a matching plug with cord -grip features for each special purpose receptacle. 2. Generator receptacle: Contractor to salvage generator receptacle located on existing pump station and reuse at location shown on new pump station building. 2.3 PLATES A. Provide plates for all wiring devices. Where devices are installed in exposed fittings or boxes, use Appleton, Pyle -National, Crouse -Hinds, or equal, "FSK" covers. Where weatherproof devices are specified or required on exterior or damp locations, use weatherproof covers as specified. Provide stainless -steel plates in all other finished areas. B. Weatherproof plates: 1. Where weatherproof switches are designated, the switch shall be installed in the specified box with a gasketed, weatherproof, cast -metal cover plate incorporating an external operator for the internal switch and with stainless steel mounting screws. 2. Where weatherproof receptacles are designated, the receptacle shall be installed in the specified box with a gasketed, metallic, die-cast Alloy 360 copper -free aluminum, "in -use" weatherproof rated ("bubble type") cover plate with stainless steel mounting screws and padlock provision, unless otherwise shown. 16-1840.224 Basic Electrical Materials and Methods Kennydale Reservoir 26 27 26 - 3 3. Where weatherproof devices are specified in above ground, interior, damp locations, cast malleable covers with gasket and stainless steel screws ("Bell type") are acceptable, unless otherwise shown. 4. All receptacles shall be mounted with the hinge of the cover at the top; mount all "Bell type" receptacles horizontally. 2.4 MOUNTING HARDWARE A. Provide stainless steel mounting hardware in exposed locations. 2.5 UNDERGROUND ELECTRICAL MANHOLES AND HANDHOLES A. Provide precast concrete manhole and handhole units of the size and configuration indicated. Concrete in the precast unit shall develop a minimum compressive strength of 4,500 psi in 28 days. Cover units and frames shall be the type as specified as to size, appearance, and mechanical strength. Covers shall seat properly to prevent rocking. Provide racks for all cables. Provide pulling irons. Manholes and handholes shall be Utility Vault Company with hinged and spring locked steel cover, similar by Brooks Products, or equal. B. Provide extension sections as required to accommodate duct bank burials and to bring cover flush with finished grade. PART 3 EXECUTION 3.1 EQUIPMENT INSTALLATION A. Boxes and cabinets shall be installed on the surface level and plumb and affixed to the surface with expansion inserts in concrete and machine screws to tapped holes in metal surfaces. B. Interconnections between equipment shall be made per manufacturer's wiring diagram. All wiring shall be clearly labeled and external connections in control panels and remote cabinets brought out to terminal blocks. All equipment connected to telephone lines shall be protected against voltage transients. 3.2 OUTLET AND DEVICE BOXES A. Provide a box suitable for the conditions encountered at each outlet in the wiring or raceway system and sized in accordance with the NEC. Use the listed types unless otherwise indicated or accepted. 16-1840.224 Kennydale Reservoir Basic Electrical Materials and Methods 26 27 26 - 4 B. Types to be Provided, Metal Raceway System: Locations Box Type All Cast Steel C. Mount receptacle boxes at 36-inches, AFF and light switch boxes at 48-inches, AFF, unless otherwise shown. D. Where above heights do not suit the building construction or finish, locate boxes as indicated by the Engineer. E. Locations indicated are approximate. Study the Drawings in relation to spaces and equipment surrounding each outlet. When necessary, relocate outlets to avoid interference. F. Mount all boxes plumb and level. G. Install boxes in a secure, substantial manner supported independently of conduit by attachment to the building structure or a structural member. [CI�C1�1�1►[��[�7►I_\►1�71�1��:Z�)./�.\ A. A. Where indicated on the Drawings, and where necessary to terminate, tap -off, or re -direct multiple conduit runs, provide and install appropriately designed junction boxes. Furnish and install pull boxes where necessary in the raceway system to facilitate conductor installation. Provide pull boxes to limit conduit runs to less than 150 feet and to contain no more than the equivalent of three right-angle bends. 1. Use outlet boxes as junction boxes and pull boxes wherever possible and allowed by applicable codes. 2. Installation: Make all boxes accessible. Do not install boxes in finished areas unless accepted by the Engineer. Mount all boxes plumb and level. 3. Install boxes in a secure, substantial manner, supported independently of conduit by attachment to the structural member. 3.4 WIRING DEVICES A. Receptacles: Mount receptacles with grounding slot down except where horizontal mounting is indicated, in which case mount with neutral slot down. Ground receptacles to boxes with grounding wire, not by yoke or screw contact. Mount weatherproof receptacles with the hinge for the protective cover above (not at side, or below) the receptacle opening. 16-1840.224 Kennydale Reservoir Basic Electrical Materials and Methods 26 27 26 - 5 B. Special Purpose Receptacles: Locate special purpose receptacles where shown. Install and mount the receptacles in accordance with the manufacturer's instructions and the applicable codes. C. Label all receptacles with panel and circuit information indicating its power source. Label shall be placed on cover plate of device or a permanent tag shall be installed on conduit or box. 3.5 DEVICE PLATES A. Installation: Securely fasten device plates to the receptacle boxes or the wiring device contained therein. Install device plates vertically or horizontally with an alignment tolerance of 1/16 inch. Do not use sectional type device plates. 3.6 MANHOLES AND HANDHOLES A. Inspect actual field conditions at the proposed location for each manhole and handhole and verify that it is free from interference with other utilities and free of flooding due to the characteristic flow of surface water. Make minor relocations as required to clear obstructions and minimize flooding. Set all manholes and handholes on a 24-inch deep rock bed. Provide a gasket and grout between all extension sections to seal manholes watertight. B. Conduits generally shall enter the handhole or manhole at approximate right angles to the wall and as near as possible to one end of the wall, unless otherwise indicated. Grout around all conduits and duct banks entering the manhole or handhole. C. Each manhole or handhole shall be provided with a minimum of one driven ground rod. The rod shall be copper clad, 10-feet in length (minimum) and having a diameter of not less than 3/4-inch. The upper end of the rod shall terminate 6 inches above the manhole or handhole floor. All noncurrent carrying metal parts in the manhole or handhole shall be bonded to the ground rod with a minimum of 6 AWG bare copper. END OF SECTION 16-1840.224 Kennydale Reservoir Basic Electrical Materials and Methods 26 27 26 - 6 SECTION 26 50 00 LIGHTING PART1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete installation of approved electrical systems. B. This section covers the work necessary to furnish and install and complete the electrical lighting system. A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are necessary for this project. 1.3 SUBMITTALS AFTER AWARD OF CONTRACT A. Submittals after award of Contract shall be made in accordance with Division 1, GENERAL REQUIREMENTS, and Section 26 05 00, GENERAL ELECTRICAL REQUIREMENTS. B. Provide submittals for: 1. Luminaires: Include electrical ratings (input watts and voltage), dimensions, mounting, material, required clearances, terminations, wiring and connection diagrams, photometric data (lumen output, LED color temperature, CRI, etc.), diffusers, and louvers. 2. Drivers. C. Provide the following operating and maintenance instructions from the manufacturer for project closeout, see Operation and Maintenance Manuals in Division 1: 1. Luminaires. 2. Drivers. 16-1840.224 Lighting Kennydale Reservoir 26 50 00 - 1 1.4 QUALITY ASSURANCE A. The Contractor shall test all lighting installations and demonstrate satisfactory operation of switching controls upon completion of the installation. The Contractor shall replace all defective components (including LEDs and drivers) prior to occupancy by the Owner. All luminaires shall be cleaned and visible labels removed. B. Regulatory Requirements: 1. Provide luminaires acceptable to code authority for application and location as indicated. 2. Comply with applicable ANSI standards pertaining to materials, drivers, transformers, and luminaires. 3. Comply with applicable NEMA standards pertaining to lighting equipment. 4. Provide luminaires and lampholders which comply with UL standards and have been UL listed and labeled for location and use indicated. 5. Comply with NEC 410 as applicable to installation and construction of luminaires 6. Comply with fallout and retention requirements of UBC 52 for diffusers, baffles, louvers, and the like. 1.5 WARRANTY A. Driver Manufacturer's Warranty: Not less than 2 years for LED drivers based on date of manufacturer embossed on driver, current with installation date. Warranty includes normal cost of labor for replacement of driver. B. LED Warranty: 36 months, minimum. PART 2 PRODUCTS 2.1 LUMINAIRES A. Luminaires: Refer to description and manufacturers in Luminaire schedule. B. Where recessed luminaires are installed in cavities intended to be insulated, provide IC rated luminaires or other code approved installation. C. Luminaires installed under canopies, roof or open porches and similar damp or wet locations, UL labeled as suitable for damp or wet locations. 16-1840.224 Lighting Kennydale Reservoir 26 50 00 - 2 D. Recessed Luminaires: Frame compatible with ceiling material installed at particular luminaire location. Provide proper trim, frame and modify luminaire to fit location and ceiling material. E. Finishes: 1. Manufacturer's standard finish (unless otherwise indicated) over a corrosion resistant primer. 2. Interior Light Reflecting Finishes: White or specular finish with not less than 85 percent reflectance. 3. Exterior Finishes: As detailed in luminaire schedule or on Drawings. Refer cases of uncertain applicability to Architect for resolution prior to release for fabrication. 2.2 LED LUMINAIRES A. General: 1. LED luminaires shall be in accordance with IES, NFPA, UL, as shown on the drawings, and as specified. 2. LED luminaires shall be Reduction of Hazardous Substances (RoHS)-compliant. 3. LED drivers shall include the following features unless otherwise indicated: a) Field replaceable. b) Indoors: 0-10V low voltage dimming. c) Minimum efficiency: 85% at full load. d) Minimum Operating Ambient Temperature: -20' C. (-4° F.) e) Input Voltage: 120V (±10%) at 60 Hz. f) Integral short circuit, open circuit, and overload protection. g) Surge protection rated to meet ANSI category 2 for indoors, category C low for outdoors, and shall be field replaceable. h) Power Factor: >_ 0.95. i) Total Harmonic Distortion: <_ 20%. j) Comply with FCC 47 CFR Part 15. 4. LED modules shall include the following features unless otherwise indicated: a) Comply with IES LM-79 and LM-80 requirements. b) Minimum CR190 and color temperature 4000°K unless otherwise specified in LIGHTING FIXTURE SCHEDULE. 16-1840.224 Lighting Kennydale Reservoir 26 50 00 - 3 c) Minimum Rated Life: 100,000 hours per IES L70 and TM-21 with 70% rated lumen output at 40°C, ambient. d) Light output lumens as indicated in the LIGHTING FIXTURE SCHEDULE. B. Housing, LED driver, and LED module shall be products of the same manufacturer. PART 3 EXECUTION 3.1 COORDINATION A. Verification of Conditions: Verify ceiling construction, recessing depth and other construction details prior to release of luminaire for shipment. Refer cases of uncertain applicability to Architect for resolution prior to release of luminaires for shipment. B. Provide all lighting to comply with Washington Energy Code and appropriate for location. K�►�u��ra��re���•�►1 A. Install luminaire in accordance with manufacturer's written instructions and with recognized industry practices; to ensure that luminaires comply with requirements and serve intended purposes. B. Align, mount and level luminaires uniformly. Use ball hangers for suspended stem mounted luminaires. C. Avoid interference with and provide clearance for equipment. Where intended locations for luminaires conflict with locations of equipment, change locations for luminaire by minimum distance necessary. D. Suspended Luminaires: Mounting heights indicate clearances between bottom of luminaire and finished floors. Unless otherwise shown, suspension mounting type shall be chain, cable, or stem (Contractor's option). E. Interior Luminaire Supports: 1. Support Luminaires: Anchor supports to structural slab or to structural members within a partition, or above a suspended ceiling. 2. Maintain luminaire positions after cleaning and relamping. 3. Support luminaires without causing ceiling or partition to deflect. 4. Comply with all related Division 26 sections. 16-1840.224 Lighting Kennydale Reservoir 26 50 00 - 4 F. Exterior Luminaire Supports: 1. Provide concrete footings for pole mounted lighting units and bollard lights at locations shown on site plan Drawings. Provide concrete footings as shown on Drawings or as recommended by manufacturer if not shown on Drawings. Minimum base height above grade in automobile areas is 30-inches. Install luminaire poles plumb and straight. 2. Install pole concrete footings in undisturbed or compacted soil. Where soil is disturbed provide backfill and compaction per Division 31 Earthwork requirement. G. Wiring: 1. Recessed luminaires to be installed using flexible metallic conduit with luminaire conductors to branch circuit conductors in a nearby accessible junction box over ceiling. Junction box fastened to a building structural member within 6-feet of luminaire. 2. Install luminaires for lift -out and removal from ceiling pattern without disconnecting conductors or defacing ceiling materials. 3. Flexible connections where permitted to exposed luminaires; neat and straight, without excess slack, attached to support device. 4. Install junction box, flexible conduit and high temperature insulated conductors for through wiring of recessed luminaires. H. Replace luminaires which have failed at completion of work. 3.3 ADJUSTING A. Focus and adjust floodlights, spotlights and other adjustable luminaires, with Engineer, at such time of day or night as required. B. Align luminaires that are not straight and parallel/perpendicular to structure. 3.4 CLEANING A. Clean paint splatters, dirt, dust, fingerprints, and debris from luminaires. B. Where finish of luminaires has been damaged, touch up finish as directed by manufacturer's instructions. END OF SECTION 16-1840.224 Lighting Kennydale Reservoir 26 50 00 - 5 This page intentionally left blank. DIVISION 27 INSTRUMENTATION Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 27 50 00 INSTRUMENTATION AND CONTROL PART 1 GENERAL 1.1 SCOPE A. The following supplements all sections of this specification and applies to all work specified, shown on the drawings, or required to provide a complete and operational Instrumentation and Control System (System). B. This section covers all work necessary for furnishing, installing, adjusting, testing, documenting, and starting up the System, including the interconnection and integration of components furnished under other sections of this contract. C. Major constituents for the System include, but are not limited to, all materials, equipment, and work required to implement a complete and operating System. The System shall include primary elements for process variable measurements, analog display and control elements, and discrete display and control elements. D. Additional constituents for the System include, but are not limited to, all materials, equipment and work related to implementing System communications. System communications includes sending and receiving data between components of the System, and monitoring and alarming status of System components. This shall include the supply, installation, and testing of telephonic, radio, and networking components and cabling required for System operation, and components specified in this section. E. Responsibility for Complete System: 1. The Contractor shall be ultimately responsible and shall provide for all labor, equipment, and materials not provided by others that are necessary for the supply, installation, certification, adjustment, testing, and start-up of a complete coordinated System that shall reliably perform the specified functions. 2. The Control Systems Integrator shall be responsible for providing and installing the programmable controller logic program, providing a fully documented back-up electronic copy and printed copy of the controller logic program, and shall participate in the testing of the PLC system and all associated field devices at start- up. 3. The Control Systems Integrator shall be responsible for providing and installing any required custom software programs (C, C++, VB, etc.), as may be applicable; providing a fully documented back-up electronic copy and printed copy of each 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-1 custom software program; and shall participate in the testing of the System and all associated field devices at start-up. 4. The Control Systems Integrator shall be responsible for providing and installing the SCADA program (if required), providing a back-up electronic copy of the SCADA program, and shall participate in the functional testing of the SCADA system at start-up. 5. The Control Systems Integrator shall be responsible for providing and installing the Operator Interface program, providing a back-up electronic copy of the Operator Interface program, and shall participate in the testing of the Operator Interface system at start-up. 6. Both the Contractor and Control Systems Integrator shall coordinate their work to ensure that: a. All components provided under this section, whether Contractor provided or Owner Purchased Equipment, are properly installed. b. The proper type, size, and number of control wires with their conduits are provided and installed. C. Proper electric power circuits are provided for all components and systems. 7. Both the Contractor and Control Systems Integrator shall participate in the testing of all field devices at start-up. 1.2 STANDARDS A. This Section incorporates the latest adopted revision of the following standards, by reference. In case of conflict between the requirements of this section and those of the listed standards, the more stringent requirements shall prevail. 1. NFPA— National Fire Protection Association a. NFPA No. 70, NEC - National Electrical Code. b. NFPA No. 79, Electrical Standard for Industrial Machinery. 2. ISA — Instrumentation, Systems, and Automation Society. 3. ICS — NEMA (National Electrical Manufacturer's Association) Industrial Control and Systems including: a. ICS-1— General Standards for Industrial Control and System. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-2 b. ICS-2 — Standards for Industrial Control Devices, Controllers and Assemblies. C. ICS-3 — Industrial Systems. d. ICS-4 — Terminal Blocks for Industrial Control Equipment and Systems. e. ICS-6 — Enclosures for Industrial Controls and Systems. 4. ANSI/IEEE — American National Standards Institute/Institute for Electrical and Electronics Engineers. 5. State and Local codes and ordinances. 6. UL — Underwriter's Laboratory UL (Note: Other Nationally Recognized Testing Laboratories [NRTL], such as ETL, may be used in lieu of UL.) a. Standard 508 (Industrial Control Panels for General Use) b. Standard 698 (Industrial Control Panels Relating to Hazardous (Classified) Locations) C. Standard 913 (Intrinsically Safe Apparatus and Associated Apparatus for Use in Class I, II, and III, Division 1, Hazardous (Classified) Locations) 7. NETA — National Electrical Testing Association. 1.3 ELECTRICAL TESTING LABORATORY LABELING A. All panels provided under this section shall be labeled by a Nationally Recognized Testing Laboratory (NRTL) of electrical systems, acceptable to the State of Washington; Underwriters' Laboratory (UL) and Electrical Testing Labs (ETL) are two such NRTLs. Labels shall be provided by an entity that is currently registered and authorized by the NRTL to provide such labels. B. All panels provided under this section shall be acceptable to the State of Washington and the authority having jurisdiction. C. All panels and components provided under this section shall conform to the more stringent of the technical specifications or the applicable NRTL standards (for example: UL standards 508, 698, and/or 913). 1. Provide documentation necessary to verify that all components, construction methods, and circuits conform to the standard. 2. Panels that use Intrinsically Safe (IS) devices (barriers and/or relays) and built to UL standards shall include documentation of UL standards 698 and/or 913, as 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 3 applicable. Panels built to other equally acceptable NRTL standards (such as ETL) shall provide required documentation showing IS components and wiring are in compliance with that standard. D. Contractor shall provide additional design, components, and equipment necessary to meet the requirements of the applicable NRTL standards. E. Contractor shall provide submittals for additional components that are required by the applicable NRTL standards, but not specifically listed in this section. 1.4 SUBMITTAL DATA A. Post -Contract Award Submittals: Submit shop drawings and equipment review data as specified in Division 1. In addition to the requirements of other Divisions and Sections of the specifications, the submittal information shall be provided within 30 days of award. 1. All submittals shall be made in an electronic, PDF format. All materials provided in the PDF submittals shall use standard paper sizes of 8.5" x 11", 11" x 17", or 22" x 34". Sizes 11" x 17" and 22" x 34" are preferred for shop drawings, sketches, wiring diagrams, and similar, but may use 8.5" x 11" provided they are normally issued and/or are legible at that scale. Large spreadsheets may use the 11" x17" where required for legibility. All cut -sheets, descriptive material, technical data, and similar shall use 8.5" x 11". 2. Where manufacturer's standard literature with non-standard paper sizes are used, Contractor shall re -size such material to conform with the standard sizes listed. 3. Electronic submittals with non-standard paper sizes are subject to being returned, unreviewed, for non-compliance. B. Submittals shall include, but not necessarily be limited to, the following: 1. All equipment to be supplied shall be listed followed by descriptive data sheets. The equipment list shall include each component name, manufacturer, model number, description of the operation, quantity supplied, and any special setup and operation and maintenance characteristics. a. Similar components used in the project shall be the product of a single manufacturer. b. Service and replacement components for all equipment shall be normally stocked and readily available from service centers and suppliers in Washington, Idaho, or Oregon. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-4 2. Description and operation of all remote site hardware and the configuration features of the 1/0 and local control loop characteristics. 3. Catalog information, descriptive literature, wiring diagrams, and shop drawings on all electrical devices, components, panels, and enclosures furnished under this section. 4. Individual data (or specification) sheets shall be provided for all components provided under this section. The purpose of these data sheets is to supplement the generalized catalog information provided by citing all specific features for each specific component (e.g. materials of construction, special options included, calibration data including scale and range, etc.). Each component data sheet shall bear the component name and instrument tag number designation. 5. Panel elementary diagrams of pre -wired panels. Show all signals, analog and discrete, and all auxiliary devices such as relays, terminals, alarms, fuses, lights, fans, heaters, etc. Diagrams, device designations, and symbols shall be in accordance with NEMA ICS 1-101. 6. Panel elementary diagrams of panel assemblies. Show all signals, analog and discrete, and all auxiliary devices such as relays, terminals, alarms, fuses, lights, fans, heaters, etc. Diagrams, device designations, and symbols shall be in accordance with NEMA ICS 1-101. 7. Interconnecting wiring diagrams, with terminal identification numbers and external wire numbers, for the System. This diagram shall include all intermediate terminations between field elements and panels (e.g. terminal junction boxes, motor control centers, etc.). This diagram shall be coordinated with the electrical contractor and shall bear his mark showing that this has been done. Diagrams, device designations, and symbols shall be in accordance with NEMA ICS 1-101. 8. Loop diagrams, with terminal identification numbers and external wire numbers for each control loop in the System. This diagram shall include all intermediate terminations between field elements and panels (e.g. terminal junction boxes, motor control centers, etc.). This diagram shall be coordinated with the electrical contractor and shall bear his mark showing that this has been done. Diagrams, device designations, and symbols shall be in accordance with ISA Standards and Practices for Instrumentation. C. In addition: Before any components are fabricated, and/or integrated into assemblies, or shipped to the site, the Contractor shall furnish to the Engineer, and receive his review of full details, shop drawings, catalog cuts, 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. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-5 The intent of the submittal is to ensure complete project scope coverage and does not relieve the supplier from fulfilling any specified requirements. The submittal shall consist of legible printed text and high quality CAD drawings, in PDF format, with descriptive bookmarks at all major and minor divisions of the document. The submittal shall address all hardware and software to be supplied. 1. Catalog information shall be submitted for all equipment, regardless of whether or not it is of the same manufacturer as that listed in the Specifications. 2. Where allowed, requests for substitution must be made in writing, and shall include corresponding copies of all literature and information required for evaluation of the proposed substitution. This must be done within 30 days of the contract award. D. All submittals shall be complete, neat, and orderly. Partial submittals are not acceptable and may be returned, without being reviewed, for correction. All components shall be referenced by the instrument name tag designations. E. If in the opinion of the Engineer a submittal is not clear, it will be returned to the Contractor and it shall be revised and resubmitted within 15 days. 1. When a resubmittal is requested, resubmit only the indicated deficient portions of the submittal in question or where changes have been made to previously acceptable items. Resubmitting previously acceptable items slows the review process as all resubmitted material is (re)reviewed. F. Requests for equipment substitutions will be reviewed during the submittal process. Requests for equipment substitution received prior to the bid opening date will not be reviewed. 1.5 OPERATIONAL AND MAINTENANCE (0&M) MANUALS A. The Contractor shall provide (1) electronic copy (in PDF format), and two (2) printed (loose-leaf) copies of detailed sets of Operation and Maintenance (0&M) manuals with complete information concerning the operation of the System within 30 days after start-up of the equipment. The 0&M manuals shall include information related to diagnosis, down to the module and card replacement level. B. The manuals shall include all project specific information and the printed copies shall be furnished in three-ring binders with indexed tab sections. The PDF copy shall have descriptive bookmarks at all major and minor divisions, similar to the indexed tabbed sections of the printed copies. The 0&M Manuals shall contain descriptive material, drawings, and figures bound in appropriate places. 1. The manuals shall include operation and maintenance literature for the entire System and all components provided. The submitted literature shall be in sufficient 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 6 detail to facilitate the operation, removal, installation, adjustment, calibration, and maintenance of each component provided. 2. The manuals shall include data sheets for all significant equipment used in the System. Significant equipment is defined as equipment performs a function other than simple interconnection. The data shall include, as a minimum, the component name, manufacturer, model number, quantity, and any special 0&M characteristics. a. Factory calibration data sheets shall be included for all transmitters and transducers. b. Field calibration data sheets shall be included for all transmitters and transducers. 3. The manuals shall include wiring diagrams for all components provided. These wiring diagrams shall clearly show all terminals, terminal block number designations, and wire numbers. Diagrams, device designations, and symbols shall be in accordance with NEMA ICS 1-101. 4. The manuals shall include final as -built drawings (22" by 34" and 11" x 17" reduced) of equipment. These drawings shall include: a. Layout drawings for each panel shall include overall dimension details for each component and all door mounted operator devices including nameplate designations. b. Interconnecting wiring diagrams of all equipment installed or connected under this contract. C. Control loop diagrams showing operation of the System. C. The manuals shall include a detailed functional description of the System. Control loops shall be fully described in the functional description. A detailed description of remote site features such as 1/0 and local control loops shall be included. D. The manuals shall include final versions of the following software related items: 1. A fully documented back-up electronic copy of all controller logic programs, on non-magnetic media compatible with the System. 2. A fully documented printed copy of the controller logic program. 3. A fully documented back-up electronic copy of all custom software programs, on non-magnetic media compatible with the System. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 7 4. A fully documented back-up electronic copy of all SCADA programs, on non- magnetic media compatible with the System. 5. A fully documented back-up electronic copy of all operator interface programs, on non-magnetic media compatible with the System. E. The manuals shall include a listing of all recommended spare parts. 1. Spares and Expendables Recommendations: The Contractor shall provide a list of recommended spares and expendable items in sufficient quantities to sustain the System for a period of one (1) year after acceptance. 2. In addition to the Spares and Expendables List, the Contractor shall provide a Component Parts List. The Component Parts List shall be a complete parts list for the entire System and shall have the following features: a. All components shall be grouped by component type, with the component types identified in a similar manner to the component identification code used in these Specifications. b. All components shall be listed with their exact and complete manufacturer's part number, including all options and accessories. C. All components shall be identified with their complete tag number as shown in these Specifications, or as modified or assigned by Contractor and approved by the Engineer. d. All components without tag numbers shall be grouped within component type by manufacturer's part number. Exact quantities shall be listed for each part number. 1.6 MINIMUM FUNCTIONAL REQUIREMENTS A. The minimum functional requirements of the System include, but are not necessarily limited to, the following functions: 1. Summary The Kennydale Reservoir has a storage volume of 1.29 million gallons with a floor elevation of roughly 220 feet and an overflow elevation of 308 feet. A level transmitter, LT-308, measures the water level within the reservoir and reports to the City SCADA system. This level transmitter is used for informational purposes only, as the sensing line from the altitude valve, CV-1, is used to determine whether and how much flow is allowed into the reservoir. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-8 The Kennydale Reservoir will supply water to the City's 308 Zone and be filled with water from either The City's 308 Zone or 435 Zone. Flow through the 435 Zone at the site will be measured through a flow meter, FT-435. Flow through the 308 Zone at the site will be measured through a flow meter, FT-308. The control narrative below describes the system operation in greater detail. 2. System Description a. General Description —The Kennydale Reservoir site connect two pressure zones (PZ), PZ 435, and PZ 308. The reservoir is filled by PZ 435 or PZ 308. b. Reservoir Fill —The rate at which water is drawn from PZ 435 shall be limited to a maximum flow rate, initially set at 1,000 gpm. 1) While Filling from PZ 435 under flow control operations: Under normal operation, PZ 435 will fill the Kennydale Reservoir through the combination flow control, pressure sustaining and altitude valve CV-1. CV-1 shall reduce the pressure and limit the flow from PZ 435 to a maximum flow rate, as measured through meter FT-435. CV-1 will also maintain a minimum upstream pressure in PZ 435. 2) While Filling from PZ 435 under level control operations: Under this operation mode, PZ 435 will fill the Kennydale Reservoir through the combination flow control, pressure sustaining and altitude valve CV-1. CV- 1 shall remain closed until a user specified low reservoir level is sensed. When the water levels in the reservoir reach this low level, CV-1 will open and operate to reduce the pressure and maintain a minimum upstream pressure in PZ 435. Flow rate will be measured through meter FT-435. 3) While Filling from PZ 308 operations: Under this condition, PZ 435 can still fill the Division Reservoir, but when grades in PZ 308 are adequate, additional flow can flow from PZ 308 through a series of check valves at the site and enter the reservoir. Under this condition, flow rate will be measured through meter FT-308. c. Reservoir Distribution to PZ 308 — Flow from the reservoir to PZ 308 shall not be flow controlled but the flow rate shall be measured by flow meter FT-308. d. High Pressure — In the event that a high pressure condition occurs within the 308 zone piping near the reservoir, the pressure relief valve will open and water will be discharged to an outside drain. Flow through the pressure relief piping will not be measured but will be indicated by the control valve itself, which will annunciate an alarm but will not in turn affect the operation of any valves or equipment. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-9 e. Reservoir isolation control — When a seismic event is sensed at the seismic sensor at the site, an alarm will be sent to the City's MTU through the SCADA system. The alarm will not automatically cause any valves to operate. At the City's MTU, the operator may remotely close the electrically actuated plug valve to isolate the reservoir from the water system. The operator may also remotely open the electrically actuated valve to return the reservoir to service. PART 2 PRODUCTS 2.1 GENERAL A. Whenever any material, article, device, product, or fixture is indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, as shown on the drawings, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or approved equivalent". The decisions relative to equality shall be by the Engineer and Owner. B. The design of the Instrumentation and Control System is based on the specific equipment specified hereinafter. For example, for equipment listed, the design is based on the named manufacturer. Should the Contractor select other equipment that requires different installation requirements, wiring and conduit, enclosures, accessories, etc., the Contractor shall obtain approval from the Engineer for such changes to the design in accordance with this Contract and shall make all approved changes at no additional cost to the Owner. C. Analog signals shall be 4 to 20 mA DC, unless otherwise shown, conforming to the compatibility requirements of ISA Standard S50.1. Unless otherwise shown, circuits shall be Type 2 two -wire. Transmitters shall have a load resistance capability conforming to Class L. Transmitters and receivers shall be fully isolated. All instrumentation shall be compatible with the type of signal specified. D. Discrete signals are two -state logic signals of two types: control and alarm. Control and alarm signals shall utilize 24 VDC or 120 VAC sources, as shown. Unless otherwise shown, all alarm signals shall open on alarm condition, and have isolated contacts rated for 5 amperes (minimum) at 24 VDC/120 VAC. E. Nameplates, name tags, and service legends shall be used to identify all major components provided under this section. Major components are defined as components that perform a function other than simple interconnection. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 10 1. Nameplates are defined as engraved rigid laminated plastic plates bearing the entire identifying text or ISA tag number of the component. Nameplates shall be securely mounted under or near a mounted component. 2. Name tags are defined as stamped stainless steel tags, unless otherwise noted, bearing the entire identifying text or ISA tag number of the component. Nametags shall be securely attached to the component. 3. Service legends are defined as engraved rigid laminated plastic legends bearing the entire identifying text or ISA tag number of the component integrally mounted on a panel face mounted instrument. 4. Service legends and panel interior mounted nameplates shall be black with white letters, and letter height shall be minimum 3/16-inch high characters, unless otherwise noted. 5. Panel exterior mounted nameplates shall be black with white letters, and letter height shall be minimum 3/8-inch high characters, unless otherwise noted. 6. Each panel assembly shall be provided with a face mounted engraved rigid laminated nameplate bearing the entire identifying text for the panel assembly. The nameplate shall be securely attached to the panel. F. Wire labels are defined as machine printed heat -shrink tube type labels bearing the entire identifying text of the wire. Wire labels shall be furnished for all wires in each panel assembly provided. Label both ends of wires more than 6 inches in length. Label one end of wires less than or equal to 6 inches in length. Shrink labels in place with lettering in position to be easily read and no more than one (1) inch from the connecting terminal. G. Terminal markers are defined as machine printed markers bearing the entire identifying text of the terminal. Terminal markers shall be furnished for all terminal blocks, fuse blocks, and grounding blocks provided. Securely mount terminal markers with lettering in position to be easily read. H. Interposing relays, loop isolators, intrinsically safe barriers, and terminating resistors shall be furnished wherever necessary, as indicated by the instrument and/or installation, regardless of whether they are indicated in the drawings, to perform the functions shown herein and on the drawings. I. All specified "industrial network equipment" shall comply with the following minimum specifications (Note: These requirements do not apply to non -industrial network equipment): 1. Rated for a 5-30VDC power supply. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-11 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. 2.2 PANELASSEMBLIES A. Panel Assemblies shall be provided where indicated, specified, or required to meet the functional requirements of the System, as specified. Panel Assemblies shall be completely fabricated, instruments installed, and wired in the panel assembly manufacturer's factory. All wiring shall be completed and tested prior to shipment. All external connections shall be by way of numbered terminal blocks. B. Panel Assembly Electrical 1. Power Distribution a. Each panel will be provided with one or more 120 VAC, 60-Hz feeder circuits from the associated circuit breaker distribution panel provided under Division 26 — ELECTRICAL, unless otherwise shown. On each panel, make provisions for feeder circuit entry and provide circuit breakers, disconnects, and power distribution blocks as required for termination of the wires. b. Provide circuit breakers as shown on schematic drawings. Circuit breakers shall be DIN rail mounted type. C. Provide fuse blocks and fuses as shown on schematic drawings. Fuse blocks shall be DIN rail mounted, finger -safe type. 1) Provide blown fuse indication for all fused circuits. 2) Provide independent fuse block and fuse for each analog loop. 3) Provide independent fuse block and fuse for each PLC module. 2. Wiring 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-12 a. All electrical wiring shall be in accordance with the applicable requirements of Division 26 — ELECTRICAL. 1) Wiring for discrete signal circuits shall be 600-volt class, PVC insulated, stranded copper, and shall be of the size required for the current to be carried, but not smaller than 16 AWG, enclosed in plastic wiring duct unless otherwise noted. 2) Wiring for analog signal circuits shall be 600-volt class, PVC insulated, stranded copper, twisted shielded pairs or twisted shielded triads, as required by the application, no smaller than No. 18 AWG, and shall be separated at least 6 inches from any power wiring. 3) Separate AC and DC wiring by a minimum of 6 inches where possible. Where AC and DC wires must be run together with less than 6 inches separation, provide grounded metallic barrier for separation between AC and DC wires. Where AC and DC wires must cross, make crossings at 90 degrees. b. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at terminal blocks. All terminal blocks shall have terminal markers. C. All interconnecting wires between panel mounted equipment and external equipment shall be identified per the requirements of Division 26 — ELECTRICAL. d. All wires of a panel assembly shall have wire labels per the requirements of this section. This shall be done at all wire terminations including terminal blocks, 1-0 terminals (even if the number is duplicated on the terminal), and terminations on panel - mounted devices. C. All components of the panel assemblies shall be identified with nameplates or service legends per the requirements of this section. Adhesive embossed plastic tape type labels are not acceptable. D. Crate all panel assemblies with solid plywood sheeting and sufficient blocking and protective material to prevent damage during shipment and storage. Identify the contents of the crate with the full identifying text of the panel assembly, in block letters not less than two (2) inches in height, to allow the contents of the crate to be readily determined without opening the crate. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-13 2.3 ENCLOSURES A. Enclosures shall be provided as a Panel Assembly component where indicated, specified, or required to meet the functional requirements of the System, as specified. B. Enclosures shall meet the following minimum specifications, unless otherwise noted. 1. NEMA 4 stainless steel. 2. Minimum metal thickness shall be 14-gauge. 3. All doors shall be rubber gasketed. 4. Wherever practical, enclosures shall be a manufactured item. 5. All enclosures that are to be structurally modified or shop fabricated shall be summarized, and the summary together with catalog cuts and/or shop drawings shall be submitted to the Engineer for approval prior to purchase or fabrication. 6. Enclosures shall be sized, provided with forced air ventilation, or provided with a cooling system to adequately dissipate heat generated by equipment mounted in or on the enclosure. 7. Enclosures over 59 inches in height shall be provided with a door switch and LED lighting package(s), unless otherwise shown. 8. Enclosure shall have the following accessories: a. Corrosion Inhibitor (Outdoor enclosures only) b. Stainless Steel Padlocking Handles C. Thermostat controlled Fan, Louvers, Vents/Screens (Indoor enclosures only, unless otherwise indicated). C. Approved manufacturers include: 1. Saginaw 2. Similar units by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 14 2.4 PRIMARY DISCONNECTS A. Primary Disconnects shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. Primary Disconnects are defined as Circuit Breakers, Molded Case Switches, Fused Switches, Non -Fused Switches, Rotary Switches, and appurtenances by which the Panel Assembles can be disconnected from their source of supply. 1. All Primary Disconnects shall comply with Division 26 — ELECTRICAL. 2.5 CIRCUIT BREAKERS A. Circuit breakers shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. 1. All Circuit Breakers shall comply with Division 26 — ELECTRICAL. B. Circuit breakers shall meet the following minimum specifications, unless otherwise noted. 1. Energy limiting design to protect downstream components better than conventional breakers during short circuits. 2. IP2x Finger protection 3. DIN rail mounted. 4. UL 489 approved. 5. UL 1077 approved. C. Acceptable manufacturers and products include: 1. Allen-Bradley, Bulletin 1489. 2. Altech, UL Series 3. ABB, S2 Series 4. Weidmuller 5. Similar units by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 15 2.6 FUSES A. Fuses shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. 1. All Fuses shall comply with Division 26 — ELECTRICAL. 2.7 POWER DISTRIBUTION AND GROUNDING BLOCKS A. Power Distribution and Grounding Blocks shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. 1. All Power Distribution and Grounding Blocks shall comply with Division 26 — I1114x611101 e14 2.8 SURGE SUPPRESSORS A. Surge Suppressors shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. Surge Suppressors are intended to protect dedicated control equipment such as PLCs, Operator Interface Terminals, and instrumentation from high energy spikes in the electrical supply. B. Surge Suppressors shall meet the following minimum requirements, unless otherwise noted: 1. 120 VAC single phase input voltage. 2. 47-63 Hz line frequency. 3. 20 Amp continuous rating. 4. All mode protection; L-N, L-G, N-G. 5. 330 VAC minimum Suppressor Classification per UL-1449-2 6. Form "C" status contact. 7. Response time (common mode) of 0.5 nsec. or less. C. Approved manufacturers and products include: 1. Emerson/Control Concepts Islatrol IE-120. 2. Similar units by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-16 2.9 TERMINAL BLOCKS A. Terminal Blocks shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. B. Terminal Blocks shall meet the following minimum requirements, unless otherwise noted: 1. Single circuit, feed -through type 2. Two -level, feed through type for analog input signals, or where indicated. 3. DIN rail mounted. 4. Screw clamp connection. 5. Sized for the application, minimum 30 A rated. 6. 600 VAC/VDC rated. 7. It shall be possible to use a 'standard' instrument screwdriver blade on the terminal screws. Terminals which require 'reduced size' or 'tweak' screwdrivers to access terminals will not be accepted. C. Approved manufacturers include: 1. Allen-Bradley. 2. ABB, type M4/6 3. Phoenix Contact Inc. 4. Weidmuller. 5. Similar units by other manufacturers may be considered for use on this project based on a comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 2.10 FUSE -HOLDING TERMINAL BLOCKS A. Fuse -holding Terminal Blocks shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. B. Fuse -holding Terminal blocks shall meet the following minimum specifications, unless otherwise noted. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 17 1. Single circuit, feed through type. 2. DIN rail mounted. 3. Screw clamp connection. 4. Sized for the application. 5. Blown fuse indication unless otherwise noted. 6. Contractor shall include appropriately sized fuses with all Fuse -holding Terminal Blocks. 7. It shall be possible to use a 'standard' instrument screwdriver blade on the terminal screws. Terminals which require 'reduced size' or 'tweak' screwdrivers to access terminals will not be accepted. C. Approved manufacturers and products include: 1. Allen-Bradley, Bulletin 1492-WFB424/4250. 2. ABB, type M4/8 SFL 3. Phoenix Contact Inc., Type UK-5 HESI. 4. Weidmuller, type ASK. 5. Similar units by other manufacturers may be considered for use on this project based on a comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 2.11 POWER SUPPLIES A. Power supplies shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. Power supplies shall convert 120 VAC, 60-Hz power to DC power of the appropriate voltage(s) with sufficient voltage regulation and ripple control to assure that the components being supplied can operate within their required tolerances. B. Power supplies shall meet the following minimum specifications unless otherwise noted: 1. DIN rail mounted finger -safe type. 2. Mounted such that dissipated heat does not adversely affect other components. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 18 3. Input shall be rated for 82-132 VAC, 47-63 Hz. 4. Output shall be rated ±2% or less with 25 mV ripple phase to phase maximum. 5. Wiring connections shall be made via screw terminals. Solder lugs are not acceptable. 6. Protected against short-circuit, overload, over -voltage, and open -circuit type faults. 7. Sized as shown. Where a size is not shown, units shall be sized for the application, with a minimum of 10% spare capacity. C. Approved manufacturers and products include: 1. Sola/Nevi-Duty, Type SDN-10-24-100P. 2. Similar units by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 2.12 UNINTERRUPTABLE POWER SUPPLY (UPS) — 24VDC A. Uninterruptable Power Supplies (UPSs) shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. UPS shall provide 24VDC back-up power for a limited duration should primary 24VDC power be lost. Provide number of battery modules as shown or required. B. UPSs shall meet the following minimum specifications unless otherwise noted: 1. DIN rail mounted. 2. No internal fan or extra cooling required. 3. Flexible batteries back-up expansion capabilities. 4. User replaceable batteries. 5. Overload protection in both normal and battery modes 6. 24VDC input and 24VDC output. C. Approved manufacturers and products include: 1. Sola/Nevi-Duty, Type SDU-10-24 and SDU-24-BAT. 2. Similar units by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 19 2.13 AUXILIARY RELAYS/TERMINAL BLOCK RELAYS A. Auxiliary relays shall be provided as a Panel Assembly component where indicated, specified, or required to perform the functional requirements of the System, as specified. Relays shall be suitable for control, interfacing, and interposing functions. B. Auxiliary Relays shall meet the following minimum specifications unless otherwise noted: 1. Plug-in general purpose, 3PDT minimum, power type relays rated for industrial use. 2. Equipped with a push -to -test button and indicator light. 3. Coil voltage shall match the control circuit voltage. 4. Contacts shall be 10 Amp, 120 volt (resistive) rated. 5. Mounted via DIN rail mounted, finger -safe sockets. C. Terminal Block Relays shall meet the following minimum specifications unless otherwise noted: 1. Din -rail general purpose, 1PDT minimum, power type relays rated for industrial use. 2. Equipped with a supply voltage indicator light. 3. Coil voltage shall match the control circuit voltage. 4. Contacts shall be 6 Amp, 120 volt (resistive) rated. D. Approved manufacturers and products include: 1. Allen-Bradley, Bulletin 700-HB/700-HLT. 2. Phoenix, PLC-RSC Series 3. Similar units by other manufacturers may be considered for use on this project based on comparison to the listed products. Approval of substitutions is solely at the discretion of the Engineer. 2.14 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. The programmable logic controller (PLC) system shall be an all solid-state logic control system capable of emulating the same functions as conventional relays, timers, counters, and shift registers, as well as 16-bit data word manipulations and math functions. B. The Drawings represent the input-output requirements. The addressing system has not been identified. The supplier shall provide the actual Input -Output addressing to conform his equipment to the equipment connections shown on the plans. This shall be submitted with the shop drawings. C. Software Development 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-20 1. The software for the system will be developed and provided by the Contractor. The contractor shall provide individual software licenses as required. 2. Provide complete hardware and software manuals for the system including technical data on all individual components and installation and operation information. D. Hardware: 1. The PLC shall be Allen-Bradley CompactLogix Series, with Point 1/0 input/output modules. Provide all required ancillary items, such as end caps, as may be required. Major hardware items shall be as listed below. 2. CPU/Base:1769-L18ER-BB1B 3. Input/Output (1/0) Modules: a. 8-pt 24 VDC Input Modules: 1734-1B8 b. Analog Input Modules, 4-ch, Current (4-20mA): 1734-IE4C E. Network Communications: All PLC controllers shall be capable of EtherNet/IP communications. Any additional industrial protocols shall be provided through protocol converters or gateways. 2.15 OPERATOR INTERFACE A. Operator interface shall be a combination touch screen and keypad terminal. B. The Operator interface panel shall be Allen Bradley "PanelView Plus 7, 6.5-in color" series with touchscreen, model 2711P-T7-C21-D8S. C. The screens for the operator interface shall copy the layout of the existing operator interface screens within the system. The City shall provide access to those stations for preview. The City may provide a copy of the current programming of one of the stations. 2.16 INDUSTRIAL ETHERNET SWITCH A. Industrial Ethernet switches shall be provided where indicated, specified, or required to meet the functional requirements of the System, as specified. B. Industrial Ethernet switches shall meet the following minimum specifications, unless otherwise noted: 1. Switches shall be "unmanaged" type switches, supporting all IEEE 802.3 Ethernet protocols. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 21 2. Switch shall be capable of supporting a minimum of 2048 MAC addresses. 3. Eight (8) auto -negotiation, auto -crossover, auto -polarity 10Base-T/100Base-TX (10/100Mbps) RJ45 ports. All ports shall be capable of both full and half duplex operation. 4. Switches shall have redundant power input terminals, capable of being powered by two different power sources. Input power shall be 18-30 Vdc. 5. Switches shall have a "status" output contact, rated 1 Amp (minimum) at 24 Vdc (nominal). C. Approved manufacturers and products include: IMLIm f*TitClol ilr.1 2. Similar units by other manufacturers may be considered for use on this project based on comparison to these lines. Approval of substitutions is solely at the discretion of the Engineer. ►�i�I���L�[.��iU�lya� A. Float switches shall be provided where indicated, specified, or required to meet the functional requirements of the System, as specified. B. Float Switches shall meet the following minimum specifications, unless otherwise noted. 1. Direct -acting float type consisting of a mechanically activated (non -mercury) switch enclosed in a float and connected to a multi -conductor combination support and signal cable. The entire assembly shall form a completely watertight and impact - resistant unit. 2. Chemical -resistant polypropylene or other corrosion -resistant float material suitable for use in water and wastewater applications. 3. Cable shall be rugged and flexible with heavy neoprene or PVC jacket. 4. Actuation/deactuation differential shall be 1 inch minimum. 5. Switch shall be form C, rated at 5 amps (minimum) at 120 VAC. 6. Unit shall be suspended type, and provided with length of cable required to reach panel orjunction box without splicing. Contractorto verify length of cable required for each float switch before ordering. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 22 a. Float switches shall be provided with necessary brackets and clamps to suspend the unit from the top of a tank or vessel. The suspended type shall include an integral or attached weight assembly for stabilization and positive operation of the unit. All mounting clamps shall be PVC or Neoprene. C. Approved manufacturers and products include: 1. ITT Flygt Corp., Model ENM-10. 2. Pulsar Inc., Model 800-70 Signal Master. 3. STI Corp., Series KA. 4. Warrick Controls Inc., Series M. 5. Similar units by other manufacturers may be considered for use on this project based on comparison to the listed products. Approval of substitutions is solely at the discretion of the Engineer. 2.18 LEVEL TRANSDUCER/TRANSMITTERS — SUBMERSIBLE PRESSURE TYPE A. Level Transducer/Transmitters shall be provided where indicated, specified, or required to meet the functional requirements of the System, as specified. Level shall be sensed and transmitted by a submersible type pressure transmitter. B. Level Transducer/Transmitters shall meet the following minimum specifications, unless otherwise noted. 1. 4-20 mA DC, 2-wire, 16-40 VDC loop powered. 2. Signal shall change in direct linear proportion to changes in measured level. 3. Combined non -linearity, hysteresis, and repeatability accuracy of 0.1% of full scale. 4. Operating temperature range of -47 to +1407 (-20°C to +60°C) and a compensated temperature range of +287 to +867 (-2°C to +30°C). Temperature effects shall be 0.6% of full scale total error band, or less. 5. Insulation of 100 Megaohms at 500 V DC, minimum. 6. Capable of withstanding a 600 Volt spike in accordance with ENV 50142 without damage. 7. Factory calibrated range of 0-60 PSI (0-140.0 ft H2O) gauge pressure. C. Approved manufacturers include: 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-23 1. Druck, model PTX 1830. 2. Similar units by other manufacturers may be considered for use on this project based on comparison to the listed products. Approval of substitutions is solely at the discretion of the Engineer. 2.19 SPECIALTY SWITCHES A. Specialty Switches shall be provided where indicated, specified, or required to perform the functional requirements of the System, as specified. B. Check Valve Limit Switch: 1. Limit switches on check valves shall be wobble stick actuator type. Use NO contact that will be held close when valve is not open (contact to be closed on no flow condition). 2. Contacts shall be 10 amp, 120 volt, resistive rated. 3. Approved manufacturers and products include: a. Allen-Bradley, Bulletin 802X b. Similar units by other manufacturers may be considered for use on this project based on comparison to the listed products. Approval of substitutions is solely at the discretion of the Engineer. C. Hatch Security Switches: 1. Limit switches for intrusion detection on hatches shall be roller actuator type. Use NO contact that will be held closed when hatch is closed (signal opens on intrusion). 2. Contacts shall be 10 amp, 120 volt, resistive rated. 3. Approved manufacturers and products include: a. Allen-Bradley, Bulletin 802X b. Similar units by other manufacturers may be considered for use on this project based on comparison to the listed products. Approval of substitutions is solely at the discretion of the Engineer. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-24 PART 3 EXECUTION 3.1 PANELS AND PANEL MOUNTED EQUIPMENT A. Panels and panel -mounted equipment shall be pre -assembled at the control supplier's factory. No work, other than correction of minor defects or minor transit damage, shall be done to the panels at the job site. B. Panels shall be mounted where shown. Contractor shall anchor the panels as shown. Provide shims as required to set panels level. Conflicts with other equipment shall be brought to the attention of the Engineer for direction before taking any further action. C. Panel Assemblies 1. The supplier shall assume single source responsibility for each panel assembly. A panel assembly may include mounting and wiring of relays, motor starters, transformers, and disconnecting means, or other control devices as specified by customer -supplied documentation. 2. The supplier shall provide mounting and wiring of the panel assembly in a NEMA type enclosure as specified. 3. The supplier shall wire all controller inputs and outputs to terminal blocks as specified. 4. The panel assembly shall include fuse blocks as required. 5. All electrical control products within the panel assembly shall be grounded to meet equipment specifications. 6. All cables (with associated plugs, connectors and receptacles) requiring user field installation shall be designed for use in an industrial environment. 7. Upon receipt of the purchase order, but prior to starting the manufacture of any panel assembly, the supplier shall submit drawings, as specified, of all panel assemblies for approval. 8. At the time a panel assembly is shipped, one (1) complete, reproducible copy of the panel assembly drawings shall be provided with the panel assembly. D. 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 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-25 without taking the facility out of service. Device displays shall be positioned to be easily read when viewing directly into control panels. 3.2 INSTALLATION A. Protection During Construction: Throughout this Contract, the Contractor shall provide protection for materials and equipment against loss or damage and from the effects of the weather. Prior to installation, store items in indoor, dry locations. Provide heating in storage areas for items subject to corrosion under damp conditions. B. Material and Equipment Installation: Follow manufacturer's installation instructions explicitly, unless otherwise indicated. Wherever any conflict arises between manufacturer's instructions, and these Contract Documents, follow Engineer's decision, at no additional cost to Owner. Keep copy of manufacturer's instructions on the job site available for review at all times. C. The Contractor shall bear ultimate responsibility and shall provide for the supply, installation, adjustment, and startup of a complete, coordinated System that shall reliably perform the specified functions. D. The Contractor shall make all final power and signal connections (hydraulic, pneumatic, and electric) to all elements provided under this section. The Contractor shall verify and certify by written notice to the Engineer, the correctness of final signal connections and the correctness of adjustment for all elements provided under this section and all elements interfaced with the System E. All conduits are provided and installed under Division 26 - ELECTRICAL. F. All wiring and cables, with the exception of certain specified special control cables, are provided and installed under Division 26 - ELECTRICAL. Specific special control cables as specified in this section shall be provided and installed under this section. G. Cleaning and Touch-up Painting: Keep premises free from accumulation of waste material or rubbish. Upon completion of work, remove materials, scraps, and debris from premises and from interior and exterior of all devices and equipment. Touch-up scratches, scrapes, and chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the color, consistency, and type of surface of the original finish. 3.3 ELECTRICAL POWER AND SIGNAL WIRING A. Control and signal wiring external to the panels and all power wiring shall conform to the requirements of Division 26 - ELECTRICAL. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 26 1. Signal Connections: 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, unless otherwise shown, specified, or required for specific installation locations (such as wet well sensors). Flexible cable, receptacle and plug assemblies shall be used only where shown or specified. B. Control and signal wiring in panels shall be restrained by plastic ties or ducts. 1. Hinge wiring shall be double secured at each end with mechanically fastened, not adhesive, tie blocks or straps. 2. Hinge crossings shall be either longitudinal crossings with a minimum length of 12 inches, so that any bending or twisting will be around the longitudinal axis of the wire, or loop crossings with a minimum loop diameter of 6 inches. 3. The entire length of wire in the bend area, (between the tie blocks) shall be protected from abrasion with either convoluted tubing or spiral wrap. 4. Wire bundles that pass through holes shall be protected from abrasion with either grommets or sleeves. 5. Wires that pass across edges of sheet metal shall be protected from abrasion. C. Arrange wiring neatly, cut to proper length, and remove surplus wire. D. Use manufacturer's recommended tool with the proper sized anvil for all crimp terminations. No more than two wires may be terminated in a single crimp lug and no more than two lugs may be installed on a single screw terminal. 1. All crimp lugs used in applications with two wires terminated in a single crimp lug shall be rated by the manufacturer for multiple wire use. E. Wiring shall not be spliced or tapped except at device terminals or terminal blocks. 3.4 TESTING, START-UP, AND TRAINING A. All elements of the System shall be tested to demonstrate that the System satisfies all of the requirements of this Specification. B. The Contractor shall provide all special testing materials and equipment. 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 27 C. The Contractor shall coordinate all of his testing with the Owner's Representative and all other associated contractors. D. Within 12 weeks after award of the contract, and no later than 60 days prior to the testing, the Contractor shall prepare and submit to the Engineer for review, a detailed description of the test procedures proposed to demonstrate conformance of the System to this Specification and the report forms to be used for recording the test results. The testing procedures shall be designed by the Contractor to duplicate normal operating and all alarm conditions. The Contractor shall ensure that the equipment and facilities are not damaged during testing. The decision of the Engineer upon the acceptability of the test procedures and report forms shall be final. E. As a minimum, the testing shall include the following: 1. Factory tests: Prior to shipment, all panel assemblies shall be tested for proper operation at the manufacturer's factory. Results of the factory tests shall be recorded and submitted for approval before shipment of any panel assembly to the project site. a. Contractor shall notify the Engineer at least one (1) week prior to the date of factory tests to allow the Engineer to witness the tests. b. Contractor shall schedule at least one (1) full day of testing at the test facility. C. All analog and discrete signals (inputs and outputs), power distribution equipment, pilot devices, control relays, and other devices shall be tested on a "line -by-line" basis using the schematics for reference. All analog and discrete field connections shall be simulated at the panel terminal blocks. At a minimum, analog signals shall be tested at 0 percent, 25 percent, 50 percent, 75 percent, and 100 percent of signal to verify device operation. Alarm and control setpoints shall also be tested as directed by the Engineer. d. Control components that are found to be non-functional or damaged shall be replaced prior to panel assembly approval and shipment to the project site. 2. Operational Acceptance Tests a. The objective of these tests is to demonstrate that the System is READY for final operation. b. The System shall be checked for proper installation, adjustment, and calibration on an "element -by -element" basis to verify that it 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-28 functions as specified and that all terminations have been made correctly. C. All discrete element set points shall be adjusted and checked for proper operation (e.g., interlock function, contact closure on rising/falling P.V., etc.). d. All analog loops shall have three-point calibrations performed. e. All initial controller tuning constants shall be adjusted to preliminary settings as recommended by the manufacturer. f. The "Operational Acceptance Tests" shall be completed prior to starting the "Functional Acceptance Test". The actual testing program shall be conducted in accordance with prior approved procedures and shall be documented. 3. Functional Acceptance Tests a. The objective of these tests is to demonstrate that the System operates correctly and complies with the specified performance requirements. All data points shall be tested by activating the field elements and verifying proper System response. The Contractor shall provide a minimum one (1) day Functional Acceptance Test by qualified personnel. One day of testing shall constitute eight (8) hours of on -site work. During this period, the Contractor's personnel shall operate the System under normal and all alarm conditions to simulate all operating modes of all equipment. b. A witnessed "Functional Acceptance Test" shall be performed on the System. Each function shall be demonstrated to the satisfaction of the Engineer. C. Each instrument and final element shall be field calibrated in accordance with the manufacturer's recommended procedure and then tested in accordance with the Contractor's approved test procedure. Data shall be entered on the applicable test form at the time of testing. Alarm trips, control trips, and switches shall be set to initial values. Final elements shall be checked for range, dead - band, and speed of response. Any component that fails to meet the required tolerances shall be repaired by the manufacturer or replaced, and the above tests repeated until the component is within tolerance. 16-1840.224 Kennydale Reservoir Instrumentation and Control 275000-29 d. Adjust tuning constants as required for proper System operation. Provide final tuning constant information in tabular form for inclusion in the Operation and Maintenance Manuals. e. Each test shall be witnessed and signed off by the Contractor and the Owner's representative upon satisfactory completion. f. The actual testing program shall be conducted in accordance with the prior approved procedures and shall be documented as required. g. The Contractor shall notify the Engineer and the Owner's representative, and submit the results of the "Operational Acceptance Tests," at least 1 week prior to the date of the "Functional Acceptance Test". F. In addition to the test procedures, the Contractor shall provide a minimum of 1 day(s) of System training. The Contractor shall also provide an outline for the training to be provided that covers basic software and equipment training, operator training, System maintenance training, and programming training. Identify the course content and the time to be spent on each subject area. PART 4 MEASUREMENT AND PAYMENT 4.1 Measurement and payment for all materials and work in this section will be included in the lump sum electrical and controls bid items. END OF SECTION 16-1840.224 Instrumentation and Control Kennydale Reservoir 27 50 00 - 30 DIVISION 31 EARTHWORK Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 3123 16 EXCAVATION PART1 GENERAL 1.1 SUMMARY A. This Section includes excavation required for structure foundations, down to pile caps or piers, site structures, or under slabs -on -grade or paving. Excavating for utilities outside building is included in the Special Provisions. B. Section Includes: 1. Excavating for structure foundations. 2. Excavating for slabs -on -grade. 3. Excavating for site structures, including vaults, retaining walls and storm detention systems. 4. Excavating for landscaping. 1.2 RELATED SECTIONS 1.3 DEFINITIONS A. Common Excavation: All excavation required for Work, regardless of the type, character, composition or condition of the material encountered. Common Excavation shall further include all debris, junk, broken concrete, and all other material. All excavation shall be classified as Common Excavation, unless provided as Rock Excavation per WSDOT Section 7-09.3(7)B. B. Common Material: All soils, aggregate, debris, junk, broken concrete, and miscellaneous material encountered in Common Excavation, excluding rock as defined below. C. Concrete Excavation: The removal of pieces of concrete larger than 1 cubic yard in volume that requires drilling, splitting and breaking methods, or a necessitating a trench width increase of 18 inches or more than the width of the preceding 10 feet of trench. Concrete excavation includes materials composed of Portland cement that are not identified other than manholes, structures, sewer pipe, or other appurtenances. D. Exploratory Excavation: The removal and replacement of material from locations shown on the Drawings, or as directed for the purpose of investigating underground 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 1 conditions and identifying potential utility conflict between existing and proposed utilities. E. Overbreak: Material beyond and outside of the slope limits established by the Owner's Representative, which becomes displaced or loosened during excavation and is excavated. F. Pothole Excavation: Pothole excavation is the removal and replacement of all materials via coring, vacuum extraction, or similar method, not classified as exploratory excavation, for the purposes of locating an underground utility and to investigate underground conditions. G. Rock Removal: As defined in WSDOT Sections 2-03.3 and 7-09.3(7)B. H. Spoils: Excavated materials from Site unsuitable for use as fill or not required for backfill and grading. I. Unsuitable Materials: See Spoils. 1.4 REFERENCES A. Local utility standards when working within 24 inches of utility lines. A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Excavation support plan and utility protection plan as specified in Section 31 50 00, Excavation Support and Protection. 1.6 QUALITY ASSURANCE A. Allowable Tolerances: Final grades shall be plus or minus 0.1-foot. B. Provide adequate survey control to avoid unauthorized overexcavation. C. Weather Limitations: 1. Material excavated when frozen or when air temperature is less than 32 degrees F shall not be used as fill or backfill until material completely thaws. 2. Material excavated during inclement weather shall not be used as fill or backfill until after material drains and dries sufficiently for proper compaction. 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 2 1.7 NOT USED PART 2 PRODUCTS - Not Used PART 3 EXECUTION 3.1 PREPARATION A. Prior to commencing work in this Section, become familiar with site conditions. In the event discrepancies are found, notify the Engineer as to the nature and extent of the differing conditions. B. Call Local Utility Line Information service at 1-800-424-5555 not less than three working days before performing Work. 1. Request underground utilities to be located and marked within and surrounding construction areas. 2. Coordinate with and notify utility companies should it be necessary to remove or relocate facilities. C. Identify required lines, levels, contours, and datum. D. See Section 2-01 of the Special Provisions for additional requirements in protection of existing utilities, survey control, plant life and landscaped areas in coordination with Work in this Section. 3.2 SITE CONDITIONS A. Quantity Survey: The Contractor shall be responsible for calculations for quantities and volume of cut and fill from existing site grades to finish grades established under this contract as indicated in the Drawings or specified and shall include the cost for all earthwork in the total basic bid. B. Dust Control: Must meet all federal, state and local requirements. Protect persons and property from damage and discomfort caused by dust. Water surfaces as necessary and when directed by Engineer to quell dust. C. Soil Control: Soil shall not be permitted to accumulate on surrounding streets or sidewalks nor to be washed into sewers. 3.3 EXISTING UNDERGROUND UTILITIES A. Protect active utilities encountered, located or otherwise, and notify persons or agencies owning same. 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 3 B. Remove inactive or abandoned utilities from within the project grading limits. C. For sewer and other miscellaneous drainage facilities, fill and plug pipes per Section 7- 04.3(1)G and Section 7-05.3(2) of the Special Provisions. 3.4 PRESERVATION OF EXISTING IMPROVEMENTS A. Protect adjacent existing structures which may be damaged by excavation work, including the Fire Station 15 building, associated structures and site features. 1. Conduct operations in such a manner that existing street facilities, utilities structures, and other improvements, which are to remain in place, will not be damaged. Furnish and install cribbing and shoring or whatever means necessary to support material around existing facilities, or to support the facilities themselves, and maintain such supports until no longer needed. 2. Open slopes shall not be cut within 5 feet of any existing spread footings unless approved by the Engineer. 3. Do not interfere with 45 degree bearing splay of foundations unless approved by the Engineer 4. Excavated material shall not be placed adjacent to existing or proposed structures. 3.5 EXCAVATION A. General: 1. Method of excavation shall be the Contractor's option, but care shall be exercised as final grade is approached to leave it in undisturbed condition. 2. If the final grade for supporting structures is disturbed, it shall be restored to requirements of these Specifications and satisfaction of the Engineer at no additional cost to Owner. 3. The Contractor is advised that footings should be poured as soon as possible to minimize unfavorable final grade conditions from developing. 4. Provide all measures to ensure public safety. B. Control of Water: 1. Provide and maintain equipment to remove and dispose of water during the course of the work of this Section and keep excavations dry and free of frost or ice. 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 4 2. Bearing surfaces that become softened by water or frost must be re -excavated to solid bearing at Contractor's expense and backfilled with compacted crushed rock at Contractor's expense. 3. Grade top perimeter of excavation to prevent surface water from draining into excavation. 4. See additional requirements in Section 3123 19, Dewatering. C. Frozen Ground: Frost protection shall be provided for all structural excavation work. Foundation work shall not be placed on frozen ground. D. Excavate material of every nature and description to the lines and grades as indicated in the Drawings and/or as required for construction of the facility. 1. Allow for forms, shoring, working space, granular base, topsoil and similar items, wherever applicable. 2. Trim excavations to neat lines. Remove loose matter and lumped subsoil. E. Excavated Materials: Soils excavated at Site will be treated and used as one of two general categories of material as provided below. 1. Fill: a. Subsoil Type S1, Select Native Fill, as approved for use by Engineer. 2. Spoils: a. Ensure there is sufficient suitable material available to complete embankments and other required fillings prior to disposing of any excavated materials. b. Make arrangements for disposal of spoils and include as part of contract work in preparing of project bids. c. Dispose of materials in accordance with Section 2-01 of the Special Provisions. F. Shoring: 1. As specified in Section 3150 00, Excavation Support and Protection. G. Slope existing banks with machine to angle of repose or less until shored. 1. Shape, trim, and finish cut slopes to conform to lines, grades, and cross -sections shown, with proper allowance for topsoil or slope protection, where shown. 2. Protection of excavation side slopes: 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 5 a. Use excavation methods that will not shatter or loosen excavation slopes. b. Where practical, excavate materials without previous loosening and in limited layers or thickness to avoid breaking the material back of the established slope line. c. Avoid overbreaks. Overbreak is incidental to the Work, except in cases where the Owner's Representative determines that such overbreak was unavoidable. d. Excavation in rock or rocky cuts: 1) Once completed, thoroughly test the slopes with bars or other approved means to remove all loose, detached, broken, or otherwise unstable material. 2) Remove jutting points. Scale slopes using mine scaling rods or other approved methods to remove loose or overhanging materials and provide a safe, trim, neat, and stable condition. 3) Dispose of the materials removed under this subparagraph in the same manner as other excavated material. e. Remove all exposed roots, debris, and all stones more than 3 inches in size which are loose or could become loosened. 3. Construct slopes free of all exposed roots. 4. Construct slopes free of unstable rock and loose stones exceeding 3 inches in diameter. 5. Round tops of cut slopes in soil to not less than a 6 foot radius, provided such rounding does not extend off -site, outside of easements, outside of rights -of -way, or adversely impacts existing facilities, adjacent property, or completed Work. 6. Trim all surfaces neatly and smoothly. H. Compact disturbed load bearing soil in direct contact with foundations to original bearing capacity; perform compaction in accordance with Section 7-08.3(3)A of the Special Provisions. Notify Engineer of unexpected subsurface conditions. J. Overexcavation for Unsuitable Foundation Conditions: 1. Cross -sectional dimensions and depths of excavations shown in the Drawings shall be subject to such changes as may be found necessary by the Engineer to secure 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 6 foundations free from soft, weathered, shattered and loose material or other objectionable materials. 2. Unsuitable materials encountered shall be removed and replaced with Gravel Borrow per WSDOT Section 9-03.14(1). All material placed shall be compacted to 95 percent of maximum dry density. 3. Unsuitable materials shall be removed and replaced only as directed in writing by Engineer. K. Rock Removal: 1. Remove boulders and rock up to 1/2 cubic yard measured by volume per the requirements of this Section. 2. Remove larger boulders and rock material as specified in WSDOT Section 2-03.3(3). 3. Concrete removal, as defined herein, shall be treated as Rock Removal. L. Stockpile excavated material in area(s) designated on or off site in accordance with WSDOT Section 3-02. 3.6 FIELD QUALITY CONTROL A. Perform excavation and controlled fill operations in accordance with the requirements of this Section. B. Coordinate the visual inspection and approval of all bearing surfaces by Engineer before installing subsequent work. 3.7 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability and store excavated materials at a distance from top of excavation. B. Protect structures, utilities and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth operations. END OF SECTION 16-1840.224 Excavation Kennydale Reservoir 3123 16 - 7 This page intentionally left blank. SECTION 3123 19 DEWATERING PART1 GENERAL 1.1 SUMMARY A. This Section includes temporary dewatering and surface water control systems for open excavations and utility trenches. B. Section includes: 1. Dewatering systems. 2. Surface water control systems. 3. System operation and maintenance. 4. Water disposal. NOT USED 1.3 SUBMITTALS A. Dewatering Plan: 1. Descriptions of proposed groundwater and surface water control facilities including, but not limited to, equipment; methods; standby equipment and power supply; pollution control facilities; discharge locations to be utilized; and provisions for immediate temporary water supply as required by this Section. 2. Plan to be reviewed by the Engineer prior to the beginning of construction activities requiring dewatering. Review by the Engineer of the design shall not be construed as a detailed analysis of the adequacy of the dewatering system, nor shall any provisions of the above requirements be construed as relieving the Contractor of its overall responsibility and liability for the work. 1.4 DEFINITIONS A. Dewatering includes the following: 1. Lowering of ground water table and intercepting horizontal water seepage to prevent ground water from entering excavations, trenches, tunnels, and /or shafts. 2. Reducing piezometric pressure within strata to prevent failure or heaving of excavations, trenches, tunnels, and /or shafts. 16-1840.224 Dewatering Kennydale Reservoir 3123 19 - 1 3. Disposing of removed water. B. Surface Water Control: Removal of surface water within open excavations. 1.5 QUALITY CONTROL A. All dewatering operations shall be adequate to assure the integrity of the finished project and shall be the responsibility of the Contractor. B. Provide all labor, materials, and equipment necessary to dewater trench and structure excavations, in accordance with the requirements of the Contract Documents. C. Secure all necessary permits to complete the requirements of this Section. D. Control the rate and effect of the dewatering in such a manner as to avoid all objectionable settlement and subsidence. E. Where the critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement which may develop. 1. The responsibility for conducting the dewatering operation in a manner which will protect adjacent structures and facilities rests solely with the Contractor. 2. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the Contractor. PART 2 PRODUCTS 2.1 EQUIPMENT Dewatering, where required, may include the use of well points, sump pumps, temporary pipelines for water disposal, rock or gravel placement, and other means. Standby pumping equipment shall be maintained on the jobsite. PART 3 EXECUTION 3.1 DEWATERING A. Provide all equipment necessary for dewatering. 1. Have on hand, at all times, sufficient pumping equipment and machinery in good working condition. 16-1840.224 Dewatering Kennydale Reservoir 3123 19 - 2 2. Have available, at all times, competent workers for the operation of the pumping equipment. 3. Adequate standby equipment shall be kept available at all times to insure efficient dewatering and maintenance of dewatering operation during power failure. B. Dewatering for structures and pipelines shall commence when groundwater is first encountered, and shall be continuous until such times as water can be allowed to rise in accordance with the provisions of this Section or other requirements. C. Site Grading: 1. At all times, site grading shall promote drainage. 2. Surface runoff shall be diverted from excavations. 3. Water entering the excavation from surface runoff shall be collected in shallow ditches around the perimeter of the excavation, drained to sumps, and be pumped or drained by gravity from the excavation to maintain a bottom free from standing water. D. Dewatering shall at all times be conducted in such a manner as to preserve the undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. E. If foundation soils are disturbed or loosened by the upward seepage of water or an uncontrolled flow of water, the affected areas shall be excavated and replaced with drain rock. F. Maintain the water level below the bottom of excavation in all work areas where groundwater occurs during excavation construction, backfilling, and up to acceptance. G. Flotation shall be prevented by maintaining a positive and continuous removal of water. The Contractor shall be fully responsible and liable for all damages which may result from failure to adequately keep excavations dewatered. H. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the subsurface. A continual check shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. Dispose of water from the work in a suitable manner without damage to the environment or adjacent property. No water shall be drained into work built or under construction without prior consent of the Engineer. Water shall be filtered using an approved method to remove sand and fine sized soil particles before disposal into any drainage system. 16-1840.224 Dewatering Kennydale Reservoir 3123 19 - 3 The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soils, prevent disturbance of compacted backfill and prevent flotation or movement of structures, pipelines, and sewers. K. Dewatering of trenches and other excavations shall be considered as incidental to the construction of the work and all costs thereof shall be included in the various contract prices in the bid forms. END OF SECTION 16-1840.224 Dewatering Kennydale Reservoir 3123 19 - 4 SECTION 3123 23 FILL PART1 GENERAL 1.1 SUMMARY A. This Section includes backfilling required at reservoir and site structures to subgrade elevations and fill under interior and exterior slabs -on -grade. B. Section includes: 1. Backfilling site structures to subgrade elevations. 2. Fill under slabs -on -grade. 1.2 RELATED SECTIONS 1►[6111111111110,11191 1.3 REFERENCES A. American Association of State Highway and Transportation Officials: 1. AASHTO T180 -Standard Specification for Moisture -Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and a 457-mm (18-in.) Drop. B. ASTM International: 1. ASTM C403 - Standard Test Method for Time of Setting of Concrete Mixtures by Penetration Resistance 2. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)). 3. ASTM D2922 - Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 4. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 5. ASTM D4832 - Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders. 16-1840.224 Fi I I Kennydale Reservoir 31 23 23 - 1 1.4 DEFINITIONS A. Imported Material: Materials obtained from sources offsite, suitable for specified use. B. Lift: Loose (uncompacted) layer of material. C. Optimum Moisture Content: 1. Determined in accordance with ASTM Standard specified to determine maximum dry density for relative compaction. 2. Determine field moisture content on basis of fraction passing 3/4-inch sieve. 1.5 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Imported Materials: 1. Materials Source: Submit name and location of imported fill materials suppliers. 2. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. 3. Submit results of aggregate sieve analysis and standard proctor test for granular material. 1.6 QUALITY ASSURANCE A. Subsoil and topsoil fill materials: In accordance with Quality Assurance requirements stated in Section 0145 00 Quality Control. B. Aggregate fill materials: In accordance with Quality Assurance requirements stated in Section 0145 00 Quality Control. C. Allowable Tolerances: Final grades shall be plus or minus 0.1-foot. PART 2 PRODUCTS 2.1 FILL MATERIALS A. Subsoil Fill: Type S2, Imported Fill Material, equal to WSDOT Section 9-03.9(1) Ballast. B. Imported Granular Fill: Coarse Aggregate Type Al, Dense -Graded Aggregate with gradation as shown in the Drawings and equal to equal to Crushed Surfacing Base Course per WSDOT Section 9-03.9(3) Crushed Surfacing. 16-1840.224 Fill Kennydale Reservoir 31 23 23 - 2 C. Drain Rock: Coarse Aggregate Type A2, Granular Drain Backfill Material with gradation as shown in the Drawings and equal to WSDOT Section 9-03.12(4) Gravel Backfill for Drains. D. Foundation Stabilization Material: Coarse Aggregate Type Al, Dense -Graded Aggregate, equal to Class A Foundation Material per WSDOT 9-03.17. PART 3 EXECUTION 3.1 EXAMINATION A. Prior to Work in this Section, become familiar with Site conditions. In the event discrepancies are found, notify Engineer as to the nature and extent of the differing conditions. B. Verify sub -drainage, damp -proofing, or waterproofing installation has been inspected. C. Verify underground tanks are anchored to their own foundations to avoid flotation after backfilling. D. Verify structural ability of unsupported walls to support loads imposed by fill. 3.2 SITE CONDITIONS A. Quantity Survey: The Contractor shall be responsible for calculations for quantities and volume of cut and fill from existing site grades to finish grades established under this contract as indicated in the Drawings or specified and shall include the cost for all earthwork in the total basic bid. B. Dust Control: Must meet all federal, state and local requirements. Protect persons and property from damage and discomfort caused by dust. Water surfaces as necessary and when directed by Engineer to quell dust. C. Soil Control: Soil shall not be permitted to accumulate on surrounding streets or sidewalks nor to be washed into sewers. D. See provisions Erosion and Sediment Control as specified in the Special Provisions. 3.3 PREPARATION A. Identify required lines, levels, contours, and datum locations. B. Control of Water: 1. Excavated areas shall be kept free of water and frost. 16-1840.224 Fill Kennydale Reservoir 31 23 23 - 3 2. Bearing surfaces which become softened by water or frost shall be re -excavated to solid bearing at Contractor's expense and backfilled with compacted crushed rock at Contractor's expense. 3. See Section 3123 19, Dewatering for additional details. C. Compact subgrade to density requirements for subsequent backfill materials. D. Cut out soft areas of subgrade not capable of compaction in place and replace with specified granular fill material. E. Proof roll to identify soft spots; fill and compact to density equal to or greater than requirements for subsequent fill material. F. Subgrade to be approved by Engineer prior to placement of structures and commencement of backfill activities. G. Do not allow or cause any work performed or installed to be covered up or enclosed prior to required tests and approvals. Should any Work be enclosed or covered up, uncover at Contractor's expense. 3.4 BACKFILLING A. Backfill areas to contours and elevations shown in the Drawings with unfrozen materials. B. Do not place materials when weather conditions and/or moisture content prevent attainment of specified density. C. Maintain optimum moisture content of backfill materials to attain required compaction density. D. Employ placement method that does not disturb or damage other work. E. Mechanical tampers permitted in confined areas. F. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. G. Foundation Base for Structures: 1. Bring excavation to required subgrade elevation shown in the Drawings. 2. Place foundation base material to required grade shown in the Drawings. 3. Place foundation base material in 6-inch lifts and compact to 95 percent maximum dry density. 16-1840.224 Fill Kennydale Reservoir 31 23 23 - 4 4. Reservoir Foundation: a. Auger -Cast Concrete Piles: Piles shall be per the contract Drawings and Section 3163 16, Auger Cast Piles. b. Concrete Slabs: Place an 8-inch minimum layer of Coarse Aggregate Type Al, Dense -Graded Aggregate, under all concrete slabs. 5. Foundations established near finished site grades: a. Place a 3-inch thick layer of Coarse Aggregate Type Al, Dense -Graded Aggregate, in the bottom of footing excavations to minimize disturbance of silty foundation soils during wet weather. b. Lightly compact material with a light -weight hand -operated vibratory plate compactor. c. To provide uniform support, slabs should be underlain by a minimum 8-inch thick granular base course consisting of Course Aggregate, Type Al. d. The base course material should be installed in a single lift and compacted to at least 95% of the maximum dry density. See Drawings for details. H. Backfill for Structures: 1. Prior to placing backfill, remove forms, temporary construction and debris below grade. 2. Backfill shall not be placed against poured concrete until 28 days have passed from completion of original concrete pour, unless otherwise approved by Engineer. 3. Heavy compactors and large pieces of construction equipment shall be kept away from any embedded wall a distance of a least 5 feet in order to avoid the build-up of excessive lateral pressures. a. Over -compaction of fill near walls should be avoided. 4. Compaction within 5 feet of the walls shall be accomplished using hand -operated vibratory plate compactors or tamping units. 5. The maximum particle size of granular material placed against buried structures shall be limited to no greater than 1 %-inch diameter. 6. Structural fill backfill material shall be brought up on all sides of the walls and footings in such a manner as to avoid adverse differential lateral earth pressures on the vertical surfaces. 16-1840.224 Fill Kennydale Reservoir 31 23 23 - 5 7. Appropriate lift thickness will depend on the type of compaction equipment used and the type of material being placed. All material shall be compacted to at least 95 percent of the standard maximum dry density. a. For moderate- to heavy -weight compactors, a maximum loose lift thickness of 12 inches shall be used. b. For hand -operated or small compactors, a maximum loose lift thickness of 8 inches shall be used. 8. Particular care must be taken to avoid damage to the pipe connections to the structure. 9. Utility trench backfill within 10 feet of all structural perimeters shall meet the requirements for structural fill. For areas receiving surface structures or existing paved areas to be constructed or replaced, such as roadways, driveways, parking lots, and sidewalks: 1. Place Coarse Aggregate Type Al, Dense -Graded Aggregate, in 6-inch lifts. 2. Compact with vibratory equipment to 95 percent maximum density, unless otherwise specified or shown in the Drawings. J. Permanent Embankment Fill: 1. On the sloping ground around the reservoir, the new embankment fill shall be placed in horizontal lifts on a continuous series of minimum 6- to 8-foot wide horizontal benches excavated into the surface of the existing slope. 2. Fill slopes shall be slightly overbuilt and then trimmed back to final grade using a track hoe with a smooth -edged bucket. 3. The Engineer shall review the proposed placement of any fill and evaluate the subgrade prior to fill placement. 4. The proposed compaction equipment shall be approved by the Engineer prior to fill placement to evaluate loads on embedded walls. 5. Permanent embankment fill placed beyond 5 feet of the embedded walls and beneath, pavement, and other structures should be compacted to at least 95% of the maximum dry density. 6. Landscape fill shall be compacted to at least 90% of the maximum dry density as determined by ASTM D 698. Landscape fill should be no steeper then 3H:1V, unless shown otherwise. 16-1840.224 Fi I I Kennydale Reservoir 31 23 23 - 6 K. Slope grade away from building minimum 2 percent slope for minimum distance of 10 feet, unless noted otherwise in the Drawings. L. Make gradual grade changes. Blend slope into level areas. M. Remove surplus backfill materials from Site in accordance with Section 2-04 of the Special Provisions. 3.5 FIELD QUALITY CONTROL A. All testing and reporting shall be conducted and paid for in accordance with Section 01 45 00 Quality Control. B. Perform laboratory material tests in accordance with ASTM D698 (AASHTO T99). C. In -place compaction testing for structural fill material shall be performed at 2-foot elevation increments in the fill material with at a minimum of one test per each 2,500 square feet of material placed. The Engineer shall be provided with the results of each compaction test at the time of testing. D. Perform in place compaction tests in accordance with the following: 1. Density Tests: ASTM D2922. 2. Moisture Tests: ASTM D3017. E. When tests indicate Work does not meet specified requirements, remove Work, replace and retest at the sole expense of the Contractor. F. When testing of subgrade is not possible or feasible as detailed above, proof roll compacted fill surfaces under slabs -on -grade, pavers, paving, and as may be otherwise required by the Engineer. A. Reshape and re -compact fills subjected to vehicular traffic. 3.7 SCHEDULE NOT USED END OF SECTION 16-1840.224 Fi I I Kennydale Reservoir 31 23 23 - 7 This page intentionally left blank. SECTION 3150 00 EXCAVATION SUPPORT AND PROTECTION PART1 GENERAL 1.1 SUMMARY A. This Section includes shoring and support systems of all types necessary to protect existing utility facilities and new utility facilities. B. The Contractor is responsible for the selection and design of excavation support systems and the design of utility support systems in conformance with Federal, State and City requirements and the minimum design criteria specified herein. C. Temporary shoring is to be installed for protection of the existing trees to remain, structures to remain, buried utilities to remain, adjacent roadways and walkways and surrounding properties. D. Care must be taken during the planning and construction of earth support systems to minimize settlements and displacements of the shoring system itself and to surrounding properties. 1.2 RELATED SECTIONS NOT USED 1.3 DESIGN CRITERIA A. Design excavation support systems and all components to support the earth pressures, unrelieved hydrostatic pressures, utility loads, equipment, traffic, railroad, and construction loads including impact, and other surcharge loads in such manner as will allow the safe and expeditious construction of the permanent structures to minimize ground movement or settlement, and to prevent damage to adjacent structures, roadways, railroads and utilities. B. Design support members to resist the maximum loads expected to occur during the excavation and support removal stages. C. Design system so that water seepage is minimized. Provide dewatering and positive means for preventing sloughing and containing material behind lagging. D. Design system to prevent sloughing and to contain running sand and silt behind the lagging. 16-1840.224 Excavation Support and Protection Kennydale Reservoir 31 50 00 - 1 E. Vertical support capacity shall be provided for wall systems and internal bracing elements for loads due to vertical force components and live loads on any portion of the system. F. Design calculations and shop drawings of all excavation support systems. 1. Calculations and shop drawings shall be made and stamped by a registered Professional Civil or Structural Engineer experienced in the design of excavation support systems in the State of Washington. 2. Comply with the applicable requirements of OSHA and the WISHA Structural Specialty Code with respect to excavation and construction. 1.4 SUBMITTALS A. Section 0133 00, Submittals - Submittal Procedures: Requirements for submittals. B. Excavation Support Systems 1. Plans and details for trench and excavation support systems. a. Shop drawings and supporting calculations shall meet the specified design criteria requirements and include the following: 1) Arrangement, size and details for individual excavation support system. 2) Construction methods and sequencing to be used for the installation and removal of each excavation support system. 3) Contingency plan for alternative procedures to be implemented if the excavation support system is found to perform unfavorably or if obstructions are encountered in the installation. 2. Provide for Engineer review prior to the beginning of construction activities requiring such systems. 3. No excavations shall be started until the submittal review is complete. 4. Review by the Engineer of the submitted design shall not be construed as a detailed analysis of the adequacy of the support system, nor shall any provisions of the above requirements be construed as relieving overall responsibility and liability for the work. B. Excavation Support Systems 1. Plans and details for trench and excavation support systems. 16-1840.224 Excavation Support and Protection Kennydale Reservoir 31 50 00 - 2 a. Calculations and shop drawings shall be made and stamped by a Washington State registered Professional Engineer experienced in the design of excavation support systems and shall comply with the applicable requirements of OSHA and the WISHA Structural Specialty Code with respect to excavation and construction. 1) Arrangement, size and details for individual excavation support systems. 2) Construction methods and sequencing to be used for the installation and removal of individual excavation support systems. b. Provide plans, details and calculations for Engineer review prior to the beginning of construction activities requiring such systems. c. Review by the Engineer of the submitted design shall not be construed as a detailed analysis of the adequacy of the support system, nor shall any provisions of the above requirements be construed as relieving overall responsibility and liability for the work. 2. Provide plans, details and calculations for trench and excavation support systems to the City of Renton as required to obtain all necessary construction permits. 3. No excavations shall be started until the submittal review is complete and proper permits are obtained. C. Excavation Plan 1. Designed to prevent damage to existing and surrounding properties 1.5 QUALITY ASSURANCE A. Contractor is solely responsible for quality assurance of temporary shoring. B. At each excavation support system location, provide the following: 1. Continual verification system is planned, executed, and maintained in accordance with applicable codes, regulations and good construction practice. 2. Systematic observation of suitability of shoring materials. 3. Installation, excavation, settlement and lateral deflection monitoring. 4. Groundwater control. 5. Adjacent construction activities. 6. Other factors, as necessary. 16-1840.224 Kennydale Reservoir Excavation Support and Protection 315000-3 1.6 PERMITTING A. Secure all permits necessary to complete the requirements of this Section. PART 2 PRODUCTS 2.1 GENERAL A. Materials and equipment shall be safe and in good condition and shall conform to local, state and federal codes. PART 3 EXECUTION 3.1 GENERAL A. Provide sheeting, shoring and other protection and support systems wherever required, in accordance with current local, state and federal laws, codes and ordinances. B. The Contractor is solely responsible for excavation protection and worker safety. C. The Contractor shall be solely responsible for the protection of existing utilities and structures. Under no circumstance shall work threaten the integrity (physical and operational) of these utilities and/or structures. [c�►. *Z(BleV/_11Its] 1*40ago] :i96y 1-19aOVA 161 A. The excavation support systems shall not disturb the state of soil adjacent to the trench or excavation and below the excavation bottom. B. Water control measures shall be provided at all times in accordance with the requirements specified in Section 3123 19, Dewatering. C. The support system shall extend below the main excavation bottom elevation to a depth adequate to prevent hydrostatic uplift, seepage and piping, and lateral movement and to adequately support applied vertical loads. D. Damage to existing utilities or structures during installation of excavation support system shall be avoided. If damage occurs it shall be repaired at no cost to the Owner and to the satisfaction of the utility owner. E. A company representative from the excavation support system shall be onsite during initial setup of the system. Install excavation support system in strict conformance with the representative's recommendations. 16-1840.224 Excavation Support and Protection Kennydale Reservoir 31 50 00 - 4 3.3 CONTINGENCY PLAN IMPLEMENTATION A. Excess movements or settlements: Work shall be stopped immediately and the causes of excess or detrimental movements evaluated if: 1. Damage is noted to existing site features or surrounding properties. 2. Shoring wall movements exceed the limits specified herein or per submitted calculations. B. Immediately notify the Engineer and begin the implementation of the approved contingency plan to mitigate the effects of settlement or movement occurred. 3.4 REMOVAL OF SUPPORT SYSTEMS A. Removal of excavation support systems shall be performed in a manner that does not disturb or damage adjacent new or existing structures or utilities. B. Fill all voids immediately with specified backfill material. C. All damage to property resulting from removal shall be promptly repaired at no cost to the OWNER. The Engineer shall be the sole judge as to the extent and determination of the methods and materials for repair. 3.5 SCHEDULE A. A tight sheet excavation support system selected by the CONTRACTOR shall be provided for the excavation of the following structures, unless otherwise approved by the ENGINEER: 1. Pipes and structures greater than 4-ft in depth 2. Control Valve and Meter Vault 3. Stormwater Detention Structure END OF SECTION 16-1840.224 Excavation Support and Protection Kennydale Reservoir 31 50 00 - 5 This page intentionally left blank. SECTION 3163 16 CAST -IN -PLACE PILING: AUGER CAST PART 1 GENERAL 1.1 SUMMARY A. CONTRACTOR shall furnish all labor materials, equipment, and other services needed to complete the auger cast pile work shown on the drawings and as specified herein. Work includes cast -in -place piling made with a hollow auger that pressure injects concrete mortar into the shaft as the auger is withdrawn from the shaft. Providing concrete mortar, shaft stabilization, reinforcing steel bar (rebar), and other installation hardware as needed. B. Related Specifications. Sections include but are not necessarily limited to: 1. Section 03 2100 — Reinforcing Steel. 2. Section 03 1100 — Concrete Work 1.2 QUALITY ASSURANCE A. Referenced Standards: 1. ASTM International (ASTM): a. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. b. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. c. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. d. C33, Standard Specification for Concrete Aggregates. e. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. f. C150, Standard Specification for Portland Cement. g. C494, Standard Specification for Chemical Admixtures for Concrete. h. C939, Standard Test Method of Flow of Grout from Preplaced -Aggregate Concrete (Flow Cone Method). 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 1 i. D1143, Standard Test Methods for Deep Foundations Under Static Axial Compressive Load. j. D3689, Standard Test Methods for Deep Foundations Under Static Axial Tensile Load. 2. American Welding Society (AWS): a. D14, Structural Welding Code - Reinforcing Steel. 3. Building code: a. 2012 IBC and its Amendments referred to herein as Building Code. 4. Corps of Engineers (COE): a. CRD-C79, Method of Test for Flow of Grout: mixtures 1.3 SUBMITTALS A. Shop Drawings: 1. See Specification Section 0133 00 for requirements for the mechanics and administration of the submittal process. 2. Shop Drawings indicating type, grade, number, size, length, spacing and configuration of pile reinforcing including method of installing and splicing rebars along with details of embedding them into superimposed construction. B. Record of three (3) of Contractor's past installation of required type of pile under similar soil conditions within the last five years. 1. Installation of auger cast piles shall be performed by a specialty CONTRACTOR whose qualifications in regard to experience in work of this type and scope, suitability of equipment, competent personnel, and reputation will be subject to the approval of the ENGINEER. The granting of approval shall not imply acceptance of responsibility by the ENGINEER for the CONTRACTORS's ability to perform the work. C. Concrete mix design for pile mortar. D. Results of pile load tests. E. Results of concrete strength tests for concrete placed in the field installed piling. F. Pile report 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 2 1. The CONTRACTOR shall keep an accurate record of all deviations from the drawings and this specification. Complete information, including descriptions, drawings, sketches, and marked prints, as required, shall be submitted to the ENGINEER at completion of the work for revision of the drawings and this specification to the "as built" condition. 1.4 PROJECT SITE CONDITIONS A. Site Information 1. Data on the subsurface conditions may be obtained by referencing the geotechnical engineering design study for the project. A copy of this study can be obtained from the OWNER's representative. 2. Data on subsurface conditions are not intended as representations or warranties of continuity of such conditions. It is expressly understood that the OWNER will not be responsible for interpretations or conclusions drawn there from by the CONTRACTOR. Data are made available for convenience of the CONTRACTOR and are not guaranteed to represent conditions that may be encountered. 3. The CONTRACTOR shall make their own determinations and conclusions regarding the nature of the materials and the methods and procedures to be utilized in performing the work. Extra payment will not be made by the OWNER nor shall the CONTRACTOR make any claim for extra payment for subsurface soils conditions which may be, in the opinion of the CONTRACTOR, different from the conditions indicated by the drawings, specifications, and previously referenced report. Extra payment will not be made for unanticipated grout required. 4. Do not begin pile installation until the earthwork in the area where piles are to be installed has been completed as shown on the plans and indicated in this Specification Section. 5. Pile tip elevation shown in the drawings are estimated. Actual end pier tip elevations may vary from this estimated elevation due to varying subsurface conditions. If the ENGINEER determines the load bearing capacity of the pier has not been achieved at the tip elevation specified on the plans, installation shall continue until the load bearing capacity is achieved, as directed by the ENGINEER. B. Existing Utilities 1. Should uncharted utilities be encountered during drilling, consult CM/GC and OWNER immediately for directions as to procedure. Cooperate with 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 3 OWNER in keeping services and facilities in operation. Repair damaged utilities to satisfaction of OWNER. C. Do not interrupt existing utilities except when permitted in writing by OWNER and acceptable temporary utilities services have been provided PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURES A. Subject to compliance with the Contract Documents, the following manufacturers are acceptable: 1. Intrusion Prepakt Concrete Co. 2. Lee Turzillo Contracting Co. B. Submit request for substitution in accordance with the Special Provisions. A. Allowable working downward load carrying capacity of all piles shall be 188.5 tons (377 kip). 1. Allowable uplift working capacity of piles noted as uplift piles on the plans shall be 114 tons (228 kip). 2.3 PILE TYPE A. Install 24-inch diameter cast in place piles by rotating a continuous, helical flight, hollow shaft auger into the subsoil B. Inject mortar under pressure through auger shaft as auger is withdrawn using earth filled auger to retain shape of hole and to act as a packer. 1. Positive or removing pressure shall thus be exerted on the withdrawing auger as well as lateral pressure on soil surrounding the mortar filled hole. C. Exercise care to withdraw auger slowly and inject sufficient material to ensure a continuous column of mortar of diameter specified. D. Reinforcing steel shall be furnished and installed as shown on the drawings. It shall be accurately placed to obtain the thickness of concrete cover shown. 2.4 MATERIALS A. Portland Cement: 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 4 1. Conform to ASTM C150, Type II. 2. Fly ash shall not be used. B. Water: Potable, clean, free of oils, acids, and organic matter. C. Aggregate: 1. Conform to ASTM C33 well graded from fine to coarse. 2. Aggregates to be natural not manufactured. D. Admixtures : Conform to ASTM C494 Types A through E only. E. Reinforcement: 1. Conform to ASTM A615 Grade 60. a. Rebars to be welded to conform to ASTM A706. b. See Specification Section 03 2100 for reinforcement requirements. 2. Rebars to be of the length(s) indicated on the Drawings, without splicing. a. If splicing is allowed by Engineer, splices to be made by either a full penetration groove butt weld or by a proprietary mechanical splice connection b. Welded and mechanical splices to develop 125 percent of the yield strength of the rebars in tension. c. Type of splice to be approved by Engineer. F. Proportion and mix mortar to produce a mortar capable of maintaining solids in suspension without appreciable water gain, yet which may be pumped without difficulty and which will penetrate and fill any voids in subgrade material. G. Proportion the materials to produce a hardened mortar in the cast -in -place piles with a minimum 28-day compressive strength of 4500 psi. H. Prior to beginning installation of piles, submit the proposed mortar mix design to Engineer for review. 1. Mix design to contain the following information: a. Sieve analysis and source of aggregates. b. Test for aggregate organic impurities. c. Proportioning of all materials. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 5 d. Type of cement along with mill Certificate for the cement e. Manufacturer and type of proposed admixtures. f. One (1) seven (7) day and two (2) 28-day compression test results using 6-inch diameter by 12-inch-high cylinders for testing. I. Admixtures proposed for use in the pile mortar to possess property of combining with lime liberated during process of hydration. 1. Admixtures to also have one or more of the following effects on the pile mortar: a. Reducing mixing water requirement. b. Retarding rate of stiffening and time of setting. c. Decreasing tendency for water bleeding and aggregate segregation. d. Eliminating setting shrinkage. e. Improving qualities of pumpability and penetrability of voids in subsoil. f. Increasing strength of the piles. PART 3 EXECUTION 3.1 INSPECTION A. Do not include in bid price the cost of inspection services indicated herein to be performed by the Geotechnical Engineer. 3.2 LINES AND LEVELS A. Verify that site condition will support equipment for performing pile operations. B. Complete necessary excavation and furnish lines and levels required to install piles at their indicated locations. 3.3 PILE CUT-OFF ELEVATIONS A. Obtain cut off elevations from foundation plans and details. 3.4 MIXING AND PUMPING OF MORTAR A. Provide adequate mixing and pumping equipment for preparation and handling of mortar. 1. Provide a screen between mixer and pump or between mixer and agitator. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 6 3.5 2. Remove all soil, rust, loose mortar, or other foreign material from mixing drums, stirring mechanisms, and from other portions of equipment in contact with mortar before materials are introduced. B. Accurately measure all materials by weight as they are fed to the mixer. C. Provide quantity of water such as to produce a mortar having the required consistency for placement and workability. Consistency should generally be between 10 and 25 seconds when tested in accordance with ASTM C939 with a modified 3/4-inch flow cone opening. 1. Time of mixing not to be less than one minute. 2. If agitated continuously, mortar may be held in mixer or agitatorfor a period not exceeding 2 HRS at temperatures below 70 Deg F and for a period not exceeding 1-1/2 HRS at higher temperatures. 3. If there is a lapse in operation of mortar injection, recirculate mortar through pump, or through mixer drum or agitator and pump. D. Use approved pumping equipment having a working pressure gauge in clear view of the operator 1. Perform calibration of the pump in the field prior to installation of piles with Engineer present to observe. 2. Place grout into hopper and pump through the line into a large container of known volume, e.g.., a 55-gallon drum. 3. Perform similar calibration of the pump stork rate at ENGINEERS request if CONTRACTOR changes or varies equipment or should volumes of grout calculated during grout placement becomes suspect due to variations in calculated quantities or missing complete strokes. DETERMINATION OF PILE LENGTH(S) TO BE INSTALLED A. Actual pile length or lengths to be installed to be as directed by the Geotechnical Engineer from criteria established in the field. 1. The first pile drilled and selected other piles chosen by the Geotechnical Engineer shall be periodically extracted from the borehole so that its tip can be examined by the Geotechnical Engineer to identify the soil bearing layer. The final pile tip elevation for subsequent piles shall be established by the Geotechnical Engineer. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 7 2. The final tip elevation(s) established by the Geotechnical Engineer are intended to produce an allowable working capacity as required in this Specification Section with a factor of safety of at least 1.5. 3. Maximum pile vertical movement when supporting the required allowable working capacities shall not exceed 1/2 inch. 3.6 DETERMINATION OF PILE LENGTH(S) TO BE INSTALLED BY PILE LOAD TESTS A. A. Perform minimum of two (2) tension pile load tests each to determine the maximum friction stress of the piles. Friction stress determined from the tension tests can be used to determine both tension and compression capacities of the piles. Each test pile shall be loaded in tension to failure or to at least twice the maximum working load of the pile of 171 tons (342 kips). 1. Install test piles in locations and to tip elevations as directed by Geotechnical Engineer. a. Installed test piles are sacrificial and shall not be incorporated into the final foundation layout. b. . Tension test piles shall be loaded by pulling on steel reinforcing which extends to the bottom of the pile, where a circular steel plate at least 4 inches in diameter is firmly attached to the reinforcing. C. B. Testing of piles to be under the direction and supervision of the Geotechnical Engineer. 1. Entire apparatus required for load testing to be designed and supplied by Contractor. 2. tension tests shall be performed in general accordance with ASTM D3689. C. In the event anchor piles are employed, provide reaction through a steel beam of sufficient structural strength adequately secured to anchor piles. D. Provide a calibration chart not more than 20 days old for the hydraulic jack and pressure gage to be used for the tests. 1. Entire load test set up to have adequate capacity for testing piles to twice their specified required allowable working capacities. 2. Provide dial gages to measure deformations. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 8 a. Record uplift measurements on reaction piles and on piles being tested for uplift capacity. b. Readings will be taken by Geotechnical Engineer, verified, and signed by Contractor, with a copy sent to Engineer. E. Load test piles to a minimum load of 200% the required allowable working capacities as stated in this Specification Section. 1. Do not perform load tests until test pile mortar has reached its required 28- day compressive strength. F. In the event of failure of the testing system before tests are completed, repeat load test at no additional expense to Owner. 1. In the event of failure of reaction pile or test pile before tests are completed, install new piles at no additional expense to Owner G. Criteria for establishing failure of test piles for determination of allowable required working capacities will be as determined by Geotechnical Engineer. H. Based on the results of the load tests, the final tip elevation, or elevations for all piling to be installed shall be established by the Geotechnical Engineer. If during installation of piling required for support of the structure(s), conditions are found to be different from those encountered during installation of test piles, revise final tip elevation of the piling being installed as directed by the Geotechnical Engineer. 3.7 ADDITIONAL TEST PILES AND LOAD TESTS A. In addition to test piles and load tests required by this Specification Section, additional test piles and load tests may be required as directed by the Geotechnical Engineer. 3.8 PILE INSTALLATION A. Provide auguring or mortar injection equipment with a mortar pressure gage in clear view of equipment operator. 1. Coordinate rate of mortar injection and rate of auger withdrawal from soil so as to maintain at all times a positive pressure on this gage, which will in turn indicate the existence of a removing pressure on bottom of auger flight. B. Withdraw auger at a smooth, continuous rate which is consistent with mortar injection rate producing a pile of continuous required uniform cross section. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 9 1. Uneven or jerky removal of auger flight will be sufficient basis for requesting that the pile or piles in question be test loaded at Contractor's expense. 2. Provide auguring equipment having no less than a four-part line for withdrawing auger. 3. During pile installation, the mortar pumping rate shall be such that mortar shall flow up to the ground surface around the auger before the last 6 feet of auger is withdrawn from the shaft. This shall be accomplished without stopping or slowing the rate of auger extraction. Failure of mortar to be pumped at a continuous rate which produces a continuous uniform column cross section shall cause the pile to be re -drilled and re -pumped. C. Provide a plug-in bottom end of auger flight. 1. Plug to be removed by pressure of grout injection. D. Jetting with water shall not be used as an aid to auguring for pile installation. E. Remove soil due to auguring operation from around the top of the pile hole to prevent the soil from re-entering the hole and contaminating the concrete. F. Allow Geotechnical Engineer to witness the installation of all piles. 1. Install all piles to the tip elevation or elevations as directed by the Geotechnical Engineer. 2. If drilling conditions differ from those originally encountered, revise final tip elevation or elevations as directed by the Geotechnical Engineer. G. Cure top surfaces of all piles for a minimum of 7 days by one of the methods outlined in Specification Section 03 1100. 1. Begin curing immediately after pile installation is complete. 2. Do not allow temperature of top of piles to fall below 50 Degrees Fahrenheit during the curing period. H. Do not place pile mortar against frozen ground. 1. Top of pile to be of diameter specified. 2. Mushrooming of top of piles is not allowed. 3. Remove excess mortar as required if this situation occurs. I. Place reinforcing steel in wet mortar after removal of auger from the drilled shaft. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 10 3.9 OBSTRUCTIONS A. Should any obstruction including but not limited to boulders, rocks, rubble, fill, existing foundations, or timbers be encountered which prevent placing pile to depth required or cause pile to drift horizontally or vertically from required location, cease auguring, fill hole with mortar and take corrective action as directed by ENGINEER. 3.10 PILE LOCATIONS AND TOLERANCES A. Provide piles that are straight and true with diameters as specified for full length of pile. B. Install piles vertically at locations shown on Drawings. 1. The horizontal deviation of any pile from its required location shall not exceed 2 inches 2. Pile centerline not to deviate more than 1 inch in 10 feet of pile length from vertical. 3. Contractor to pay for cost of foundation revision and/or for additional installed piles due to piles being installed beyond indicated tolerance limits. C. Install piles horizontally at locations shown on Drawings. Notify Engineer immediately if horizontal locations of piles installed in field differ from Drawings. gig Iaslow :041►11973y4MA14011 A. Provide reinforcing bars in piling as indicated on Drawings. 1. Carefully place reinforcing with indicated concrete cover to prevent reinforcing from coming into contact with surrounding soil. 2. Provide additional reinforcing as indicated on Drawings in all piles noted as uplift piling. a. Extend this additional vertical reinforcing for the full length of the uplift pile, located at pile center. b. Splice reinforcing extending full length of uplift piles only when approved by Engineer. c. Splices to meet requirements of this Specification Section. 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 11 3.12 PILE CUTOFF A. Top of piles at cut off elevation to be free of defects and be level with a full cross section of the diameter specified. 3.13 CONCRETE TESTS FOR INSTALLATION PILING A. Make three (3) 6-inch diameter by 12-inch-high concrete test cylinders each morning and each afternoon for each drill rig operating. 1. Make cylinders in accordance with ASTM C31. 2. Test one (1) cylinder at seven (7) days and two (2) cylinders at 28 days. 3. Perform testing in accord with ASTM C39. 4. Send test results, indicating piling they represent, to ENGINEER. 3.14 DAMAGED PILES A. Replace damaged piles as directed by ENGINEER at no additional expense to OWNER. B. Damaged piles include but not necessarily limited to piles which are cracked, spalled, contain voids or foreign material, are fractured, are of a cross -sectional area less than required, are of a compressive strength less than specified or contain any other defect as determined by ENGINEER that would weaken the pile. C. Should any pile as determined by ENGINEER be damaged during or after installation, be too short to reach required tip elevation or otherwise not conform to this Specification Section, install another pile in its place at location indicated by ENGINEER. 1. Revise foundation as directed by ENGINEER as required by new location of pile. 2. Additional pile and foundation to be at CONTRACTORS expense. 3.15 PILE REPORT A. Provide ENGINEER with a copy of a pile report for all installed piles providing the following information: 1. Pile location and number. 2. Date installed. 3. Length of pile (tip to cut -oft). 4. Pile tip elevation. 5. Description of piles that were rejected (pile number, location. reason for rejection). 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 12 6. Quantity of concrete placed in each pile 7. Date and time of grouting 8. Amount of grout used and comparison to expected volume for pile indicating that grout met or exceeded the expected volume for the pile. 9. Nature and location of obstructions, if encountered 10. Remarks concerning installation of pile END OF SECTION 16-1840.224 Cast -In -Place Piling: Auger Cast Kennydale Reservoir 3163 16 - 13 This page intentionally left blank. DIVISION 32 EXTERIOR IMPROVEMENTS Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 32 13 43 PERVIOUS CONCRETE PAVING PART1 GENERAL 1.1 SCOPE This section includes the construction of pervious concrete paving. 1.2 REFERENCE STANDARDS A. References herein to "AASHTO" shall mean Association of American State Highway Transportation Officials. B. Standard Specifications: Where the term "Standard Specifications" is used, such reference shall mean the current edition of the Washington State Department of Transportation (WSDOT) Standard Specifications for Road, Bridge, and Municipal Construction. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict in the requirements of the Standard Specifications and the requirements stated herein, the requirements herein shall prevail. C. American Concrete Institute — ACI 522.1-08 — Pervious Concrete Pavement 1.3 DEFINITIONS 1.4 SUBMITTALS In accordance to Section 0133 00, Submittal Procedures, the CONTRACTOR shall submit the following items to the ENGINEER for acceptance prior to placing any pervious concrete pavement: A. The source of all materials proposed for use in constructing pervious concrete pavement. B. Batch weights for all constituents of one (1) cubic yard of the proposed pervious concrete mix. C. The specific gravity (SSD) of all aggregates to be used in the proposed pervious concrete mix. D. The proposed gradation of coarse aggregates used in the pervious concrete. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 1 E. The design water / cement ratio of the proposed mix design. F. The fresh density of the proposed pervious concrete mixture as determined by ASTM C1688. G. Catalogue cuts and Certificates of Compliance for all proposed admixtures. H. Mill Certification of he Portland cement and pozzolans, if used, for the current lot to be used in the production of the proposed pervious concrete mix. The CONTRACTOR shall maintain this submittal throughout the duration of the project as lots change. Current certification by the National Ready Mix Concrete Association (NRMCA) for the batch plant(s) to be used in the production of pervious concrete. J. Current certifications by the NRMCA for the trucks to be used in transporting pervious concrete from the batch plant to the point of placement. K. Qualification documentation for current certifications by the NRMCA for the CONTRACTORS personnel who will be installing pervious concrete. Valid acceptable documentation is the NRMCA issued wallet card or certification certificate. L. At the time of delivery of the material to the site, the CONTRACTOR shall provide an original Certificate of Compliance for each truckload of pervious concrete. The Certificate of Compliance shall include information noted in WSDOT Section 1-06.3. If the Certificate of compliance from the concrete producer I not provided to the ENGINEER upon delivery, the truckload shall not be placed. 1.5 QUALITY ASSURANCE For acceptance, pervious concrete pavement will be divided into lots as follows: A single lot (lot) is represented by the lesser of: one (1) day's production or 360 square yards of pervious concrete in place. Where the Contractor has more than one (1) crew placing pervious concrete, lots will be associated with each crew. Representative lot size will be determined to the nearest square yard. If no sample is taken on a day, that day's quantities may be included in the next or previous days lot(s). The ENGINEER may isolate an area of pervious concrete within a lot that is deemed to be defective in any way and such an area will be considered to be a new lot for purposes of acceptance. New lots determined in this manner shall be extended as necessary such that they are bounded by planned joints. Acceptance of a lot of pervious concrete pavement will be based on the following criteria: A. All testing to determine compliance with the specifications shall be performed by an independent testing laboratory contracted by the Contractor and approved by the Engineer. All testing costs shall be borne by the Contractor. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 2 B. The surface smoothness of the new asphalt concrete pavement shall be such that when a 10-foot straightedge is laid longitudinally across the paved area in any direction, the new pavement shall not deviate from the straightedge more than 1/8 inch. Surface drainage shall be maintained. Additionally, paving must conform to the design grade and crown and contain no abrupt edges, low or high areas or any other imperfections as determined by the Engineer. Pavement construction not meeting these requirements will be repaired by grinding the existing pavement to a 1 1/2-inch depth and replacing with Level 3, % -inch dense graded Asphaltic Concrete the full width at no cost to Owner. C. The pervious concrete pavement used shall conform to the mix design for the Job Mix Formula as determined by the independent testing laboratory. D. After a minimum of seven (7) calendar days of curing, remove and measure three (3) cores from each lot. Remove cores in accordance with ASTM C42/C42M. Measure the length of each core in accordance with ASTM C1542/1542M. No single core shall be less than 34 inch of the design depth in the Plans The average of all cores from a lot shall be within minus 3/8 inch of the design depth in the Plans. After length is measured, measure hardened density of each core in the lost in accordance with ASTM C1754/C1754M. The hardened density from a lot must be within +/- 5 percent of the average hardened density of the JMF. E. The infiltration rate at any single test point shall not be less than 100 inches per hour. F. The fresh density of each lot will be measured by ASTM C1688 at the point of placement shall be within +/- five (5) pounds per cubic foot of the fresh density determined from the JMF. G. The appearance of each lot shall be consistent with the JMF. The pervious concrete pavement shall have a consistent surface texture, shall not be raveled, shall be free of ridges or other surface imperfections, shall havejoints that are in the specified location and are constructed per Specification, and shall be free of cracks. 1.6 PRE -PAVING CONFERENCE A. Any supervisory personnel of the Contractor and any subcontractors who are to be involved in the paving work shall meet with the Engineer, at a time mutually agreed upon, to discuss methods of accomplishing all phases of the paving work. Pre -paving conference shall occur at least 1 week prior to the pervious pavement sub -base installation. B. The Contractor shall be prepared to review the size and type of equipment to be used and the anticipated rate of placement to determine equipment needs. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 3 1.7 DEFECTIVE WORK A. Remove and replace defective work not conforming to plan and specifications specified tolerances at the CONTRACTORS own expense. B. Remove and replace any pavement that shows cracks, ponds, puddles, bulges, which does not freely drain or exhibits other defects at the CONTERACTORs own expense PART 2 PRODUCTS 2.1 SUBBASE A. Permeable Aggregate Recharge Bed 1. Shall be crushed, washed rock with a gradation per WSDOT section 9-03.12(5) Gravel Backfill for Drywells or AASHO No. 2. 2. Provide thickness of gravel borrow as required by these Specifications and the project Drawings. 3. Comply with section 0145 00, Quality Control. B. Choker Course 1. Shall be crushed, washed rock with a gradation per WSDOT Section 9-03.12(4) Gravel Backfill for Drains. 2.2 PERVIOUS CONCRETE PAVEMENT A. Job Mix Formula 1. A unique identification number for the mix design that is approved for the Job Mix Formula (JMF). 2. Portland cement shall be Type I, Type 11, Type 1-11, Type IP, or Type IS. 3. The cementitious content including pozzolans if used, shall be a minimum of 480 pounds per cubic yard. 4. The mix shall incorporate a hydration stabilizing admixture. 5. Synthetic microfibers may be utilized at the manufacturer's recommended dosage rate. 6. The water/cement ratio shall not exceed 0.35. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 4 7. No more than 25 percent of Portland cement in the mix, by weight, may be replaced by fly ash, ground granulated blast furnace slag, or a combination of both. 8. Coarse aggregate shall conform to Section 9-03.1(4), AASHTO Grading No. 8 stone or as accepted by the ENGINEER. B. Subgrade Geotextile 1. Shall be non -woven geosynthetic fabric per WSDOT 9-33.2(1). C. Subgrade Stabilization In the event that unstable materials are encountered during excavation, the additional excavation and installation of geotextile fabric and twelve (12) inches of rock substructure will be required, as directed. Conform to the requirements as specified in Section 2-12 of the Standard Specifications. For subgrade separation, use subgrade geotextile as specified in Section 9-33 of the Standard Specifications. 2.3 JOINTS A. Isolation joint material shall be per Section 2.2 of ACI 522.1-08. 2.4 FORMS A. Shall be per section 2.4 of ACI 522.1-08 with the addition of the following: 1. Special Edge forms for Radii shall be approved in advance by Owner's Representative. Rigid steel forms shall not be used on curved edges. PART 3 EXECUTION 3.1 AGGREGATE PAVEMENT BASE A. Place pavement base to the depth shown on the plans. Bring the top of the pavement base to a smooth, even grade at a distance below finished grade equivalent to the required pavement depth. B. Compact the pavement base with mechanical vibratory or impact tampers to a density of not less than 95 percent of the maximum density, as determined by AASHTO T-99. C. Obtain the Engineer's acceptance of the subgrade before beginning construction of the aggregate base course. D. When, in the judgment of the Engineer, the weather is such that satisfactory results cannot be secured, suspend operations. Place no aggregate base course in snow or in soft, muddy, or frozen subgrade. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 5 E. If the required compacted depth of aggregate base course exceeds six (6) inches, construct in two or more lifts of approximately equal thickness. Maximum compacted thickness of any one lift shall not exceed six (6) inches. Compact each layer to the specified density before a succeeding lift is placed. 3.2 PERVIOUS CONCRETE PAVEMENT A. Mixing Pervious Concrete 1. Batch, mix and deliver pervious concrete in compliance with ASTM C94/C94M except that pervious concrete shall not be transit mixed or shrink mixed. If water is added to the mix after it is delivered on site, the fresh density for the pervious concrete shall meet the requirements of the approved JMF referenced in this Section. 2. Mixing and placing concrete shall be discontinued when a descending air temperature in the shade away from artificial heat reaches 401 F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 401 F. 3. The temperature of fresh pervious concrete shall not be less than 551 F. 4. Pervious concrete shall not be mixed with aggregates at less than 321 F. B. Placing, Spreading, Finishing, Edging, Tolerances and Curing 1. Obtain the ENGINEERS acceptance of the aggregate base course before beginning construction of the pervious concrete pavement. 2. Pervious concrete shall not be placed, compacted or finished when the natural light is inadequate, unless adequate lighting system is in operation. The adequacy of light will be determined by the ENGINEER. 3. Wet the surface of the subbase with water immediately before placing pervious concrete. Deposit concrete either directly from the transporting equipment or by conveyor on the subbase, unless otherwise specified. Pervious concrete shall not be placed on frozen subbase. Deposit concrete between the forms to an approximately uniform height. Spread the concrete using mechanized equipment or hand tools. Vibrating equipment shall not be used for spreading pervious concrete. 4. Strike off concrete between forms using a form -riding paving machine, roller screed, or spinning screed. 5. Compact concrete to a uniformly dense structure without clogging the surface with paste. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 6 6. Finish the pervious concrete to a uniform, open -textured to match the appearance of the approved JMF. 7. Edges shall be hand tooled to a radius of % inch. 8. Curing materials for pervious concrete shall be in place no more than 20 minutes of discharge onto the subbase. The pavement surface and all exposed edges shall be completely covered with sheet curing materials conforming to WSDOT Section 9-23.1. The curing material shall secured at all exterior edges and interior laps without damaging pervious concrete. The method of securing the curing material shall prevent wind from removing the sheet and from blowing under the sheet across the surface of the concrete. Cure the pavement for a minimum of seven (7) uninterrupted days. 9. All traffic (foot and vehicular), staging, stockpiling or other Work shall be kept off of the pervious concrete pavement during the curing period. Any testing for acceptance shall not occur until the end of the curing period. C. Protection 1. Cover the pavement surface with a minimum six (6) millimeters thick polyethylene sheet or other approved equivalent covering material. Prior to covering, spray on a fog or light mist above the surface when required due to ambient conditions (high temperature, high wind, and low humidity). Overlap exposed edges and secure cover (without using dirt or stone) to prevent dislocation, air pockets, or other gaps. Cover shall encompass entire pavement surface (including exposed edges) and remain securely in place during curing. Implement protection measures to avoid imprints/indentations on the finish surface. 2. Rain runoff, surface water of any kind and sediment shall be prevented from entering the area of pervious concrete construction, including excavation, until the pervious concrete application has cured, testing is completed and determined to meet Specifications and the adjacent areas that sheet flow/drain onto the pervious concrete are permanently stabilized from erosion and plantings are established. Once pavement is placed, flow diversion measures and protective covers shall continually be maintained until adjacent areas are permanently stabilized and concrete has been accepted. Construction vehicular traffic shall not be allowed onto the pervious concrete pavement 3. Do not open the pavement to vehicular traffic until the concrete has cred for at least seven (7) uninterrupted days, testing has been completed, and the pavement has been accepted by the ENGINEER. 4. The CONTRACTOR shall take every precaution to protect the pervious concrete pavement from damage, including the introduction of foreign materials to the 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 7 surface, throughout the course of the Work. Pervious concrete pavement that is damaged or has been adversely impacted by the introduction of foreign materials shall be remediated to the satisfaction of the ENGINEER or rejected and replaced to the nearest joint. 3.3 JOINTS Construct joints at the locations, depths and with horizontal dimensions indicated in the plans unless noted otherwise in this Section. Joints shall be of three (3) types: construction, contraction, isolation. Construction joints shall be formed at the end of a day's Work or when necessary to stop production for any reason. Contraction joints shall be used to control random cracking. Isolation joints shall be used where the pervious concrete abuts existing facilities or where shown in the plans. A. Construction Joints Construction joints shall be located at the location of a planned contraction or isolation joint. Construction joints are to be formed by placing a header between the forms, at right angles, to the full depth of the finished pervious concrete, and set to the height of the forms. B. Contraction Joints Contraction joints (transverse and longitudinal) shall be constructed at the locations and intervals shown in the Plans. Contraction joints shall be a depth of 1/3 the thickness of the pervious concrete pavement section and have a width of no more than % inch. Contraction joints shall not be saw cut unless specifically noted in the Plans. Saw cut joints shall have a minimum width of 1/8 inch. Plastic formed contraction joints shall be tooled on both sides of the joint with a radius of % inch. Tool joint to the depth and width in fresh concrete immediately after the concrete is compacted. C. Isolation Joints Isolation joints shall be placed where the pervious concrete abuts existing Structures or where shown in the Plans. Isolation joints shall continue through the depth of the pervious concrete using a 3/8-inch pre -molded joint filler meeting the requirements of WSDOT Section 9-04.1(2). Isolation joints may be formed by forming a construction joint and affixing the pre -molded joint filler against one side of the joint and placing fresh pervious concrete against it. Isolation joints and filler shall be flush with the surrounding pervious concrete and shall not deviate from the acceptance criteria for smoothness as shown in WSDOT Section 5-06.3(6). The edge of the pervious concrete adjacent the pre -molded joint filler shall eb hand tooled with a % inch radius. 3.4 FIELD QUALITY CONTROL A. Job mix will be sampled immediately behind the paving machine. 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 8 B. Temperature of the mix will be measured immediately behind the paver. C. The density and void content of freshly mixed pervious concrete will be determined in accordance with ASTM C1688. 3.5 ADJUSTMENT OF EXISTING MANHOLE COVERS AND VALVE BOXES Prior to placing pervious concrete pavement, the CONTRACTOR shall make all necessary adjustments to existing manhole frames and covers and valve box covers to ensure that the tops of the manhole covers or valve box lids are flush with the finished grade of the adjoining pavement or ground surface, and that valve boxes and PVC pipes are centered and plumb over operating nut valve. END OF SECTION 16-1840.224 Pervious Concrete Paving Kennydale Reservoir 32 13 43 - 9 This page intentionally left blank. SECTION 32 17 23 PAVEMENT MARKINGS PART1 GENERAL 1.1 SCOPE This section includes the dimensioning and layout of pavement markings. 1.2 REFERENCE STANDARDS A. APAW - Designs and Specifications for Asphalt Concrete Pavements and Bases, 1990 Edition. B. Manual on Uniform Traffic Control Devices (MUTCD) Current Edition. C. WSDOT— Standard Specifications for Road, Bridge and Municipal Construction, current edition, Washington State Department of Transportation. D. The City of Renton Standards, Current Edition. 1.3 SUMMARY A. Work includes but is not limited to the following: 1. Furnish materials and apply painted parking stall striping. B. All work shall be in accordance with: 1. City of Renton current Design Standards, referred to as City Standards. 2. 2018 edition of the Washington State Department of Transportation (WSDOT) "Standard Specifications for Road, Bridge and Municipal Construction" 3. Where there are conflicts or differences between these standards notify Engineer. City Standards shall govern unless otherwise directed by the Engineer. 1.4 SUBMITTALS In accordance to Section 0133 00, Submittal Procedures, the CONTRACTOR shall submit the following items to the ENGINEER for acceptance prior to placing pavement markings: A. Pavement Marking Paint product information. 16-1840.224 Pavement Markings Kennydale Reservoir 32 17 23 - 1 1.5 DIMENSION AND LAYOUTS A. Furnish, set and mark all line location stakes. Assign a qualified layout engineer, surveyor, or technician specialist to do this work; this person shall be on site at all times when work requiring controls is being performed. Furnish and maintain on site necessary equipment, supplies and instruments related thereto. Make this equipment and personnel available, at no additional cost to the Owner, for the purpose of verifying layout and certifying the accuracy of work on the site. PART 2 PRODUCTS 2.1 PAINT A. Paint shall be white, red, or yellow traffic paint (or compound suitable for paved surfaces), for parking stalls, crosswalks, outdoor play areas and curbs conforming to the requirements of WSDOT Section 8-22 and 9-34.2. Paint shall be lead free. B. Paint shall be delivered and stored in sealed containers that plainly show the designated name, formulation, or specification numbers, batch number, color, date of manufacture, manufacturer's name, formulation number and directions, all of which shall be printed legibly at time of use. The paint shall be homogeneous, easily stirred to a smooth constancy, and shall show no hard settlement or other objectionable characteristics. 2.2 PAVEMENT MARKING A. All materials shall conform to WSDOT Specifications and project Documents. Pavement marking lettering shall be in accordance with WSDOT Specifications and project Documents. 2.3 SIGNS A. "Reserved Parking" MUTCD (R7-801) B. "Van Accessible" MUTCD (R7-801A) PART 3 EXECUTION 3.1 GENERAL A. The Contractor shall furnish an experienced technician to supervise the location alignment, layout dimensions and application of pavement markings. 16-1840.224 Pavement Markings Kennydale Reservoir 32 17 23 - 2 B. All surfaces to be marked shall be thoroughly cleaned before application of the paint markings. Dust, dirt and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water or a combination of the methods as required. Rubber deposits, surface laitance, and other coating adhering to the pavement shall be completely removed with scrapers, wire brushes, sandblasting, approved chemicals or mechanical abrasion as directed. C. Paint Application 1. Apply pavement marking to clean, dry pavement surfaces and in accordance with manufacturer's recommendations. 2. Application thickness shall be in accordance with WSDOT Section 8-22.3(3)F. A minimum of two applications of paint will be required to complete all paint markings. 3. Apply paint evenly to the pavement surface to be coated at the rate of 105, plus or minus 5, square feet per gallon. Apply paint to clean, dry surfaces, and unless otherwise approved, only when air and pavement temperatures are 50 degrees F and rising and less than 95 degrees F. Maintain paint temperature within these same limits. Apply paint pneumatically with approved equipment. 4. Provide guide lines and templates as necessary to control paint application. Take special precautions in marking letters and symbols. 5. The top of pavement markings shall be smooth and uniform. Line ends shall be square and clean. Sharply outline edges of marking. 6. The maximum drying time requirement of the paint specifications and manufactures recommendations shall be strictly enforced, to prevent undue softening of bitumen, and pickup, displacement, or discoloration by tires of traffic. 7. Discontinue painting operations if there is a deficiency in drying of the marking, until cause of the slow drying is determined and corrected. 8. Tolerances shall be in accordance with WSDOT Section 8-22.3(4). D. Parking Area 1. Parking stall and block -out striping shall be 4 inches wide painted white unless otherwise noted on the project Documents. 16-1840.224 Pavement Markings Kennydale Reservoir 32 17 23 - 3 2. ADA parking stall symbol shall be in accordance with project Documents. E. Paint shall be applied uniformly at rate specified in WSDOT Section 8-22. All markings shall be protected from traffic until the paint is thoroughly dry. All markings shall present a clean cut, uniform, and workmanlike appearance. All marking which fail to have a uniform, satisfactory appearance shall be corrected by the contractor at their expense. F. Cleaning 1. Leave premises clean and free of residue of work of this Section. END OF SECTION 16-1840.224 Kennydale Reservoir Pavement Markings 321723-4 SECTION 32 3100 GATE SYSTEM PART 1 GENERAL 1.1 WORK INCLUDED The contractor shall provide all labor, materials and appurtenances necessary for installation of the steel roll gate system and associated operator and site accessories and components specified elsewhere. 1.2 RELATED WORK NOT USED 1.3 SYSTEM DESCRIPTION The manufacturer shall supply a total roll gate system of Ameristar PassPort Commercial Ornamental design series: Majestic style. The system shall include all components (i.e., pickets, rails, gate uprights, wheels and hardware) required. Substitutions: Basis -of -Design as listed, equal substitutions accepted subject to compliance with plans, specifications and details and Architect review and approval of substitution request. Submit substitution request in accordance with specifications. 1.4 QUALITY ASSURANCE The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified. 1.5 REFERENCES ASTM B117 - Practice for Operating Salt -Spray (FOG) Apparatus. ASTM D523 - Test Method for Specular Gloss. ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint. ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials Using Filtered Open -Flame Carbon -Arc Light and Water Exposure Apparatus. ASTM D1654 - Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments. 16-1840.224 Gate System Kennydale Reservoir 32 31 00 - 1 ASTM D2244 - Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. ASTM D2794 - Test Method for Resistance of Organic Coatings to The Effects of Rapid Deformation (Impact). ASTM D3359 - Test Method for Measuring Adhesion by Tape Test. 1.5 SUBMITTAL A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. The manufacturer's submittal package shall be provided prior to installation. 1.6 PRODUCT HANDLING AND STORAGE Upon receipt at the job site, all materials shall be checked to ensure that no damages occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage and to protect against damage, weather, vandalism and theft. PART 2 MATERIALS 2.1 MANUFACTURER A. The steel roll gate system shall conform to Ameristar PassPort Commercial Ornamental design series: Majestic, 3-rail frame configuration manufactured by Ameristar Fence Products, Inc. in Tulsa, Oklahoma. Gate and system dimensions are per plan and below, non-standard application custom designed to fit plan dimensions. B. Rolling Slide Gate: Ameristar/Assa Abloy: Passport 3 Rail Roll Gate in 279-1/2" length. Commercial Ornamental Roll Gate system shall include all components required to provide a fully functional gate meeting all safety requirements and in compliance with UL 325 Entrapment protection. This includes, but is not limited to, pickets, posts, mesh, rails, gate uprights, wheels, track, stops, safety retainers and contact sensors, signs and hardware and additional safety items not part of the fence but required to meet safety standards or fully functional performance of the gate and operator. C. In compliance with ASTM F1184 Type II D. Class 1 Roller Design: Roller bearing V wheels and V rail wheel. Provide all components for Gate and Roller construction attachment as recommended by manufacturer for sizes and dimensions provided on plans. Provide attachment and support in coordination with and as required for installation of gate operator. Horizontal top and bottom steel pipe "track" members and vertical and internal members in compliance 16-1840.224 Gate System Kennydale Reservoir 32 31 00 - 2 with ASTM F1043 Group IC WT 40 galvanized steel pipe. Gate frame to be fabricated by welding, vertical and horizontal members installed no greater than 8 ft. (2440 mm) apart. Welded joints are to be protected by applying zinc -rich paint in accordance with ASTM Practice A780. Gates designed to open or close by applying an initial pull force no greater 40 lbs. (18.14 kg). Match rail and post design to fence system. Positive locking pressed steel latch, galvanized after fabrication. Galvanized steel drop bars provided with double gates. Gateposts Steel pipe with 2 %Z" Sq. 12 GA post surround on bolted %" thick steel plate with finish plate at top. Provide safety protective guards for the top and bottom external rollers following ASTM F1184 guidelines. E. Electrically operated horizontal slide gates must be manufactured and installed to comply with the safety requirements of ASTM F2200 and UL 325. Provide 2" mesh safety screening in compliance with aforementioned standards and in compliance with manufacturer's installation. 2.2 MATERIAL A. Steel material for roll gate components (i.e. pickets, rails, diagonals and uprights), shall be commercial steel with a minimum yield strength of 45,000 psi (344 MPa). B. Ornamental picket material shall be 3/4" square x 14 Ga. Tubing. Picket spacing shall be 3". Material for toprails, uprights and diagonals rails shall be 2" square x 12 Ga. Material for the bottom rail shall be 2" x 4" x 11 Ga. Posts shall be a minimum of 4" square x 11 Ga. 2.3 FABRICATION A. Pickets, rails, uprights and posts shall be precut to specified lengths. Diagonals shall e precut to specified lengths and angles. Frame materials shall be joined by welding. Pickets shall be face welded to roll gate frame, except for Invincible gates over 18' long. Invincible style gates over 18' long shall have pickets face -welded to 2" x 2" angle iron to form panels equal in length to the gate frame bay width. B. The manufactured roll gates and bolt -on panels (if applicable) shall be subjected to the PermaCoat° thermal stratification coating process (high -temperature, in -line, multi- stage, multi -layer) including, as a minimum, a six -stage pre-treatment/wash (with zinc phosphate), an electrostatic spray application of an epoxy base, and a separate electrostatic spray application of a polyester finish. The base coat shall be a thermosetting epoxy powder coating (gray in color) with a minimum thickness of 2 mils (0.0508mm). The topcoat shall be a "no -mar' TGIC polyester powder coat finish with a minimum thickness of 2 mils (0.0508mm). The color shall be Black. The stratification - coated framework shall be capable of meeting the performance requirements for each quality characteristic shown in Table 1. 16-1840.224 Gate System Kennydale Reservoir 32 31 00 - 3 C. Completed gates shall be capable of supporting a 200 lb. load applied at midspan without permanent deformation. PART 3 EXECUTION 3.1 PREPARATION All new installation shall be laid out by the contractor in accordance with the construction plans. 3.2 INSTALLATION Gateposts shall be set in accordance with the spacing's shown in the construction plans. The "Earthwork" and "Concrete" sections of this specification shall govern post base material requirements. 6" wheels shall be bolted to the gate (between the wheel plates welded near the ends of the gate bottom rail). The gate shall be set upright with the V-grooved wheels positioned over the pre -installed steel V-track that traverses the gate opening. Roller guides shall be affixed to the gateposts at a height even with the gate toprail to hold the gate in a vertical position. Gate stops shall be welded to the end of the gate or track so gate cannot pass rollers in either direction. 3.3 CLEANING The contractor shall clean the jobsite of excess materials; post hole excavations shall be scattered uniformly away from posts. TABLE 1 COATING PERFORMANCE REQUIREMENTS Quality ASTM Test Method Performance Requirements Characteristics Adhesion D3359 — Method B Adhesion (Retention of Coating) over 90% of test area (Tape and knife test). Corrosion Resistance over 1,000 hours Corrosion 8117, D714 & D1654 (Scribed per D1654; failure mode is Resistance accumulation of 1/8" coating loss from scribe or medium #8 blisters). Impact Resistance over 60 inch lb. (Forward Impact Resistance D2794 impact using 0.625" ball). Weathering D822 D2244, D523 (60° Weathering Resistance over 1,000 hours Resistance Method) (Failure mode is 60% loss of gloss or color variance of more than 3 delta-E color units). END OF SECTION 16-1840.224 Gate System Kennydale Reservoir 32 31 00 - 4 SECTION 32 3103 EXTERIOR SITE ACCESSORIES PART 1 GENERAL 1.1 RELATED DOCUMENTS A. GENERAL REQUIREMENTS: Drawings, quality, product and performance requirements, general and supplemental conditions apply as applicable to the project and project documents. 1.2 SUMMARY A. This Section includes industrial/commercial components associated with gate, gate operator, and custom fence: including controller, loop, concrete, steel and accessories specifications: B. Related Sections: NOT USED 1.3 REFERENCES A. Underwriters Laboratories (UL): UL 325 — Standard for Safety for Door, Drapery, Gate, Louver, and Window Operators and Systems. B. Canadian Standards Association (CSA): CSA C22.2 No. 247. C. Underwriters Laboratories (UL): UL991—Standard for Tests for Safety Related Controls Employing Solid -State Devices. D. American Society Testing Materials (ASTM): ASTM F2200 — Standard Specification for Automated Vehicular Gate Construction. E. National Electrical Manufacturers Association (NEMA): NEMA ICS 6 — Industrial Control Systems: Enclosures. 1.4 SUBMITTALS (FOR EACH COMPONENT) A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product Data: For each component and system specified. C. Shop drawings: Site plan showing layout locations of all items with dimensions clearance requirements, location of gates and opening size, cleared area, elevation 16-1840.224 Exterior Site Accessories Kennydale Reservoir 32 31 03 - 1 of fence, gates, operator and operator equipment, hardware, controller, all footings and details of attachments for each system. D. Certifications: Manufacturers material certifications in compliance with the current ASTM specifications. E. Warranty: Manufacturer's standard warranty and as required in this section. 1.5 QUALITY ASSURANCE A. Manufacturer: Company headquartered in the United States having U.S. manufacturing facility/facilities specializing in manufacturing chain link fence products with at least 5 years' experience. B. Gate Controller contractor: Company with demonstrated successful experience installing similar projects and products in accordance with ASTM F567 and have at least 5 years' experience C. Tolerances: Current published edition of ASTM specifications tolerances apply. ASTM specification tolerances supersede any conflicting tolerance. 1.6 DELIVERY, STORAGE AND HANDLING A. A. Deliver products in original packaging to site. Store and protect products off the ground and protected from weather and damage. PART 2 PRODUCTS 2.1 MANUFACTURERS: Basis of Design Manufacturer Listed Below, Equal Substitutions Accepted Subject to Compliance With Specifications, Plans, Details And Other Systems Components: A. Concrete B. In ground Loop www.doorking.com C. Access Control Device: Door King, Inc. www.doorking.com D. Pedestal: Steel tube and plate 2.2 CONCRETE Concrete shall comply with concrete specifications, section 03 1100 and post footings shall have a minimum of 28-day compressive strength of 2,500 psi. (17.2 MPa). Provide concrete pads and footings according to drawings and as required by manufacturer. Coordinate with electrical and low voltage wiring for location of writing and provide pathways as required. Coordinate footing locations between trades as required to match plans. 16-1840.224 Kennydale Reservoir Exterior Site Accessories 323103-2 2.3 ACCESS LOOP Door King Loop: Model 9401-062. Connect to gate operator for automatic exit and gate closure. Sensitivity and matt size suitable for large vehicles. 2.4 ACCESS CONTROL DEVICES A. Keypad Basis of Design: Door King 1515-080 Keypad. 1. Provide two keypads- one at each height of pedestal post 2. Mount securely per manufacturer and so that box may not be removed without key. 3. Conceal wiring in post. 4. Exterior rated, comply with UL. 5. Programmable for multiple 4-digit entry codes. B. Receiver Basis of Design: Door King 8040-80. 1. Install within gate operator box or provide 8057-110 lockable outdoor enclosure 2. Provide 1514-073 Coax Antenna Kit. Mount in an accessible & visible location from pedestal post at gate entrance C. Transmitters Basis of Design: Door King 8069-080 1. 1 button 2. Provide two transmitters 3. Provide 8066-075 visor clip for each transmitter 2.5 STEEL PEDESTAL POST 2.6 Basis of Design: Kodiak Black K-18-003. Pad mount dual auto / truck height PART 3 EXECUTION 3.1 CLEARING FENCE LINE Complete clearing of work area prior to start of work. Includes surveying, clearing, grubbing, grading and removal of debris for the fence line or any required clear areas adjacent to the fence Protect all adjacent surfaces and landscaping. 16-1840.224 Exterior Site Accessories Kennydale Reservoir 32 31 03 - 3 3.2 INSTALLATION OF SYSTEM COMPONENTS A. CONCRETE: Install per plan and manufacturer recommendations. B. ACCESS LOOP: Install below surface of finish grade pavement at depth and locations as shown on plans and in accordance with manufacturer recommendations. C. ELECTRICAL GROUNDING: A licensed electrical contractor shall install grounding. D. CONTROL DEVICES: 1. Keypads: Provide conduit in ground from operator to pedestal post. Install wiring concealed in pedestal post system. Mount keypads securely to pedestal post so that they cannot be removed without a key 2. Receiver: Install within gate operator box. Connect and mount coax antenna kit in secure but visible area. Program system frequencies that are desired by the Renton Regional Fire Authority as follows: 3. Frequency:852.5875Mhz 4. PL Code: 5A E. PEDESTAL POST: Mount to concrete pad per manufacturer 3.3 GATE SYSTEM AS A WHOLE: All components of the site accessories, gate operator (specified elsewhere) and gate (specified elsewhere) shall work together to function as a system and comply with the following: A. Install per manufacturer's requirements and in compliance with all codes. B. Coordinate installation with adjacent items and fencing and electrical service. C. Install securely on concrete pad with clearances and safety items as required. Install in compliance with UL 325 and UL 991 safety standards. END OF SECTION 16-1840.224 Kennydale Reservoir Exterior Site Accessories 323103-4 SECTION 32 3113 5-FOOT CHAIN LINK FENCE PART 1 GENERAL 1.1 SUMMARY A. This Section includes chain link steel fencing as shown on the Drawings or specified elsewhere. All fences shall be furnished with top rails and knuckled periphery edges. B. Section includes: 1. Polymer coated steel chain link fabric. 2. Polymer coated steel framework and fittings. 3. Tie Wire. 4. Concrete. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Chain Link Fence Manufacturer's Institute: 1. Galvanized Steel Chain Link Fence Fabric. 2. Industrial Steel Specifications for Fence -Posts, Gates and Accessories. B. ASTM International (ASTM): 1. ASTM A392 Specification for Zinc -Coated Steel Chain -Link Fence Fabric 2. ASTM A780 Standard Practice for Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings 3. ASTM A817 Specification for Metallic -Coated Steel Wire for Chain Link Fence Fabric and Marcelled Tension Wire 4. ASTM F2200 Specification for Automated Vehicular Gate Construction 5. UL325 Automatic operators: Door, Drapery, Gate, Louver and Window 6. ASTM F1664 Specification for Poly (Vinyl Chloride) (PVC) and Other Conforming Organic Polymer -Coated Steel Tension Wire Used with Chain - Link Fence 7. ASTM F552 Standard Terminology Relating to Chain Link Fencing 8. ASTM F567 Standard Practice for Installation of Chain Link Fence 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 13 - 1 9. ASTM F626 Specification for Fence Fittings 10. ASTM F668 Specification for Polymer Coated Chain Link Fence Fabric 11. ASTM F900 Specification for Industrial and Commercial Swing Gates 12. ASTM F934 Specification for Standard Colors for Polymer -Coated Chain Link 13. ASTM F1043 Specification for Strength and Protective Coatings of Steel Industrial Chain Link Fence Framework 14. ASTM F1083 Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures 15. ASTM F1184 Specification for Industrial and Commercial Horizontal Slide Gates C. Conflicts in requirements shall use this Section to take precedence. A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product Data: For each component and system specified. C. Shop Drawings: 1. Product Data: Include construction details, material descriptions, dimensions of individual components, hardware, and finishes for chain link fences for each component and system specified. 2. Fence, gate posts, rails, and fittings. 3. Chain link fabric. 4. Site plan showing layout locations of all items with dimensions clearance requirements, location of gates and opening size, cleared area, elevation of fence, gates, operator and operator equipment, hardware, mailbox, knox box, all footings and details of attachments for each system. D. Manufacturer's recommended installation instructions. E. Evidence of Supplier and installer qualifications. F. Calculations: Provide engineering calculations for wind loads and dead/live loads to determine footing sizes and post sizes and attachment and framing sizes forthe fencing panel types and sizes and gate types as shown on drawings. Calculations shall meet 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 13 - 2 local codes and be stamped by an Engineer licensed in the State of Washington. Where systems fall within the range and specification of manufacturer's standard sizing charts, the charts will be accepted. G. Certifications: Manufacturers material certifications in compliance with the current ASTM specifications. H. Material samples: Provide representative samples of chain link fabric, framework and fittings. I. Warranty: Manufacturer's standard warranty and as required in this section. 1.4 QUALITY ASSURANCE A. Use skilled workers thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Manufacturer: Company headquartered in the United States having U.S. manufacturing facility/facilities specializing in manufacturing chain link fence products with at least 5 years experience. C. Tolerances: Current published edition of ASTM specifications tolerances apply. ASTM specification tolerances supersede any conflicting tolerance. D. Provide each type of steel fence and gate as a complete unit produced by a single manufacturer, including necessary erection accessories, fittings and fastenings. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Site in undamaged condition. B. Store materials off the ground to provide protection against oxidation caused by ground contact. C. Deliver products in original packaging to site. Store and protect products off the ground and protected from weather and damage. PART 2 PRODUCTS 2.1 MANUFACTURERS: Basis of design listed below, equal substitutions accepted: A. CHAIN LINK FENCE: Fencing framework, posts, rails, pipe for gates: 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 13 - 3 Security Contractors Services, Inc. http://www.scsfence.com Fencing to match, height material & finish of fencing installed on east property line of Fire Station 15 unless otherwise noted 2.2 CHAIN LINK FENCING MATERIALS A. Chain Link Fabric: 1. Steel Chain Link Fabric: Heights and dimensions as indicated on drawings. a. Polymer Coated Steel Fabric: ASTM F668, wire gauge specified is that of the metallic coated steel core wire. Provide continuous fabric without breaks or interruptions. b. Class 2b fused and adhered C. Color: black in compliance with ASTM F934 d. Fabric Selection Table: Steel chain link mesh sizes and gauges produced in one- piece widths 3 feet (910 mm) to 12 feet (3660 mm) 9 guage. 0.148 Inches/3.76mm 1" mesh size. Wire break strength 1,290 Ibf. e. Fabric selvage: knuckle selvage for both top and bottom. B. Fence Framework: 1. Round steel pipe and rail: Cold -rolled electric -resistance welded pipe in accordance with ASTM F1043 Materials Design Group IC, WT-40 pipe, minimum steel yield strength 50,000 psi (344 MPa). Type B external coating, hot dip galvanized zinc 1.0 oz/ ft2 (305 g/m2) with a clear polymeric overcoat, Type D interior 90% zinc -rich coating having a minimum thickness of 0.30 mils (0.0076 mm). All sizes, weights and diameters per manufacturer's recommendations or engineer's calculations and shall be designed to accommodate items or attachments from rolling slide gate and operator. Include sizing in shop drawings and product data. All finish to be galvanized and coated to color match — color black. Intermediate strength grade: minimum yield strength 50,000 psi (344 mpa) a. Line post, End post, Corner post, Pull post, Braces, Top rail, Bottom rail and Intermediate rails. Coordination with sliding gate and operator. 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 13 - 4 2. Polymer Coated Pipe: Polymer coated pipe shall have a Polyester coating fused and adhered to the exterior zinc coating of the galvanized pipe in accordance with ASTM F1043. The minimum thickness of the PVC or Polyolefin coating shall be 10-mils (0.254 mm), for polyester 3 mils (0.0076 mm). Color to match fabric black per ASTM F934. a. Framework Wind Load Caution: Fences containing windscreens or privacy slats and fences greater than 8 feet (2.4 m) in height using, 1 in. (25 mm) mesh or smaller require a wind load force analysis for post selection and post spacing. 3. Braces, Fittings and Wire Supports: In compliance with manufacturer's recommendations and engineer's calculations. Per ASTM F626. Polyolefin coating minimum thickness 0.006 in. (0.152 mm) fused and adhered to the zinc coated fittings or wire. Match color to fence system. C. Tie Wire: 1. Tie Wire and Hog Rings: Galvanized minimum zinc coating 1.20 oz/ft2 (366 g/m2) 9 gauge (0.148) (3.76 mm) steel wire in compliance with ASTM F626. Polymer coated, match the coating, class and color to that of the chain link fabric. 2. Gateposts: Schedule 40 pipe in compliance with ASTM F1083. Provide according to manufacturer's recommendations or engineer's calculations for dimensions shown on drawings. D. Concrete: Concrete for post footings shall have a 28-day compressive strength of 2,500 psi. (17.2 MPa). Provide concrete pads and footings according to drawings and as required by manufacturer. Coordinate with electrical and low voltage wiring for location of writing and provide pathways as required. Coordinate footing locations between trades as required to match plans. PART 3 EXECUTION 3.1 CLEARING FENCE LINE A. Clearing: Surveying, clearing, grubbing, grading and removal of debris for the fence line or any required clear areas adjacent to the fence 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 13 - 5 3.2 FRAMEWORK INSTALLATION A. Posts: Posts shall be set plumb in concrete footings in accordance with ASTM F567. Minimum footing depth, 24 in. (609.6 mm) plus an additional 3 in. (76.2 mm) depth for each 1 ft. (305 mm) increase in the fence height over 4 ft. (1220 mm). Minimum footing diameter four times the largest cross section of the post up to a 4.00" (101.6 mm) dimension and three times the largest cross section of post greater than a 4.00" (101.6 mm) dimension. Footing depth and diameter as required for Site soil conditions, local frost depth, fence height and type and wind load may require larger diameter or deeper footings. Top of concrete footing to be at grade crowned to shed water away from the post. Line posts installed at intervals shown on plans and not exceeding 10 ft. (3.05 m) on center. B. Top rail: Install 21 ft. (6.4 m) lengths of rail continuous thru the line. Splice rail using top rail sleeves minimum 6 in. (152 mm) long. Rail shall be secured to the terminal post by a brace band and rail end. Bottom rail or intermediate rail shall be field cut and secured to the line posts using boulevard clamps or brace band with rail end. C. Terminal posts: End, corner, pull and gate posts shall be braced and trussed for fence 6 ft. (1.8 m) and higher. The horizontal brace rail and diagonal truss rod shall be installed in accordance with ASTM F567. 3.3 CHAIN LINK FABRIC INSTALLATION A. Chain Link Fabric: Install fabric to the outside of the framework. Attach fabric to the terminal post by threading the tension bar through the fabric; secure the tension bar to the terminal post per manufacturer requirements. Chain link fabric to be stretched taut free of sag. Fabric to be secured to the line post with tie wires spaced no greater than 12 inches (304.8 mm) on center and to horizontal rail spaced no greater than18 inches (457.2 mm) on center. Secure fabric to the tension wire with hog rings spaced no greater than 18 inches (457.2 mm) on center. B. Tie wire shall be wrapped 360 degrees (6.28 rad) around the post or rail and the two ends twisted together three full turns. Excess wire shall be cut off and bent over to prevent injury. The installed fabric shall have a ground clearance on no more than 2 inches (50 mm). 3.4 NUTS AND BOLTS A. Bolts: Carriage bolts used for fittings shall be installed with the head on the secure side of the fence. All bolts shall be peened over to prevent removal of the nut. END OF SECTION 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 13 - 6 SECTION 32 3114 6-FOOT CHAIN LINK FENCE PART 1 GENERAL 1.1 SUMMARY A. This Section includes chain link steel fencing as shown on the Drawings or specified elsewhere. All fences shall be furnished with top rails and knuckled periphery edges. B. Section includes: 1. Chain link fabric. 2. Posts. 3. Rails. 4. Braces. 5. Fittings. 6. Wire Support. 7. Tie Wire. 8. Concrete. 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Chain Link Fence Manufacturer's Institute: 1. Galvanized Steel Chain Link Fence Fabric. 2. Industrial Steel Specifications for Fence -Posts, Gates and Accessories B. ASTM International (ASTM): 1. A313, Standard Specification for Stainless Steel Spring Wire. 2. A392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric. 3. A491, Standard Specification for Aluminum -Coated Steel Chain -Link Fence Fabric. 4. A497, Standard Specification for Steel Welded Wire Reinforcement, Deformed, for Concrete. 5. A615, Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 14 - 1 6. A780, Standard Specification for Repair of Damaged and Uncoated Areas of Hot -Dipped Galvanized Coatings. 7. A824, Standard Specification for Metallic -Coated Steel Marcelled Tension Wire for Use with Chain Link Fence. 8. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. 9. C94, Standard Specification for Ready -Mixed Concrete. 10. C150, Standard Specification for Portland Cement. 11. C387, Standard Specifications for Packaged, Dry, Combined Materials for Mortar and Concrete. 12. F552, Standard Terminology Relating to Chain Link Fencing. 13. F567, Standard Practice for Installation of Chain -Link Fence. 14. F626, Standard Specification for Fence Fittings. 15. F900, Standard Specification for Industrial and Commercial Swing Gates. 16. F1043, Standard Specification for Strength and Protective Coatings on Metal Industrial Chain Link Fence Framework. 17. F1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures. 18. F1183, Standard Specifications for Aluminum Alloy Chain Link Fence Fabric. 19. F1184, Standard Specifications for Industrial and Commercial Horizontal Slide Gates. 20. F1916, Standard Specification for Selecting Chain Link Barrier Systems with Coated Chain Link Fence Fabric and Round Posts for Detention Applications. C. Conflicts in requirements shall use this Section to take precedence. 1.3 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Shop Drawings: 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 14 - 2 1. Product Data: Include construction details, material descriptions, dimensions of individual components, hardware, and finishes for chain link fences for each component and system specified. 2. Fence, gate posts, rails, and fittings. 3. Chain link fabric. C. Manufacturer's recommended installation instructions. D. Evidence of Supplier and installer qualifications. E. Engineering calculations for wind loads to determine for post spacing and footing sizes for fencing with privacy slats. Calculations shall meet local codes and be stamped by an Engineer licensed in the State of Washington. F. Warranty 1.4 QUALITY ASSURANCE A. Use skilled workers thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Provide each type of steel fence and gate as a complete unit produced by a single manufacturer, including necessary erection accessories, fittings and fastenings. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Site in undamaged condition. B. Store materials off the ground to provide protection against oxidation caused by ground contact. PART 2 PRODUCTS 2.1 CHAIN LINK FENCING MATERIALS A. Chain Link Fabric: 1. Continuous chain link fence. 2. Height: As shown on the Drawings. 3. Mesh: 2-inch. All mesh shall have knuckled periphery to eliminate sharp appendages. 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 14 - 3 4. #9 gauge steel core wire. 5. Top and bottom selvage: Knuckled finish. 6. Galvanized after weaving. 7. Zinc coating shall not be less than 0.9 ounces per square foot. B. Fence Framework: All posts, rails and braces to be heavily galvanized. 1. Posts a. Line Posts Line posts shall be hot dipped galvanized 2.375" O.D. hot dipped galvanized pipe, weighing 3.12 pounds per lineal foot. b. Terminal Posts End, corner, gate and pull posts shall be hot dipped galvanized pipe 2.875 inches O.D. and weighing not less than 4.64 pounds per lineal foot. 2. Top Rail a. Top rail shall be hot dipped galvanized 1.660 inch O.D. pipe, weighing 1.83 pounds per lineal foot. b. Furnish in random lengths of approximately 20 feet. C. Jointed using a pressed steel or malleable sleeve, not only allowing for expansion and contraction, but also providing a continuous brace from end to end of each stretch of fence. 3. Braces, Fittings, & Wire Support a. Braces 1) All terminal posts shall be braced with 1.660 inch O.D. horizontal pipe bracing of the same material as the top rail, securely attached to the terminal and first line post with malleable iron fittings. 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 14 - 4 2) Braces shall be truss -braced from the first line post to the bottom of the terminal post, with a 3/8-inch galvanized truss rod assembly. 3) Corner posts shall be braced in both directions. b. Fittings 1) Malleable, cast iron or pressed steel. 2) Hot dip galvanized. C. Wire Support Bottom tension wire shall be #6 gauge heavy galvanized high carbon steel coil spring wire, securely fixed to the fabric, line posts and terminal posts. 4. Privacy Slats a. Where shown on the drawings, slats shall be UV protected single wall with bottom lock. Slats shall provide at least 85% blockage. Color as specified by Owner. C. Tie Wire: 1. #11 gauge galvanized wire ties shall be used to tie the fabric to the line posts and rails. D. Concrete: Concrete for post footings shall have a 28-day compressive strength of 2,500 psi. (17.2 MPa). Provide concrete pads and footings according to drawings and as required by manufacturer. Coordinate footing locations between trades as required to match plans. PART 3 EXECUTION 3.1 INSTALLATION A. All materials and workmanship shall be first class in all respects and shall be done in a neat and workmanlike manner. B. Installation shall be conducted in accordance with the requirements of the Chain Link Fence Manufacturers Institute and these Drawings & Specifications. 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 14 - 5 C. All line and terminal posts shall be fixed with a minimum of 3-foot embedment in concrete poured into a 1-foot diameter hole and plumb upon curing of the concrete. D. Line posts shall be spaced not further than 10-foot on -center. E. Space ties at 14 inches on -center (O.C.). END OF SECTION 16-1840.224 Chain Link Fencing and Gates Kennydale Reservoir 32 31 14 - 6 SECTION 32 3119 STEEL ORNAMENTAL FENCE SYSTEM PART1 GENERAL 1.1 WORK INCLUDED The contractor shall provide all labor, materials and appurtenances necessary for installation of the welded ornamental steel fence system defined herein. 1.2 RELATED WORK NOT USED 1.3 SYSTEM DESCRIPTION The manufacturer shall supply a total fence system of in compliance with the Basis of Design specifications, drawings and details. The system shall include all components (i.e., panels, posts, gates and hardware) required. 1.4 QUALITY ASSURANCE The contractor shall provide laborers and supervisors who are thoroughly familiar with the type of construction involved and materials and techniques specified. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy Coated (Galvannealed) by the Hot -Dip Process. ASTM B117 - Practice for Operating Salt -Spray (Fog) Apparatus. ASTM D523 - Test Method for Specular Gloss ASTM D714 - Test Method for Evaluating Degree of Blistering in Paint. ASTM D822 - Practice for Conducting Tests on Paint and Related Coatings and Materials using Filtered Open -Flame Carbon -Arc Light and Water Exposure Apparatus. ASTM D1654 - Test Method for Evaluation of Painted or Coated Specimens Subjected to Corrosive Environments. ASTM D2244 - Test Method for Calculation of Color Differences from Instrumentally Measured Color Coordinates. 16-1840.224 Steel Ornamental Fence System Kennydale Reservoir 32 31 19 - 1 ASTM D2794 - Test Method for Resistance of Organic Coatings to the Effects of Rapid Deformation (Impact). ASTM D3359 - Test Method for Measuring Adhesion by Tape Test. ASTM F2408—Ornamental Fences Employing Galvanized Steel Tubular Pickets. 1.6 SUBMITTAL A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. The manufacturer's literature shall be submitted prior to installation, including but not limited to: 1. Shop drawings 2. Coating information 3. Installation instructions C. Warranty D. Maintenance Instruction and Schedule IIIIIINMl i9lBlll"mom /e\0119111114 1e\►1�11[o]2_[eh Upon receipt at thejob site, all materials shall be checked to ensure that no damage occurred during shipping or handling. Materials shall be stored in such a manner to ensure proper ventilation and drainage, and to protect against damage, weather, vandalism and theft. IWOW a: 91[Bill"IHVIe1:0:-3011&'1 A. All structural fence components (i.e. rails, pickets, and posts) shall be warranted within specified limitations, by the manufacturer for a period of 20 years from date of original purchase. Warranty shall cover any defects in material finish, including cracking, peeling, chipping, blistering or corroding. B. Reimbursement for labor necessary to restore or replace components that have been found to be defective under the terms of manufactures warranty shall be guaranteed for five (5) years from date of original purchase. 16-1840.224 Steel Ornamental Fence System Kennydale Reservoir 32 31 19 - 2 PART 2 MATERIALS 2.1 MANUFACTURER Basis -of Design: The fence system shall conform to Montage Plus Pool, Pet & Play 3" air space Welded and Rockoble (ATF — All Terrain Flexibility) Ornamental Steel, Majestic 3" air space design, extended picket bottom rail treatment, 3-Rail style manufactured byAmeristar Fence Products, Inc., in Tulsa, Oklahoma. Substitutions: Basis -of -Design as listed, equal substitutions accepted subject to compliance with plans, specifications and details and Architect review and approval of substitution request. Submit substitution request in accordance with specifications. 2.2 MATERIAL A. Steel material for fence panels and posts shall conform to the requirements of ASTM A653/A653M, with a minimum yield strength of 45,000 psi (310 MPa) and a minimum zinc (hot -dip galvanized) coating weight of 0.60 oz/ft' (184 g/ml), Coating Designation G-60. B. Material for pickets shall be 3/4" square x 18 Ga. tubing. The rails shall be steel channel, 1.5" x 1.4375" x 14 Ga. Picket holes in the rail shall be spaced 3.500" o.c. for 3" air space. Fence posts and gate posts shall meet the minimum size requirements of Table 1. 2.3 FABRICATION A. Pickets, rails and posts shall be pre-cut to specified lengths. Rails shall be pre -punched to accept pickets. B. Pickets shall be inserted into the pre -punched holes in the rails and shall be aligned to standard spacing using a specially calibrated alignment fixture. The aligned pickets and rails shall be joined at each picket -to -rail intersection by Ameristar's proprietary fusion welding process, thus completing the rigid panel assembly (Note: The process produces a virtually seamless, spatter -free good -neighbor appearance, equally attractive from either side of the panel). C. The manufactured panels and posts shall be subjected to an inline electrode position coating (E-Coat) process consisting of a multi -stage pretreatment/wash, followed by a duplex application of an epoxy primer and an acrylic topcoat. The minimum cumulative coating thickness of epoxy and acrylic shall be 2 mils (0.058 mm). The color shall be Black The coated panels and posts shall be capable of meeting the performance requirements for each quality characteristic shown in Table 2 and meet or exceed the coating performance criteria of ASTM F2408. 16-1840.224 Steel Ornamental Fence System Kennydale Reservoir 32 31 19 - 3 D. The manufactured fence system shall be capable of meeting the vertical load, horizontal load, and infill performance requirements for Commercial weight fences under ASTM F2408. E. Gates with an out to out leaf dimension less than and including 72 inches shall be fabricated using Montage Plus ornamental panel material and 1-3/4" sq. x 14ga. gate ends. Gate leafs greater than 72 inches shall be fabricated using ForeRunner rails, 17 gauge pickets, intermediate uprights, gussets and 1-3/4" sq. x 14ga. gate ends. All rail and upright intersections shall be joined by welding. All picket and rail intersections shall also be joined by welding. I9_1:, ISM*A11401110111 3.1 PREPARATION All new installation shall be laid out by the contractor in accordance with the construction plans. 3.2 INSTALLATION Fence post shall be spaced according to Table 3, plus or minus %". For installations that must be raked to follow sloping grades, the post spacing dimension must be measured along the grade. Fence panels shall be attached to posts with brackets supplied by the manufacturer. Posts shall be set in concrete footers having a minimum depth of 36" (Note: In some cases, local restrictions of freezing weather conditions may require a greater depth). The "Earthwork" and "Concrete" sections of this specification shall govern material requirements for the concrete footer. Posts setting by other methods such as plated posts or grouted core - drilled footers are permissible only if shown by engineering analysis to be sufficient in strength for the intended application. 3.3 FENCE INSTALLATION MAINTENANCE When cutting/drilling rails or posts adhere to the following steps to seal the exposed steel surfaces; 1) Remove all metal shavings from cut area. 2) Apply zinc -rich primer to thoroughly cover cut edge and/or drilled hole; let dry. 3) Apply 2 coats of custom finish paint matching fence color. Failure to seal exposed surfaces per steps 1-3 above will negate warranty. Ameristar spray cans or paint pens shall be used to prime and finish exposed surfaces; it is recommended that paint pens be used to prevent overspray. Use of non-Ameristar parts or components will negate the manufactures' warranty. 3.4 GATE INSTALLATION Gate posts shall be spaced according to the drawings and in compliance with the manufacturers' standards. 16-1840.224 Steel Ornamental Fence System Kennydale Reservoir 32 31 19 - 4 3.5 CLEANING The contractor shall clean the jobsite of excess materials; post -hole excavations shall be scattered uniformly away from posts. Table 1— Minimum Sizes for Montage Plus Posts Fence Posts Panel Height 2-1/2" x 16 Ga. Up to & Including 6' Height Gate Leaf Gate Height Up to & Including 4' Over 4' Up to & Including 6' Up to 4' 2-1/2" x 14 Ga. 3" x 12 Ga. 4'1"to6' 3"x12Ga. 3"x12Ga. 6'1"to8' 3"x12Ga. 4"x12Ga. Table 2 — Coating Performance Requirements Quality ASTM Test Method Performance Requirements Characteristics Adhesion D3359 — Method B Adhesion (Retention of Coating) over 90% of test area (Tape and knife test). Corrosion Resistance over 1,500 hours Corrosion (Scribed per D1654; failure mode is Resistance B117, D714 & D1654 accumulation of 1/8" coating loss from scribe or medium #8 blisters). Impact Resistance over 60 inch lb. (Forward Impact Resistance D2794 impact using 0.625" ball). Weathering D822 D2244, D523 (60° Weathering Resistance over 1,000 hours Resistance Method) (Failure mode is 60% loss of gloss or color variance of more than 3 delta-E color units). Table 3 — Montage Plus — Post Spacing By Bracket Type Span For CLASSIC, GENESIS, MAJESTIC, & WARRIOR 8' Nominal (91.95" Rail) Post Size 2-1/2" 2-1/2" 2-1/2" 3" 2-1/2" 3" Montage Plus Montage Plus Montage Plus Montage Plus Bracket Type Universal Line Blvd. Flat Mount Swivel (BB112) (BB114) (BB111) (BB113)* Post Settings 95" 95" 95" 95-1/2" *95" *95-1/2" + 1/4" O.C. *Note: When using BB113 swivel brackets on either or both ends of a panel installation, care must be taken to ensure the spacing between post and adjoining pickets meets applicable codes. This will require trimming one or both ends of the panel. 16-1840.224 Kennydale Reservoir Steel Ornamental Fence System 323119-5 Table 4 —Montage Plus —Wind Loading Pickets with 4" Airspace Pickets with 3" Airspace Nominal Wind Load Typical Wind Wind Load Typical Wind Fence Rail Post Height Length Size Capacity Load Capacity Load Factor Capacity Factor Capacity 41 8' 2.5" x 2.5" x 66 (PSF) 179 (MPH) 57 (PSF) 166 (MPH) 16ga. 5' 8' 2.5" x 2.5" x 45.5 (PSF) 149 (MPH) 39 (PSF) 137 (MPH) 16ga. 61 8' 2.5" x 2.5" x 32 (PSF) 125 (MPH) 28 (PSF) 116 (MPH) 16ga. END OF SECTION 16-1840.224 Kennydale Reservoir Steel Ornamental Fence System 323119-6 SECTION 32 3132 VEHICULAR SLIDE GATE OPERATOR PART1 GENERAL 1.1 SUMMARY A. Work in this Section includes the design and construction of the vehicular slide gate operator B. Section Includes: 1. Electric gate operators. 2. Sensors and controls. 1.2 RELATED SECTIONS NOT USED A. Underwriters Laboratories (UL): UL 325 — Standard for Safety for Door, Drapery, Gate, Louver, and Window Operators and Systems. B. Canadian Standards Association (CSA): CSA C22.2 No. 247. C. Underwriters Laboratories (UL): UL991—Standard for Tests for Safety Related Controls Employing Solid -State Devices. D. American Society Testing Materials (ASTM): ASTM F2200 — Standard Specification for Automated Vehicular Gate Construction. E. National Electrical Manufacturers Association (NEMA): NEMA ICS 6— Industrial Control Systems: Enclosures. 1.4 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product Data: Manufacturers data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements. 3. Installation methods. 16-1840.224 Vehicular Slide Gate Operator Kennydale Reservoir 32 31 32 - 1 C. Shop Drawings: Submit shop drawings showing layout, profiles, and product components, including anchorage, edge connections, and accessories. 1. Operation, installation, and maintenance manuals including wire diagrams. 2. Risers, layouts, and special wiring diagrams showing any changes to standard drawings. D. Warranty E. Operation and Maintenance Manual 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle materials and products in strict compliance with manufacturer's instructions and industry standards. B. Store products indoors in manufacturer's original containers and packaging with labels clearly identifying product name and manufacturer. Protect from damage. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Substantial transformation and final assembly shall occur in the United States of America per Section 1605 of the ARRA-09. B. Installer Qualifications: Installation performed by factory authorized dealer contractor specifically trained in gate operator systems of the type found within this section. 1. Provide documentation of maintenance and repair service availability for emergency conditions. 2. Provide quarterly maintenance for one year following Substantial Completion of the Project. owmViT/_1G112-311 '1 A. Manufacturers standard five (5) year warranty. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: DoorKing, Inc.; 120 S. Glasgow Ave; Inglewood, CA 90301; Toll -Free Tel: 800-826-7493; Tel: 310-645-0023; Fax: 310-641-1586; Email: ghendrix@doorking.com; Web: doorking.com. 16-1840.224 Vehicular Slide Gate Operator Kennydale Reservoir 32 31 32 - 2 B. DoorKing Model 9100 Vehicular Slide Gate Operator: UL 325 Compliant, UL 991 Compliant. Class II. % HP Continuous Duty AC Motor, 115 VAC Single-phase, 60 HZ, 5.4 Max Gate Weight, installed level, 1,OOOlbs. ETL listed. C. Gate height and length per plans. Max. Gate length 30'. 60 cycles per hour, speed approx. 1 foot per second. D. Primary entrapment protection- Inherent entrapment sensing system (type A). Secondary- Provision for connection of a non -contact sensor or contract sensor (Type B1 or B2). E. Project includes one front position operator with concrete pad and one rear position operator with concrete pad. F. Substitutions: Basis -of -Design as listed, equal substitutions accepted subject to compliance with plans, specifications and details and Architect review and approval of substitution request. Submit substitution request in accordance with specifications Section 0133 00, Submittal Procedures. 2.2 SLIDING GATE OPERATORS A. Microprocessor based solid-state control board interacting with card readers, RF transmitters, access control systems, ticket machines, other activating devices as required, external devices (photo -eyes, contact edges) for entrapment protection and vehicle (loop) sensing systems. Control board shall include built-in close timer (1-25 seconds), built-in ports for two (2) plug-in loop detectors, partial open input, programming switches to set various operating modes, inherent magnetic pulse obstruction sensing reverse system. System shall employ Fail -Safe operation upon primary (AC) power outage. 1. Compliance: Compliant to UL 325, UL 991 and CSA C22.2 No. 247 and listed by Intertek Testing Laboratories NA, Inc. (ETL), a Nationally Recognized Testing Laboratory. 2. This model is intended for use in Class I, II, III and IV vehicular slide gate applications. 3. Warranty: Five (5) year manufacturer's standard warranty. 4. Maximum Gate Length: 30-feet. 5. Maximum Gate Weight: 1000 Lbs. 6. Operator speed: approximately 11-inches per second. 7. Enclosure: 12 gage, 0.108 inch (2.6 mm) G90 hot -dipped galvanized steel, finished with polyester powdercoat, exterior grade semi -gloss texture gray. 16-1840.224 Vehicular Slide Gate Operator Kennydale Reservoir 32 31 32 - 3 8. Configuration: Mounting as shown on plans, center mount. 9. Mounting: post mount. 10. Electrical Power Requirements: 115 VAC. 11. Motor: 112 HP, continuous duty. 12. Dead Bolt Lock: Solenoid dead bolt engages if an attempt is made to force the gate open. 13. Fail -Safe Operation: Upon loss of primary (AC) power, system shall automatically be transferred to a fail-safe mode allowing the gate to be pushed open without the use of special knowledge, keys or other releasing mechanisms. 14. Primary Reduction: Adjustable clutch, single cog belt drive train. 15. Pulling Medium: 440 roller chain 16. Magnetic Limit Switches: Automatic setting with no mechanical switches to set, wear out or break. 17. Operating Switches: Built-in power (on -off), reset and operating switches 18. Convenience Outlets: Two (2) 115 VAC for accessory transformers. 19. Entrapment Protection a. Photo -electric eye (non -contact sensor). b. Sensing edge (contact sensor). 20. Accessories: Provide the optional accessories listed below. a. Base Plate —for post mount applications. b. Chain tray kit — to support roller chain on long gates. c. Fail -Secure Lock Kit — requires a key lock to open the gate upon primary (AC) power loss. d. Plug-in loop detectors. e. Electric reversing edge — reverses direction of gate on contact with an obstruction. f. Photo -electric beams — reverses direction of gate if the light beam is obstructed. 16-1840.224 Vehicular Slide Gate Operator Kennydale Reservoir 32 31 32 - 4 g. Gate Tracker Expansion — provides time and date stamped electronic record of cycles, input errors, loop detector input errors, obstruction hits and power cycles. 1) Requires companion DoorKing 1830 Series access controller. h. Backup power inverter — allows system to remain operation upon loss of primary (AC) power. PART 3 EXECUTION 3.1 INSTALLATION A. It is preferred, but not required, that this product be installed by a qualified technician who is certified by the Institute of Door Dealer Education and Accreditation (IDEA) as a Certified Automatic Gate Operator Installer (CAGO1). B. Slide Gate Operator shall be mounted, firmly secured, plumb and level, as required. C. Wiring shall be uniform and in accordance with national electric codes and manufacturer's instructions. D. All splices shall be in easily accessible junction boxes or on terminal boards. E. All cable runs in all junction boxes shall be tagged and identified. F. Coordinate all work with other effected trades and contractors. 3.2 SYSTEM INITIALIZING AND PROGRAMMING A. System shall be turned on and adjustment made to meet requirements of specifications and on -site conditions. B. System shall function as specified. K��.�'[.���1 ■��.�r�:Z�Zy��1�li�.y A. System shall be completely tested to assure that all components and accessories are hooked -up and in working order. B. System shall be pre -tested by contractor and certified to function in accordance with plans and specifications. C. System shall be tested in presence of owner's representative. 16-1840.224 Vehicular Slide Gate Operator Kennydale Reservoir 32 31 32 - 5 3.4 OWNER INSTRUCTIONS A. Installation contractor shall conduct up to (1) hour of instruction in use and operation of the system to designated owner representatives, within (30) days of acceptance. B. Installation contractor shall conduct up to (1) hour of technical training, in troubleshooting and service of the system, to designated owner representatives within (90) days of system acceptance. 3.5 MANUALS AND DRAWINGS A. Contractor shall provide owner with (2) copies of standard factory prepared operation, installation and maintenance manuals. Manuals shall include typical wiring diagrams. B. Contractor shall provide owner with (2) copies of any risers, layouts, and special wiring diagrams showing any changes to standard drawings, if required on project. L�►I�Z�I�.�x�1[�7►1 16-1840.224 Vehicular Slide Gate Operator Kennydale Reservoir 32 31 32 - 6 SECTION 32 32 23 SEGMENTAL RETAINING WALLS PART1 GENERAL 1.1 SUMMARY A. Work in this Section includes the design and construction of manufactured modular walls, geogrid reinforcement and wall drains for site work applications. B. Section Includes: 1. Foundation. 2. Precast concrete modular units. 3. Geogrid wall reinforcement. 4. Foundation drain. 5. Free -draining backfill. 1.2 RELATED SECTIONS 1►[6111111111110111191 1.3 REFERENCE STANDARDS A. American Association of State Highway and Transportation Officials: 1. AASHTO M288 - Standard Specification for Geotextile Specification for Highway Applications. 2. AASHTO T22 - Standard Specification for Compressive Strength of Cylindrical Concrete Specimens. 3. AASHTO T23 - Standard Specification for Making and Curing Concrete Test Specimens in the Field. 4. AASHTO T119 - Standard Specification for Slump of Hydraulic Cement Concrete. 5. AASHTO T141 -Standard Specification for Sampling Freshly Mixed Concrete. 6. AASHTO T180 -Standard Specification for Moisture -Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and a 457-mm (18-in.) Drop. 7. AASHTO T231- Standard Specification for Capping Cylindrical Concrete Specimens. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 1 8. AASHTO T235 - Standard Specification for Bearing Capacity of Soil for Static Load on Spread Footings. B. ASTM International: 1. ASTM A615 - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 2. ASTM C31- Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. ASTM C39 -Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. ASTM C140 - Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 5. ASTM C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 6. ASTM C150 - Standard Specification for Portland Cement. 7. ASTM C172 - Standard Practice for Sampling Freshly Mixed Concrete. 8. ASTM C666 - Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing. 9. ASTM C1194 - Standard Test Method for Compressive Strength of Architectural Cast Stone. 10. ASTM C1195 - Standard Test Method for Absorption of Architectural Cast Stone. 11. ASTM C1262 - Standard Test Method for Evaluating the Freeze -Thaw Durability of Manufactured Concrete Masonry Units and Related Concrete Units. 12. ASTM C1364 - Standard Specification for Architectural Cast Stone. 13. ASTM C1372 - Standard Specification for Dry -Cast Segmental Retaining Wall Units. 14. ASTM D448 - Standard Classification for Sizes of Aggregate for Road and Bridge Construction. 15. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3). 16. ASTM D1729 - Standard Practice for Visual Appraisal of Colors and Color Differences of Diffusely -Illuminated Opaque Materials. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 2 17. ASTM D2244 - Standard test Method for Calculation of Color Differences From Instrumentally Measured Color Coordinates. 18. ASTM D2729 - Standard Specification for Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 19. ASTM D2922 - Standard Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 20. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). 21. ASTM D3034 - Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 22. ASTM D4751 - Standard Test Method for Determining the Apparent Opening Size of a Geotextile. C. National Concrete Masonry Association: 1. NCMA TEK 2-4A - Specification for Segmental Retaining Wall Units. 2. NCMA TR 127A - Design Manual for Segmental Retaining Walls. 3. NCMA TR 146 -Segmental Retaining Wall Installation Guide. D. National Institute of Building Sciences: 1. NIBS - U. S. National CAD Standard. E. Precast/Prestressed Concrete Institute: 1. PCI MNL-116S - Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products. 2. PCI MNL-120 - PCI Design Handbook - Precast and Prestressed Concrete. 3. PCI MNL-123 - Design and Typical Details of Connections for Precast and Prestressed Concrete. 1.4 PERFORMANCE REQUIREMENTS A. Minimum Factors of Safety: 1. External Stability Factor of Safety: a. Base Sliding: 1.5. b. Overturning: 1.5. c. Bearing Capacity: 2.0. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 3 d. Global Stability: 1.5. 2. Internal Stability Factor of Safety: a. Shear Capacity: 1.5. B. Design Geometry: 1. Provide length, height, and overall elevations of retaining wall as indicated on Drawings. 2. Provide embedment length and spacing height of geogrid reinforcement. 3. Measure structure's design height, H, from top of footing to top of wall where ground surface intercepts wall facing. 4. See Drawings for slopes above and below sections of segmental retaining wall. C. Design walls for locations and to overall dimensions indicated on Drawings utilizing specified backfill and foundation parameters. D. Use no experimental or demonstration -type design concepts; or products, structures, or elements in design. E. Provide minimum design life of structure of 75 years. F. The retaining wall system shall be a WSDOT pre -approved structural earth wall system. 1.5 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: 1. Manufactured Modular Wall System - Modular Units and Support: Indicate type of wall, location, length, top elevation, bottom of footer elevation, geogrid reinforcing embedment length and spacing height, cross -sections including backfill material type and limits, and quantities. Show complete layout plans and fabrication details for precast wall units, and step-by-step erection instructions. Indicate, unit locations, architectural details, support items, dimensions, openings, and relationship to adjacent materials. 2. Temporary Support System: Detail specific load bearing falsework, underpinning, needling, or shoring layout and support members appropriate for Project conditions. 3. When retaining wall finished height is 4 feet or greater: 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 4 a. Provide a letter from the Retaining Wall Designer which certifies conformance of the design with requirements of these Specifications and all applicable codes and standards of the State of Washington. b. That letter shall have affixed thereto the current and valid professional engineer's seal of an engineer licensed to practice in the State of Washington, unless out-of-state licensing is otherwise approved by the State Board of Engineering Examiners. c. Calculations for manufactured modular wall including height of precast units, overall wall stability including sliding stability and overturning stability, and forces acting on wall and footing, precast facing and tieback units, geogrid embedment length and spacing height in accordance with design requirements. d. Submit details and computations for any required temporary shoring, bracing and temporary support of excavation. e. The Owner or Engineer reserves the right to review and reject with proper cause all or portions of the submittal. C. Product Data: Submit data for cast modular units, geogrid reinforcement and other accessories. D. Samples: 1. Submit one of each cast modular unit, 8x18 inches in size illustrating profiles, finish, texture and color. E. Submit documentation of experience in list of at least five projects of similar construction and scope which substantiate experience for system. Include brief description of each project and name and phone number of owner's representative knowledgeable in each listed project. F. Test Reports: Indicate certified tests results for precast concrete at manufacturing facility, cast -in -place concrete in field, and granular backfill. G. Manufacturer's Installation Instructions: Submit installation instructions including construction sequence and scheme and following: 1. Excavation and required bracing. 2. Placement of footing. 3. Placement of precast concrete facing units and tieback units. 4. Placement of geogrid wall reinforcement. 5. Placement of drainage, backfill and geotextile. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 5 H. Manufacturer's Field Reports: Indicate field observations and conclusions as to compliance to specifications, action items, and resolution of installation issues. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual elevation of undercut base, if any, and foundation elevation and position. 1.7 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing segmental retaining wall systems with minimum five years documented experience. B. Installer: Company specializing in performing work of this section with minimum five years documented experience and shall be an approved installer by the retaining wall manufacturer. IWOW aNau[611r_3IW_111[•]►■OVA Iva IILI1l A. Convene meeting a minimum one week prior to commencing work of this section. 1.9 DELIVERY, STORAGE, AND HANDLING A. Check materials upon delivery to assure receipt of proper material. Inspect for damage. Replace damaged materials. B. Handle, store and ship units to avoid chipping, cracking, and fracturing and to prevent contamination that may affect performance. C. Protect materials from damage during storage and installation. Remove and replace damaged units. 1.10 ADDITIONAL REQUIREMENTS A. Do not install foundation when subgrade is wet or frozen. B. Verify field measurements prior to fabrication. C. Coordinate work with wall penetrations, connections to storm detention structure, manholes and water quality vault, affected utility companies, and utility adjustments. PART 2 PRODUCTS 2.1 FOUNDATION MATERIALS A. Coarse Aggregate: As shown in the Drawings. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 6 B. Concrete: As specified in Section 03 1100, Concrete Work. 2.2 WALL SYSTEM MATERIALS A. Manufacturers: 1. Allan Block. 2. Keystone Retaining Wall Systems. 3. Approved equal. B. Modular Face and Tieback Units: 1. Product Description: a. ASTM C1372, precast solid concrete units. b. Face Color: City Selection c. Face Finish: Hard split in angular tri-plane or straight face configuration. d. Bond Configuration: Running with bonds nominally located at midpoint vertically adjacent units, in both straight and curved alignments. e. Exterior Dimensions: 1) May vary in accordance with ASTM C90. 2) Standard and Compact units shall have a minimum of 1 sq. ft. face area each. 3) Mini units shall have a minimum 1/2 sq. ft. face area each. f. Units shall be capable of concave and convex alignment curves with a minimum radius of at least 17 feet. Where applicable, for straight walls, use non -angled straight side cap units. g. Units shall be interlocked and provide a built-in setback of 1:8. 2. Concrete Materials: a. Portland Cement: ASTM C150, Portland Cement Type II. b. Aggregates: Aggregate, sand, water, fibers, admixtures: determined by precast fabricator, as appropriate to design requirements with no slag, no admixtures containing chlorides. c. Compressive strength: Minimum 3000 psi 28-day compressive strength. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 7 d. Maximum moisture absorption: 6 to 8%. 3. Performance Testing Requirements: a. Inter unit shear strength in accordance with ASTM D6916, 1500-plf minimum at 2-psi normal pressure; b. Geogrid/unit peak connection strength in accordance with ASTM D6638, 900- plf minimum at 2-psi normal force. 2.3 BACKFILL AND DRAINAGE SYSTEM A. Drainage Aggregate: 1. Gravel Backfill for Drains. Per WSDOT Standard Specifications Section 9-03.12(4). B. Reinforced Backfill: 1. Wall backfill shall consist of Gravel Borrow for Structural Earth Wall per Section 9- 03.14(4) of the Standard Specifications or Gravel Backfill for Walls per Section 9- 03.12(2) of the Standard Specifications. Contractor shall submit reinforced fill sample and laboratory test results to the Engineer for approval prior to the use of any proposed reinforced fill material. C. Filter Fabric: 1. Geotextile Filter Fabric: ASTM D4751, non -biodegradable, non -woven, polyester filter fabric suitable of segregation of particulate materials. D. Foundation Drain Pipe: 1. ASTM D3034, SDR 35 polyvinyl chloride (PVC), perforated pipe. 2. Corrugated HDPE perforated pipe. A. Geosynthetic reinforcement shall consist of high density polyethylene or polyester yarns encapsulated in a protective coating specifically fabricated for soil reinforcement applications. The type and placement of the reinforcement shall be as recommended by the wall manufacturer's Design Engineer. 2.5 SHEAR AND REINFORCEMENT PIN CONNECTORS A. Shear and reinforcement pin connectors shall be 1/2-inch diameter thermoset isopthalic polyester resin pultruded fiberglass reinforcement rods to provide connection between vertically and horizontally adjacent units and the geosynthetic reinforcement, with the following requirements: 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 8 1. Flexural Strength in accordance with ASTM D4476: 128,000 psi minimum. 2. Short Beam Shear in accordance with ASTM D4475: 6,400 psi minimum. B. Shear and reinforcement pin connectors shall be capable of holding the geogrid in the proper design position during grid pre -tensioning and backfilling. 2.6 CONSTRUCTION ADHESIVE A. Material conforms to UN -STD 1804, ASTM 2339-70 and FHA UM-60. 2.7 BASE LEVEL PAD A. Coarse Aggregate Type Al, Dense -Graded Aggregate or unreinforced concrete as shown on the construction drawing and as specified. A. Coarse Aggregate Type A2, Granular Drain Backfill Material , 3/4-inch to 1/4-inch. 2.9 FABRICATION A. Dimensions: 8 x 12 x 18 inches with maximum tolerance of plus or minus 1/8 inch for each dimension. B. Weight: Solid units with minimum weight of 75 Ibs per unit. A. Finish surfaces of precast concrete units uniform in color and appearance. B. Cure units under identical conditions to develop required concrete quality, and minimize appearance blemishes including non -uniformity, staining, or surface cracking. 2.11 SOURCE QUALITY CONTROL A. Maintain plant records and quality control program during production of cast units. Make records available upon request. B. Visually inspect to detect defects, cracks, and chipping due to imperfect proportioning, mixing or molding; surface defects and excessive voids; and areas beyond repair. Engineer may reject units for color variations on front face due to excess form oil, cracks, chips or other visual appearance defects. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 9 C. Sample and test materials for manufacturing of precast units including cement, aggregates, water, admixture, and steel reinforcement according to this Section. Make results of quality control tests available for Engineer's review, upon request. D. Visually inspect color differences between fabricated units and approved sample in accordance with ASTM D1729. PART 3 EXECUTION 3.1 EXAMINATION A. Verify site conditions and foundation soil bearing capacity after excavation. B. Verify with Engineer base of undercut, if any, to complete necessary removal of unsuitable material and replacement of material with coarse aggregate. 3.2 DEWATERING A. Furnish, install, operate and maintain satisfactory dewatering systems as required to maintain excavation in dry and workable condition. Provide equipment and materials, and continue as long as necessary. B. Remove ground water by pumping or other methods to prevent softening of surfaces exposed by excavation without removing fines from subsoil. C. Lower ground water levels within excavation areas 12 inches, minimum below bottom of excavations. D. Refer to Section 3123 19, Dewatering for additional requirements. It1=�Z(4leV/_I1to]►Ie\►19l161611a:1 A. Excavate to the lines and grades shown on the construction drawings. B. Engineer shall inspect the excavation and approve prior to placement of leveling material or fill soils. Proof roll of foundation area may be required and shall be completed as directed by the Engineer to determine if remedial work is required. C. Overexcavate and replace unsuitable foundation soils and replace with approved compacted fill as required by Engineer. 3.4 DRAINAGE AND BACKFILL A. Set non -woven geotextile against back of first retaining wall unit, over prepared foundation, and extend along bottom towards back of excavation, up excavation face 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 10 and back over top of free draining coarse aggregate backfill to retaining wall, or as indicated in Drawings. B. The minimum drainage aggregate thickness behind facing units shall be 12 inches. C. Place perforated structure foundation drainage pipe behind footing as indicated on Drawings and in accordance with manufacturer requirements. Lay pipe at minimum gradient of 2 percent to ensure drainage to free outlets. Encase pipe with filter fabric. D. The reinforced backfill shall be placed, spread and compacted in such a manner that eliminates the development of wrinkles or movement of the geosynthetic reinforcement and the wall facing units. The maximum lift thickness shall be 10 inches and shall be compacted to a minimum of 91 percent of maximum density. E. Only hand -operated compaction equipment shall be allowed within 3 feet on either side of the wall face. 3.5 BASE LEVELING PAD A. Leveling pad materials shall be placed as recommended by the Retaining Wall Design Engineer upon approved foundation, to a minimum thickness of 12 inches. B. Material shall be compacted to provide a level surface on which to place the first course of units. Compaction shall be to 95 percent of maximum dry density at optimum moisture content. C. Leveling pad shall be prepared to ensure complete contact of retaining wall unit with base. D. Leveling pad materials shall be to the depth and widths recommended by the manufacturer. 1. Reduced depth of sands, gravel or crushed rock may be allowable when using a concrete topping. Concrete shall be unreinforced and a maximum of 3 inches thick. E. Cap units shall be glued to underlying units with an adhesive recommended by the segmental retaining wall manufacturer. 3.6 INSTALLATION OF MODULAR UNITS A. Assemble units as shown on shop drawings and in accordance with manufacturer's recommendations. B. Place first course of precast concrete modular retaining wall units on base leveling pad. Ensure wall modules are aligned properly, leveled from side to side and front to back and are in complete contact with the base leveling pad. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 11 C. Ensure units are in full contact with base. D. Units are placed side by side for full length of wall alignment. Alignment may be done by means of a string line or offset from base line. E. Units are placed side by side for full length of wall alignment. Alignment may be done by means of a string line or offset from base line. F. Sweep all excess material from top of units and install next course. Ensure each course is completely unit filled, backfilled and compacted prior to proceeding to next course. G. As appropriate where the wall changes elevation, units can be stepped with grade or turned into the embankment with a convex return end. Provide appropriate buried units on compacted leveling pad in area of convex return end. H. Check level of wall modules with each lift to ensure that no gaps are formed between successive lifts. I. Repeat erection sequence until grades indicated on Drawings are achieved. J. Handle and erect concrete units carefully so as to avoid damage to units. Replace any members damaged to extent where their aesthetics or structural integrity is compromised. 3.7 GEOSYNTHETIC REINFORCEMENT PLACEMENT A. The geosynthetic reinforcement shall be installed in accordance with the manufacturer's recommendations. B. A nominal tension shall be applied to the reinforcement and maintained by staples, stakes or hand tensioning until the reinforcement has been covered by at least 6 inches of soil fill. 3.8 ERECTION TOLERANCES A. The following tolerances are maximum allowable deviation from indicated construction: 1. Vertical Control: Plus or minus 1.25 inches over a 10-foot distance, plus or minus 3 inches total. 2. Horizontal Control: Plus or minus 1.25 inches over a 10-foot distance, plus or minus 3 inches total. 3. Rotation: Plus or minus 2 degrees from planned wall batter. 4. Bulging: 1.0 inch over a 10-foot distance. 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 12 3.9 FIELD QUALITY CONTROL A. Compaction Testing: As specified in Section 3123 23, Fill. B. When tests indicate Work does not meet specified requirements, remove Work, replace and retest. 3.10 MANUFACTURER'S FIELD SERVICES A. Furnish manufacturer's representative at Project site to assist Contractor and Engineer until they are familiar with and confident in installation and construction procedures. B. Furnish monthly visits to Project site by company representative during wall construction. END OF SECTION 16-1840.224 Segmental Retaining Walls Kennydale Reservoir 32 32 23 - 13 This page intentionally left blank. SECTION 32 9113 SOIL PREPARATION PART1 GENERAL 1.1 DESCRIPTION A. Description of Work: Furnish labor, equipment, materials and supplies and perform operations required to install imported planting soil. 1.2 QUALITY ASSURANCE A. Tests and Inspections: 1. Provide test results for chemical and physical characteristics of all items listed under submittals. 2. Costs of testing will be paid for by Contractor. B. Qualifications of Workers: 1. Provide at least one person who shall be present at all times during execution of this portion of the work, who shall be familiar with the type of materials being installed and the proper materials and methods for their installation, and who shall direct all work performed under this section. 2. Staff shall be of sufficient size to be able to furnish required materials, deliver, and install all materials as shown on plans and promptly expedite the work. 3. Submit statement listing quantity and type of equipment proposed for use on the job. C. Standard Specifications: 1. Conform to all applicable requirements the latest edition of the Standard Specifications for Road, Bridge, and Municipal Construction for the Washington State Department of Transportation and the Washington State Chapter of the APWA except as specifically modified herein. 16-1840.224 Soil Preparation Kennydale Reservoir 32 91 13 - 1 1.3 SUBMITTALS A. General: Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Materials Lists: Within 45 calendar days following receipt of the Notice to Proceed, submit a complete list of materials proposed to be furnished and installed demonstrating conformance with the requirements specified. Include names and addresses of all suppliers. C. Soil Mix Tests: 1. Provide planting soil mix analysis of chemical and physical characteristics from an accredited soils testing laboratory. 2. Provide pH analysis and recommendations from an accredited soils testing laboratory. 3. Submit laboratory results of soil analysis to Owner prior to beginning any soil mix placement. 4. Costs of testing will be paid for by Contractor. D. Soil Materials: Submit 0.25 cu. ft. samples of the following at least 30 days prior to beginning work for the approval of the Owner. 1. Planting soil mix. 2. Organic amendment E. Certificates: 1. Deliver certificates to Owner. 1.4 SCHEDULE A. General: 1. Submit a proposed schedule to the Owner for approval at least 10 days prior to start of work under this section. 2. After approval, make no modification to this schedule without written authorization by Owner. 16-1840.224 Soil Preparation Kennydale Reservoir 32 91 13 - 2 B. Timing of the Work: 1. The work shall proceed as rapidly as the site becomes available, consistent with specified seasonal limitations for the planting and seeding. 1.5 PRODUCT HANDLING A. Delivery and Storage: 1. Furnish standard products in manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. 2. Store products with protection from weather or other conditions which would damage or impair the effectiveness of the product. 1.6 CLEAN-UP A. Keep work areas clean, neat and orderly at all times. Keep paved areas clean during planting and maintenance operations. Clean up and remove deleterious materials and debris from the entire work area prior to Final Acceptance. IWM9uraW—WTV-0a2ra►toa A. Inspections: 1. Make written request for inspection after soil installation operations have been completed. 2. Submit written requests for inspections to Owner at least seven days prior to anticipated inspection date. PART 2 MATERIALS 2.1 TOPSOIL A. Topsoil for planting areas shall be a mixture of weed -free compost 30% and Washed Sand 70% screened through a 3/8" screen. B. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35% to 55% by weight; 100% passing through 1/2" sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50% to 60% of dry weight. 16-1840.224 Soil Preparation Kennydale Reservoir 32 91 13 - 3 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. PART 3 EXECUTION 3.1 SUBGRADE PREPARATION A. Site Grading: Grade subgrades of all areas designated to receive planting soil as required in Section 2-03.3 of the Special Provisions. B. Subgrade Scarification: Scarify all subgrades to a 6 inch depth. C. pH: 1. Soil shall have a pH range of 5.0 to 6.5 2. Lower existing pH 1 unit by installing 150-200 lbs./1000 s.f. of Magnesium Sulfate. 3. Liming: As recommended by Soil Mix Tests in paragraph 1.03C. 3.2 PLANTING SOIL PLACEMENT A. General: 1. Place planting soil in all areas designated for planting on the drawings. 2. Place planting soil in all shrub and tree pits as shown on the drawings. 3. Apply lime or Aluminum Sulfate. 4. Rototill and thoroughly mix the planting soil mix, and lime or magnesium sulfate in all areas to receive hydroseed. 5. Compact to 85 percent maximum density (ASTM D 1557) unless otherwise specified. END OF SECTION 16-1840.224 Soil Preparation Kennydale Reservoir 32 91 13 - 4 SECTION 32 9121 FINISH GRADING AND SEEDING PART1 GENERAL 1.1 SECTION INCLUDES A. Scarifying of subgrade. B. Finish grading. C. Contractor to attend a pre -construction conference with the general contractor and Landscape Architect prior to mobilizing. III► 0111W_3109111l:124119011 71a:�11x011110MLip NOT USED 1.3 REFERENCES A. ASTM D 1557: Method for Laboratory Compaction Characteristics of Soil using Modified Effort. 1.4 DEFINITIONS A. "Percent Compaction": The required in -place dry density of the material, expressed as a percentage of the maximum dry density of the same material determined by ASTM D 1557-78 test procedure. B. "Soil": Import top soil shall be used for seeding and planting C. "Finished Grade": The final grade elevations indicated on the Grading Drawings. D. "Aesthetic Acceptance of Grades": Acceptance by the Owner in writing of the Aesthetic Correctness of the contours as observed without a survey instrument. Aesthetic Acceptance does not address whether an area drains properly, whether the areas are at the correct elevation, or whether it has been compacted properly. E. "Acceptance": Wherever the terms "acceptance" or "accepted" are used herein, they mean acceptance of the Owner in writing. F. "Grading Drawings": Plans, sections, and profiles showing finished surface grades. 16-1840.224 Finish Grading and Seeding Kennydale Reservoir 32 91 21 - 1 G. "Elements with Fixed Elevations": Paths, paving, concrete pads, and other structures with fixed -spot elevations. 1.5 SITE CONDITIONS A. Environmental Protection: 1. Soil Moisture Content: Do not work soil when moisture content is so great that excessive compaction will occur, nor when it is so dry that dust will form in air or that clods will not break readily. PART 2 PRODUCTS 2.1 MATERIALS A. Grading Equipment: Appropriate size and flexibility to achieve the sculptural forms, profiles, straight slopes, and slope rounding indicated on the Grading Drawings. PART 3 EXECUTION 91IS :III A I1►BINIto] ►I A. Sub grade: 1. Verification: Verify that the subgrades have been graded to within one - tenth (0.10') foot of the grades shown on the grading Drawings. 2. Aesthetic Acceptance: Verify that Owner has given the subgrade aesthetic acceptance. 3. Notification of Discrepancies: Notify the Owner's Representative in writing of any discrepancies. B. Approval 1. Obtain approval of finish sub grade prior to placing any topsoil or base rock. 3.2 SURVEY REQUIREMENTS A. Lines and Levels: Establish lines and levels, locate and layout by instrumentation and similar appropriate means for all planting area finish grades. 3.3 PREPARATION A. Protection of Existing Conditions: 16-1840.224 Finish Grading and Seeding Kennydale Reservoir 32 91 21 - 2 1. General: Use every possible precaution to prevent damage to existing conditions to remain such as structures, utilities, irrigation systems, plant materials and paving on or adjacent to the site of the Work B. Surface Preparation: 1. Inspection: Inspect sub grade soil for stones over one inch in diameter, sticks, oils, chemicals, plaster, concrete, and other deleterious materials. 2. Removal: Do all Work when necessary to remove the deleterious materials before and after sub grade preparation. 3.4 PREPARING SUBGRADE A. Prepare sub grade to avoid excessive compaction beyond what is specified for landscape areas. If Owner's Representative determines that excessive compaction has occurred, it shall be corrected as follows: 1. Scarify to a depth of two (2) inches minimum in one direction. 3.5 FINISH GRADING OPERATIONS A. General: Grade with uniform slope between points where elevations are given or between such points and existing grades, unless indicated otherwise B. Soil Surface Tolerances: 1. Planting Areas: Bring finished soil surface to within one -tenth (0.10') foot of finish grades indicated on Grading Drawings. Grade flatter areas at tighter tolerance as required to provide positive drainage. 2. Allowances: Make proper allowances for settlement, spoils from plant pits, etc. C. Survey Requirements: 1. Lines and Levels: Establish lines and levels, locate and layout by instrumentation and similar appropriate means all planting area finish grades. 2. Staking: Provide grade stakes and string lines as required to bring the soil surface to the grades shown on the Grading Drawings with a smooth surface and positive surface drainage. D. Surface Drainage: Slope finish grades to drain surface water to catch basins, area drains or swales as shown on drawings. E. Rounded Sculptural Landforms: Blade soil surface parallel with contours to achieve smooth, rounded landforms as shown on the Grading Drawings. 16-1840.224 Finish Grading and Seeding Kennydale Reservoir 32 91 21 - 3 F. Depressions and Loose Material: Fill and compact depressions, and remove all loose material to finish surface true to line and grade, presenting a smooth, compacted, and unyielding surface. G. Excessive Compaction: Rip areas which become compacted more than 85 percent compaction to a 12-inch depth, till and blade smooth, prior to planting and irrigation. 3.6 PROTECTION A. Erosion: Correct erosion and siltation damage at no cost to the Owner. B. Settlement Repair: Correct settlement prior to acceptance and within the Warranty period at no cost to the Owner. C. Drainage: Keep surface of soil in such condition that it will drain readily and effectively. D. Materials, Tools, and Equipment: In handling materials and operating tools and equipment, protect the soil from damage by laying down planks, plywood, or other accepted protective materials where required. E. Vehicular Traffic: Do not allow vehicles to travel in a single track. If ruts are formed, blade the soil smooth. F. Storage of Materials: Do not store or stockpile materials on soil. G. Dust Control: Use water trucks or temporary irrigation and take all precautions needed to prevent a dust nuisance to adjacent public or private properties. 3.7 CLEANUP A. Daily: Keep all areas of work clean, neat, and orderly at all times. B. Final: Clean up and remove all deleterious materials and debris from the entire work area prior to Final Completion. END OF SECTION 16-1840.224 Finish Grading and Seeding Kennydale Reservoir 32 91 21 - 4 SECTION 32 93 00 PLANTS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes: 1. This section covers the work necessary for the planting and establishment of plant materials, complete, including furnishing, delivery, planting, and maintenance of all trees, shrubs, and ground covers. 1.3 RELATED SECTIONS 1►[oilleL1149E, 1.4 REFERENCES A. Refer to the following standards: 1. WSDA Washington State Department of Agriculture - Rules Relating to Standards for Nursery Stock 2. American Standard for Nursery Stock, ANSI Z60.1-1990 3. Hortus Third, Cornell University 1.5 SYSTEM DESCRIPTION A. Materials, equipment, and labor for planting; reestablishing finish grading of planting areas following planting; protection and immediate maintenance; guarantee and replacement; and related items necessary to complete the work indicated. B. Quantities: Determine exact amounts from Drawings. Contractor is responsible for determining all quantities. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 1 1.6 SUBMITTALS A. Submit in accordance with Section 0133 00, Submittal Procedures: Requirements for submittals. B. Submit the following: 1. Notification: Within 30 days after the award of Contract, submit documentation that plant materials have been ordered, and purchase order number. C. LEED Submittals: If applicable, make submittals in accordance with Sustainable Requirements for the LEED credits listed below; verify the following: 1. Regional materials; Credit MR 5. a. Location and distance within 500 miles from project site of plant material cultivator and harvester/nursery. b. Include cost data as necessary to verify the credit. D. Product Data: 1. Mulch 2. Staking Materials E. Submit Maintenance Data: The CONTRACTOR will submit a proposed method and schedule for performing watering of plant material and seeded areas for the duration of the one-year guarantee and maintenance period, or through two growing seasons. The watering contract shall provide for the following: 1. Water twice a week during dry spells, or generally between the months of June through October. 2. Water sufficiently to maintain soil moisture depth between 6"-8" of the finish grade. Water trees by using standpipes installed during construction, (see details). 3. Watering operations shall not cause erosion or surface runoff onto the roadway. F. Warrantees: 1. Plant Material Warranty: Written Warranty on Contractor's letterhead. G. Samples: 1. Mulch - 1 cubic foot. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 2 1.7 QUALITY ASSURANCE A. Supplier, installer qualifications: Contractor to have at least five (5) years experience performing comparable work. B. Pre -Installation Meeting: 1. All plants shall be reviewed by the Owner's Representative on site prior to installation. 2. Stake tree location(s) for approval prior to excavating pits. 1.8 DELIVERY, STORAGE, AND HANDLING A. Products Excluding Plant Materials: 1. Labeling: Furnish standard products in unopened manufacturer's standard containers bearing original labels showing quantity, analysis and name of manufacturer. 2. Storage: Store materials and products with protection from weather or other conditions which would damage or impair their effectiveness. B. Acceptance of Contractor -Procured Plant Materials: 1. Owner acceptance of Plant Materials at Delivery: Owner's Representative to review plant materials upon delivery to verify that plants are undamaged, healthy and satisfactory for which to provide the Warranty requirements described in these Specifications. 2. Unsatisfactory Conditions: Contractor to notify Owner's Representative immediately if unsatisfactory conditions are found that will not allow the plants to be warranted as described in these Specifications. 3. Acceptance of Warranty Responsibility: The Contractor, by accepting delivery of plant material, without providing written notification of unsatisfactory conditions, assumes Warranty responsibilities for the plant material as described in these specifications. 4. Unloading: The Contractor has responsibility for removing plant material from delivery vehicle. 5. Protection Prior to Installation: Protect from sun and drying winds from delivery until planted in final location on site. Heel -in all rootballs if not planted the same day as delivered. 6. Proper Plant Handling: Handle and protect plants, roots, rootballs, and new buds to prevent plant injuries. Pickup all plants from the rootball or container, not the trunk. 7. Unsatisfactory Materials: Immediately remove unsatisfactory materials from site. 8. Verification of Species: All plant material shall be delivered with tags or labels identifying species and variety (as applicable). Incorrect species shall be removed from the site immediately. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 3 9. Plant Tags: Do not remove yellow, plastic lock -seal tags with serial numbers until end of Warranty period. 1.9 PROJECT SITE CONDITIONS A. Environmental Requirements: Plant during periods normal for optimum growth, as determined by season, weather conditions, and accepted practice. All plant installation to take place between October 15 - March 1st unless authorized by the Engineer and Owner. B. Underground Conditions: 1. Locate utility lines and underground obstructions to avoid damage during excavation. 2. Contractor shall repair and replace damaged buildings, equipment, underground utilities, irrigation equipment, paving, surfacing, stairs, and other work damaged as a result of Contractor's operations. 1.10 SEQUENCING AND SCHEDULING A. Coordinate ordering of materials with Owner immediately following General Contract award. Ensure that specified sizes and quantities are furnished. B. Planting Schedule: Contractor is responsible for using good horticultural practices and judgment regarding timing of planting. A. Warranty Period for this work is as stated in the Special Provisions and begins at Owner acceptance. Warranty period shall be per the Special Provisions or two growing seasons, whichever is greater. Guarantee replacement: Acceptance of sample plants does not constitute acceptance of all plants. Final acceptance of plants shall occur at Owner acceptance of the completed project. a. Plant materials: Warrant to be healthy and thriving. b. Remove and replace immediately during the Guarantee Period: Dead, diseased, dying, broken, or missing plant materials (except as noted below). Use specified plant and plant as specified; guarantee until acceptable, active, healthy growth is evident. C. Contractor's responsibility: During Guarantee Period, Contractor shall not be held responsible for replacing plants destroyed or damaged by vandalism, accidents caused by vehicle (other than yours), or nature, provided that Contractor has exercised due care to protect the work. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 4 d. When required replacement time falls during non -planting season, Contractor may request Owner's permission to defer planting until proper season. If granted, immediately remove dead plants, including roots, from site. e. Backfill pits properly with topsoil. Finish grade and leave in acceptable condition until proper planting season occurs. Replace with plants of same kind and size as those originally planted. Plant as originally specified. 1.12 MAINTENANCE A. Per Section 32 95 00, Plant Material and Seeding Guarantee and Maintenance. PART 2 PRODUCTS a OVA I_lI1WCU_\IKe1aIIa12_\1 A. Comply with Quality Assurance provisions, references, specifications, and manufacturer's data. 2.2 PLANT MATERIALS A. Meet or exceed following reference standards for quality, size, and condition: 1. WSDA Rules Related to Standards for Nursery Stock. 2. ANSI Z60.1-1990: Nursery Stock. 3. American Joint Committee of Horticultural Nomenclature: Standardized Plant Names. B. Plant abbreviations (see Drawings for complete plant list): B&B Balled and burlapped S BR Bare root M br Branches L cal Caliper EXL cont Container NCN dia Diameter OC gal Gallon tri-spaced 2.3 PLANTING SOIL A. Use import topsoil where shown on the Drawings. 2.4 FERTILIZER Small Medium La rge Extra large No common name On center Triangular spaced A. Conform to referenced FS 0-F-24D, Commercial Fertilizers and WSDA Laws. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 5 B. Fertilizer for All Tree and Shrub Plantings: 1. "Best Paks-20-10-5 in biodegradable packet available from Simplot Turf and Horticulture, 1-800-992-6066. 2.5 TREE STAKING & GUYING MATERIALS 1. Stakes: Douglas fir with pointed end. 2. Tree Guying "Arbortie": Flat woven flexible synthetic fiber 3/4" wide with a break strength of 900 lbs. Color: Olive Green. Available from Deep Root Partners, L.P., Burlingame, CA 1-800-458-7668. 2.6 MULCH A. Provide decomposed sawdust and manure, e.g., "Steerco" or approved equal. Ground bark is not an acceptable mulch. PART 3 EXECUTION 3.1 PRE -PLANTING INSPECTION A. General: Verify installation conditions as satisfactory to receive work of this section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes Contractor's acceptance of conditions as satisfactory. B. Contaminants: 1. Verify existing soil conditions for contaminants that may have been discarded by other trades, such as thinner and plaster. 2. Report findings in writing immediately to Owner's Representative before placing topsoil. C. Adverse Drainage Conditions: Notify Owner's Representative in writing of adverse drainage conditions affecting plant growth. 3.2 PREPARATION A. Field Measurements: 1. Verify actual plant layout in relation to Drawings: Make adjustments as required by Owner's Representative. 2. In shrub planting areas, follow specified distances on center rather than estimated number of plants, be it a larger or smaller quantity. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 6 B. Plant Locations: 1. Stake all tree locations with three-foot wood stakes for acceptance by Owner's Representative. 2. Make required field adjustments as directed by Owner's Representative. 3. Shrubs may be staked out by boundary rather than individual plants. 4. Avoid obstructions such as irrigation equipment. C. Protect the public, adjacent properties, surfaces, and surrounding areas to prevent harm during Work of this Section. 3.3 INSTALLATION A. Install the Work in accordance with References and specifications. 91EA 9111111:[e112-11911►10 A. Finish sub grade and obtain approval of Owner's Representative before you start planting or place any soil. Finish subgrade shall be smooth and conform to the final finish grade after soil placement. Allow for added soil in individual plantings as specified. A. Preparation: 1. Before planting, soak dry rootballs. 2. Prune broken roots 1/2 inch or greater in diameter. Make clean cuts. 3. Plant when plant materials are available and weather conditions are consistent with good horticultural practice. B. Tree Pits: 1. Dig tree pits and plant according to details. Waste excess pit spoils evenly over subgrade. 2. If you encounter clay soil or unusual conditions likely to be detrimental to new plantings, notify Owner's Representative immediately. 3. Remove unsuitable material excavated from plant holes and dispose of it legally off project site. 4. Install plants with POSITIVE drainage away from rootball, unless otherwise noted. C. Fertilizer - Trees and Shrubs Only: 1. Prior to completing backfilling rootball, place Best Paks on sides evenly around rootball, 6" minimum and 8" maximum below the finish grade and approximately two inches from root tips. Owner's Representative shall be present when Best Paks are installed. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 7 2. Place quantities as indicated and in accordance with manufacturer's instructions. a. 1 pak — 1 gal. b. 3 paks-5 gal. C. 9 paks —15 gal. (trees) D. Planting: 1. Hold plant in center of hole, approximately 2 inches above normal growing position and backfill with soil approximately halfway. 2. Backfill to within 5 inches of finish grade; fill hole with water and allow to settle. 3. Backfill to finish grade. 4. Raise plants settling below finish grade to correct elevation. E. Plant Tags: 1. Remove and dispose of nursery labels, tags and stakes. 2. Do not remove yellow, plastic lock -seals with serial numbers until end of Warranty period. F. Soil 1. Place soil to a uniform depth as shown on the plans. 3.6 TREE STAKING A. Stake as shown on Drawings. 1. Tying Tree to Stakes: a. Hold trunk in one hand, pull top to one side and release. Height at which trunk will snap back to upright is Base Height. b. Attach tree ties to trunk 6 inches above Base Height. C. Install "Arbortie" per manufacturer's instructions. d. Cut off any remaining stake 2 inches above upper tree tie. 3.7 MULCHING A. Before installing mulch, obtain acceptance of the Owner's Representative of planting areas, grades, soil depths, and plant locations. B. Install mulch layer under all trees, shrubs, ferns and groundcover to the limits and depths as shown on the Drawings. C. Install uniform mulch layer material to the depths shown on the Drawings over cleaned and graded subsurface. D. At plant trunks and stems, taper mulch back from root ball crown so mulch does not touch bark. 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 8 3.8 FINAL INSPECTION A. Upon discovery and during the one-year maintenance period remove defective materials; in their place, install new materials, as specified. Furnish in same variety and current size of existing healthy plant materials, subject to 1-year guarantee beginning at the date of new installation. Remove any weeds. 3.9 CLEANING A. Sweep paving clean. Leave installations properly planted, clean, and orderly; premises free from scatterings and other residue of work. Leave site neat and clean at end of each working day. 1. Remove and dispose on site such items as excess earth, clippings, trimmings, leaves, litter, and debris. 2. Rake planting areas to an even, fine grade. Wash hard surfaces clean. 3. Remove flag labels from plantings. 3.10 PROTECTION OF COMPLETED WORK A. Install barriers as necessary and required to protect the work during Guarantee Period, or for shorter period as directed. END OF SECTION 16-1840.224 Plants Kennydale Reservoir 32 93 00 - 9 This page intentionally left blank. SECTION 32 95 00 PLANT MATERIAL AND SEEDING GUARANTEE AND MAINTENANCE PART1 GENERAL 1.1 DESCRIPTION A. This section covers the work necessary for the plant guarantee and maintenance, complete, including trees, shrubs, and ground covers. 1.2 SUBMITTALS A. Submit in accordance with Section 0133 00, Submittal Procedures: Requirements for submittals. B. The CONTRACTOR will submit a proposed method and schedule for performing watering of plant material for the duration of the one-year guarantee and maintenance period, or through two growing seasons. The watering contract shall provide for the following: 1. Water twice a week during dry spells, or generally between the months of June through October. 2. Water sufficiently to maintain soil moisture depth between 6"-8" of the finish grade. Water trees by using standpipes installed during construction, (see details). 3. Watering operations shall not cause erosion or surface runoff onto the roadway. 2.1 MATERIALS AND WORKMANSHIP ARE SPECIFIED UNDER THE FOLLOWING SECTIONS: A. Section 32 91 13 —Soil Preparation B. Section 32 91 21— Finish Grading and Seeding C. Section 32 93 00 — Plants PART 3 EXECUTION 3.1 MAINTENANCE A. The CONTRACTOR is responsible for providing water and watering all plant material through two growing seasons. Watering may be accomplished by 16-1840.224 Plant Material and Seeding Guarantee and Maintenance Kennydale Reservoir 32 95 00 - 1 installation of a temporary irrigation system, or by tanker truck. Submit preferred method as outlined under Section 1.2 above. B. The CONTRACTOR shall perform the following maintenance operations during the one-year guarantee period. 1. Water as often as required to meet the requirements of the watering contract as stated above. 2. Remove all noxious weeds from plant beds and saucers by hand. 3. Mulch to maintain 3-inch garden mulch depth. 4. Reset plants to finish grade and restoration of plant saucers, as necessary. 5. Seasonally spray for insects and diseases, as necessary. 6. Repair damaged or washed out erosion control seeding. C. CONTRACTOR to report any problems that may be a hindrance to completing and fulfilling the conditions of the plant guarantee within 7 days to the OWNER. 110 =4 tol-3 123111= Guarantee all trees, shrubs for a minimum of 1 year to be alive and in vigorous growing condition at the end of the guarantee period or through two growing seasons. Perform plant replacements at the first opportunity during a season favorable for planting as defined in Sections 32 93 00, Plants, and 32 9121 Finish Grading and Seeding. A. Plant Materials: Remove and replace any unsatisfactory plants and replace with plants of the same kind, quality and size as specified in the Plant List. Furnish and plant replacements as specified under Section 32 93 00, Plants. Replacements shall be at the CONTRACTOR's sole expense. 3.3 INSPECTIONS A. Start of the Maintenance and Guarantee Period: The CONTRACTOR shall notify the ENGINEER two weeks in advance of anticipated substantial completion of planting and sodding operations. An inspection will be performed prior to the start of the formal guarantee and maintenance period. B. Quarterly Inspections: The OWNER, or the OWNER's representative will make quarterly inspections of the site for compliance with the maintenance requirements. Unsatisfactory conditions will be noted and forwarded in writing to the CONTRACTOR for correction. 16-1840.224 Plant Material and Seeding Guarantee and Maintenance Kennydale Reservoir 32 95 00 - 2 C. Final Acceptance: The CONTRACTOR shall notify the OWNER within 15 days of the date for final inspection. Before final acceptance, the terms of the plant guarantee must be met. The duration of the guarantee and maintenance periods may be extended in order that the CONTRACTOR may fulfill obligations required under the guarantee. END OF SECTION 16-1840.224 Plant Material and Seeding Guarantee and Maintenance Kennydale Reservoir 32 95 00 - 3 This page intentionally left blank. DIVISION 33 UTILITIES Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 33 05 17 PRECAST CONCRETE VALVE VAULTS AND METER BOXES PART1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Precast concrete valve vaults. 2. Precast concrete meter boxes. 1.2 RELATED SECTIONS NOT USED 1.3 REFERENCE STANDARDS A. ASTM International: 1. ASTM A48 - Standard Specification for Gray Iron Castings. 2. ASTM A185 - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 3. ASTM A536 - Standard Specification for Ductile Iron Castings. 4. ASTM A615 - Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. 5. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 6. ASTM C33 - Standard Specification for Concrete Aggregates. 7. ASTM C150 - Standard Specification for Portland Cement. 8. ASTM C260 - Standard Specification for Air -Entraining Admixtures for Concrete. 9. ASTM C478 - Standard Specification for Precast Reinforced Concrete Manhole Sections. 10. ASTM C497 - Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 1 11. ASTM C890 - Standard Practice for Minimum Structural Design Loading for Monolithic or Sectional Precast Concrete Water and Wastewater Structures. 12. ASTM C913 - Standard Specification for Precast Concrete Water and Wastewater Structures. 13. ASTM C990 - Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants. 14. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-Ibf/ft3 (600 kN-m/m3)). 15. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)). 16. ASTM D4104 - Standard Test Method (Analytical Procedure) for Determining Transmissivity of Nonleaky Confined Aquifers by Overdamped Well Response to Instantaneous Change in Head (Slug Tests). 17. ASTM D6938 - Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth). 1.4 COORDINATION A. Coordinate Work with utilities within construction area. B. The drawings identify precast vaults and meter boxes by manufacturer and model number. This information is provided for dimensional information only. Provide precast items in accordance with the requirements of this Section. 1.5 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit data on valve vaults and meter boxes. C. Shop Drawings for Precast Concrete Valve Vaults: 1. Indicate plan, location, and inverts of connecting piping. 2. All interior and exterior dimensions. 3. Location and type of lifting inserts, connection embeds and joints. 4. Details of reinforcement. 5. Covers or hatches. 16-1840.224 Kennydale Reservoir Precast Concrete Valve Vaults and Meter Boxes 330517-2 6. Ladders and grating. D. Manufacturer's Certificate: Certify that precast concrete valve vaults and meter boxes meet or exceed ASTM standards and specified requirements. E. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations and inverts of buried pipe, components, and connections. 1.7 QUALITY ASSURANCE A. Perform Work according to standards identified in Article 1.2 herein. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Transport and handle precast concrete units with equipment designed to protect units from damage. C. Storage: 1. Store precast concrete valve vaults and meter boxes according to manufacturer instructions. 2. Do not place concrete units in position to cause overstress, warping, or twisting. IF_1:1op�aa Z4lIlollo161 2.1 DESIGN REQUIREMENTS A. Performance and Design Criteria: 1. Watertight, Precast, Reinforced, Air -Entrained Concrete Structures: a. Manufactured to conform to ASTM C913. 2. Loading: a. Design to ASTM C890 / AASHTO HS20 live loading and installation conditions. 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 3 b. Where vaults are below grade, a dead load of 125 pounds per cubic foot shall be added for the soil. c. Lateral loads: 1) Static: 105 x Depth of fill (psf) triangular equivalent fluid pressure plus a surcharge of an additional three (3) feet of soil depth in areas subject to vehicular traffic (assume traffic load in all areas, unless indicated otherwise by the Contract Documents). 2) Seismic acceleration: UBC Zone 3 requirements (I = 1.25) where I = importance factor, I = 1.25, but not less than 0.20 g acting on structure mass. Seismic loading need not be considered simultaneously with traffic surcharge. 3. Minimum 28-Day Compressive Strength: 3,000 psi. 4. Honeycombed or retempered concrete is not permitted. 5. No block -outs or knockouts shall be cast into vault walls. All pipe penetrations shall be pre -formed or core -drilled at the required locations. 6. Accessories: Accessories such as ladders, floor grates at sumps, and other features shall be provided as shown on the Drawings. 7. Size: Vault dimensions shall be as required by the Drawings. 2.2 PRECAST CONCRETE VALVES AND METER BOXES A. Manufacturers: 1. Furnish materials as shown on the Drawings or in accordance with City of Renton Standard Details. B. Valve Vault and Meter Box Frames and Covers: 1. Cast Iron Castings: a. ASTM A48, Class 30 or better. b. Free of bubbles, sand, air holes, and other imperfections. C. Access Steps: 1. Steel reinforced formed polypropylene: a. ASTM C478. 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 4 b. Reinforced rod: ASTM A615, Grade 60, 1/2-inch diameter . 2. Aluminum: ASTM B221, Alloy 6061-T6. 3. Width: Minimum 12 inches. 4. Spacing: 12 inches o.c. vertically. D. Access Ladders: 1. Galvanized steel 2. Width: Minimum 16 inches. 3. Spacing: 12 inches o.c. vertically. 2.3 ACCESS HATCHES AND LIDS A. Unless noted otherwise elsewhere in the Contract Documents, vaults shall have concrete top slabs with access openings as shown on the Drawings. B. Vault manufacturer shall provide the access hatches per the requirements of Section 05 50 00, Metal Fabrications. C. Lids shall have lifting holes. D. When leveling bolts are used to set the vault top sections, ensure the load from the top slab is transferred through grout to the vault walls so that the load is not carried by the leveling bolts. 2.4 MATERIALS A. Portland Cement: 1. ASTM C150, Type II. B. Coarse Aggregates: 1. ASTM C33. 2. Graded 1 inch to No. 4 sieve. C. Sand: 1. ASTM C33. 2. Fineness Modulus: 2.35. 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 5 D. Water: 1. Potable. 2. Clean and free of injurious amounts of acids, alkalis, salts, organic materials, and substances incompatible with concrete or steel. E. Air -Entraining Admixtures: ASTM C260. F. Reinforcing Steel: 1. Deformed Bars: ASTM A615, Grade 40 minimum. 2. Welded Wire Fabric: ASTM A185. G. Gaskets: 1. Rubber gaskets: ASTM C443. H. Joint Sealant: I. Bedding: 1. Aggregate Bedding Material: Crushed surfacing base course as shown in the Drawings. 2.5 FABRICATION A. Fabricate precast reinforced concrete structures according to ASTM C913, to dimensions indicated on Drawings, and to specified design criteria. B. Vaults may be formed with separate top and bottom slabs. C. Walls shall be cast so that all sides are continuous at corners and their full length with no block -outs or knockouts. D. Horizontal joints may be provided so that walls can be placed in horizontal segments. E. All horizontal joints shall be keyed to prevent offsets and shall be provided with a watertight gasket. F. Hatches shall be cast into vault top slab. G. Finish: 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 6 1. Formed surfaces shall be smooth and uniform with no fins, bulges, or other irregularities. 2. Any void greater in width than 1/2-inch or deeper than 3/8-inch shall be repaired. 3. Unformed interior slab surfaces shall have a smooth steel trowel finish. 4. Unformed exterior slab surfaces shall have a light broom finish applied to a steel trowel finish. 2.6 MIXES A. Design concrete mix to produce required concrete strength, air -entrainment, watertight properties, and loading requirements. IF_1:1sC�*T,400i1[0LI 3.1 EXAMINATION A. Verify that piping connections, sizes, locations, and inverts are as indicated on Drawings. 3.2 PREPARATION A. Ream pipe ends and remove burrs. B. Remove scale and dirt from components before assembly. C. Establish invert elevations for each component in system. D. Hand trim excavation to suit valve vaults and meter boxes; remove stones, roots, and other obstructions. 3.3 INSTALLATION A. Vaults/Meter and Bedding: 1. Excavate as specified in Section 3123 16, Excavation for Work of this Section. 2. Hand trim excavation for accurate placement of vaults and meter boxes to elevations indicated. 3. Place bedding material level in one continuous layer to a minimum compacted depth of 6 inches. 4. Compact bedding material to 95 percent maximum density. 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 7 5. Bases for precast concrete structures shall be set level so that bedding material fully and uniformly supports them in true alignment with uniform bearing throughout full perimeter. Do not level bases by wedging gravel under the edges. 6. Backfill around sides of vaults and meter boxes as required by the Drawings. B. Connect piping. 3.4 FIELD QUALITY CONTROL A. Request examination of subgrade by Engineer prior to placing aggregate base under precast materials. B. Compaction Testing: In accordance with Section 0145 00 Quality Control. C. When tests indicate Work does not meet specified requirements, remove Work, replace, and retest. D. Frequency of Compaction Tests: In accordance with Section 0145 00, Quality Control. END OF SECTION 16-1840.224 Precast Concrete Valve Vaults and Meter Boxes Kennydale Reservoir 3305 17 - 8 SECTION 33 05 96 VIBRATION AND SEISMIC CONTROLS FOR UTILITIES PART1 GENERAL 1.1 SUMMARY A. This section contains seismic design requirements for non-structural equipment, components and systems. The components and systems indicated below are required for immediate re -occupancy and minimization of disruption to operations following a seismic event. All elements shall meet the requirements of this section and Chapter 13 of ASCE 7-10. B. Applicable Specification Divisions include those with: 1. Components weighing more than 400 pounds that have a center of mass located 4-feet or less above the adjacent floor or roof level that supports the component. 2. Components weighing more than 20 pounds, or more than 5 lbs./ft. in the case of distributed systems, located more than 4-feet above the adjacent floor or roof level that supports the component. 3. Exceptions: a. Furniture b. Temporary or movable equipment 1.2 RELATED DOCUMENTS A. General provisions of the Contract including General and Supplementary Conditions, and sections within other Specifications related to hangars, anchors, supports and seismic restraint or seismic control. 1.3 ACCEPTED STANDARDS A. ASCE 7-10 Section 13.1.6 allows for the use of reference documents or standards for industry specific systems or components which represent acceptable procedures for seismic design and construction. The use of these documents or standards does not alleviate the CONTRACTOR from submitting calculations, drawings and product data that show conformance to the requirements of this section. B. Pre -approved details meeting the requirements of ASCE 7-10 Section 13.3 may be used for this project without submitting calculations indicating compliance with the design criteria specified in Section 1.6 Design Criteria. The CONTRACTOR shall provide shop 16-1840.224 Vibration and Seismic Controls for Utilities Kennydale Reservoir 33 05 96 - 1 drawings detailing the product and specifying the pre -approved detail(s) to be used and their locations along with supporting documentation. 1.4 SUBMITTALS A. Product data: Illustrate and indicate style, material, strength, fastening provision and finish for each type and size of seismic restraint component used. B. Shop drawings: Submit shop drawing plans and details indicating horizontal and vertical location (with respect to floor level and grids) layout, spacing, sizes and types of seismic restraint and gravity supports for each system or component requiring bracing. The connection details shall be on similar size plan sheets or clearly presented in bound 8- 1/2" x 11", 3-ring binder format. Indicate materials and dimensions and identify hardware, including attachment and anchorage devices. Shop drawings shall be stamped by a registered Structural Engineer in the state of Washington. The shop drawings must be clearly organized and presented such that they can be readily interpreted by the CONTRACTOR for installation and the Special Inspector. Include the following: 1. Fabricated Support: representations of field -fabricated supports not detailed on the Shop Drawings. 2. Seismic Restraints: Detail anchorage and bracing not defined by other details or charts on the Shop Drawings. Include the following: a. Design: To support selection and arrangement of seismic restraints, include calculations of combined tensile, compressive and shear loads. NOTE: Anchorage to concrete shall comply with ACI 318-08 Appendix D assuming cracked concrete conditions. b. Details: Detail fabrication and arrangement. Detail attachments of restraints to the restrained items and to the structure. Show attachment locations, methods and spacing. Identify components, list their strengths and indicate directions and values of forces transmitted to the structure during seismic events. C. Calculations: Calculations shall be submitted together with the Shop Drawings. Calculations shall substantiate the design of the sizes, thicknesses, and types of seismic -restraint connections, gravity support connections, fabrication, and attachment (fastening, anchorage, welding, etc.) to the structure, including all fasteners. Calculations shall clearly indicate the loads imposed on the primary building structure, including magnitude, direction and location. Calculations shall be based upon the design requirements in Section 1.6 Design Criteria shall be stamped by a registered Structural Engineer in the State of Washington. D. Welding certificates of welders performing component or system installation. 16-1840.224 Vibration and Seismic Controls for Utilities Kennydale Reservoir 33 05 96 - 2 E. Field Quality Control Reports F. Field Observation Reports from the Special Inspector 1.5 QUALITY ASSURANCE A. Comply with seismic -restraint requirements in ASCE 7-10 unless requirements in this Section are more Stringent 1.6 DESIGN CRITERIA A. General. Seismic Demands on Non -Structural Components per ASCE 7-10 Section 13.3 are superseded by Sections 1.6.13 and 1.6.0 below. Conform to all other Sections of ASCE 7-10 Chapter 13. B. Horizontal seismic forces. Design and detail all members and connections to meet the requirements of ASCE 7-10 based on the actual system or component operating weight. The design and evaluation of components and their support and attachments shall consider their flexibility as well as their strength. The following forces shall be used for all design and calculations. 1. Seismic Design Category: D 2. Risk Category: IV 3. Fp = horizontal seismic design force applied in any direction 4. ap = component amplification factor, per ASCE 7-10 Chapter 13, unless specified elsewhere within individual Specification Divisions or individual Specification Sections 5. Rp = component response modification factor, per ASCE 7-10 unless specified elsewhere for individual Division or Specification Sections 6. Wp = component operating weight 7. Ip = 1.5, component importance factor. 8. z = height (in feet) above ground floor for the attachment of the component (see drawings for floor elevations). z shall be taken as zero below grade. The value of z/h need not exceed 1.0. 9. h = roof height above grade. 10. SDS = 0.96, Short Period Design Spectral Response Acceleration Fp = 0.4 SDS [(apWp)(1+2z/h)]/(Rp/Ip) 16-1840.224 Vibration and Seismic Controls for Utilities Kennydale Reservoir 33 05 96 - 3 FPMAX = 1.6 IP SDS Wp FpMIN = 0.3 IP SDS Wp C. Vertical seismic forces. Calculate vertical seismic force by the following equation. The design force shall be applied vertically at the center of gravity of the component or distributed according to the mass distribution of the component or system. The vertical seismic force shall be combined with the horizontal seismic force as well as the Dead Load gravity force to determine the maximum force for component or anchorage design. Combine horizontal and vertical effects as indicated in ASCE 7-10, Section 13.3.1. Fpv = +/-0.2 SDSWp D. Seismic attachments, bracing and anchorage shall be designed such that the component force is transferred to the lateral force resisting system of the structure through a complete load path. Attachments shall not be made across expansion and contraction joints. E. Components with vibration isolation systems shall have snubbers in each horizontal direction and vertical restraints as necessary to resist overturning. F. The seismic anchorage system shall provide restraint in all directions, including vertical, for each component or system for which seismic design is required. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION 16-1840.224 Kennydale Reservoir Vibration and Seismic Controls for Utilities 330596-4 SECTION 33 1110 WATER UTILITY DISTRIBUTION PIPING PART1 GENERAL 1.1 SUMMARY A. Work under this Section applies to furnishing and installation of pipe materials, fittings and appurtenances normally encountered with water distribution or transmission systems, including potable water and fire water systems. B. Section includes: 1. Pipe and fittings. 2. Flexible couplings. 3. Flanged coupling adapters. 4. Insulating flanged joints. 5. Tapping sleeves and valves. 6. Flexible expansion joints. 7. Bedding and cover materials. C. Related Requirements: 1. General a. Furnish and install all piping systems shown and specified in accordance with the requirements of the Contract Documents. b. Each buried piping system shall be complete, with all necessary fittings, valves, accessories, lining and coating, testing, excavation, backfill and encasement, to provide a functional installation. c. Piping layouts shown in the Drawings are intended to define the general layout, configuration, and routing for pipe, as well as the size and type of piping to be installed. The piping plans are not pipe construction or fabrication drawings. d. The Contractor shall cause the Supplier of pipes, valves, fittings and appurtenances to coordinate piping installation such that all equipment is 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 1 compatible and is capable of achieving the performance requirements specified in the Contract Documents. e. It is the Contractor's responsibility to develop the details necessary to construct all piping systems, to accommodate the specific equipment provided, and to provide and install all spools, spacers, adapters, connectors, valves, gaskets, fittings, appurtenances etc., for a complete and functional system. 1.2 RELATED SECTIONS NOT USED 1.3 REFERENCE STANDARDS A. American Association of State Highway and Transportation Officials: 1. AASHTO T180 -Standard Specification for Moisture -Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and a 457-mm (18-in.) Drop. B. American Society of Mechanical Engineers: 1. ASME B16.1- Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. ASME B16.5 - Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and other Special Alloys. 3. ASME B16.21 - Nonmetallic Flat Gaskets for Pipe Flanges. 4. ASME B31.10 - Standards of Pressure Piping. C. ASTM International: 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A123 - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A193 - Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications 4. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength. 5. ASTM A536, Standard Specification for Ductile Iron Castings. 6. ASTM D1557 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)). 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 2 7. ASTM D1598 - Standard Test Method for Time -to -Failure of Plastic Pipe Under Constant Internal Pressure. 8. ASTM D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 9. ASTM D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 10. ASTM D2241- Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure -Rated Pipe (SDR Series). 11. ASTM D3139 - Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. 12. ASTM D6938 - Standard Test Method for In -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth). 13. ASTM F477 - Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. D. American Water Works Association: 1. AWWA C104 - Cement -Mortar Lining for Ductile -Iron Pipe and Fittings. 2. AWWA C105 - Polyethylene Encasement for Ductile -Iron Pipe Systems. 3. AWWA C110 - Ductile -Iron and Gray -Iron Fittings. 4. AWWA C111- Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 5. AWWA C115 - Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 6. AWWA C151- Ductile -Iron Pipe, Centrifugally Cast. 7. AWWA C153 - Ductile -Iron Compact Fittings. 8. AWWA C219 - Bolted, Sleeve -Type Couplings for Plain -End Pipe 9. AWWA C600 - Installation of Ductile -Iron Mains and Their Appurtenances. 10. AWWA C605 - Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water. 11. AWWA C606 - Grooved and Shouldered Joints. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10-3 12. AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. Through 12 In. (100 mm Through 300 mm), for Water Transmission and Distribution. 13. AWWA C905 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 In. Through 48 In. (350 mm Through 1,200 mm) for Water Transmission and Distribution. E. Manufacturers Standardization Society of the Valve and Fittings Industry: 1. MSS SP-60 -Connecting Flange Joints between Tapping Sleeves and Tapping Valves. F. National Sanitation Foundation: 1. NSF Standard 61 - Drinking Water System Components — Health Effects. 2. NSF Standard 372 - Drinking Water System Components — Lead Content. G. SUBMITTALS 1. Section 0133 00 - Submittal Procedures: Requirements for submittals. 2. Product Data: Submit data on pipe materials, pipe fittings, restrained joint systems, and accessories. 3. Shop Drawings: Indicate piping layout, including piping specialties. a. Layout Schedule for applicable segments of proposed transmission main alignment. Schedule shall include layout plan and dimensions, schedule of pipe fittings and specials, materials and class for each size and type of pipe, joint details, pipe supports and any special provisions required for assembly. 4. Lining and coating data. 5. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 6. Manufacturer's handling, delivery, storage and installation requirements. 7. Field Quality -Control Submittals: a. Pipeline hydrostatic testing plan. b. Indicate results of Contractor -furnished tests and inspections. 8. Preconstruction Photographs: 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 4 a. Submit digital files of colored photographs of Work areas and material storage areas. 1.4 CLOSEOUT SUBMITTALS A. As -Built Drawings: 1. Record actual locations of piping mains, valves, connections, thrust restraints, and invert elevations. 2. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.5 QUALITY ASSURANCE A. Materials: 1. Unless otherwise noted, all water works materials provided for the project shall be new, of first class quality and shall be made by reputable manufacturers. 2. All material of a like kind shall be provided from a single manufacturer unless otherwise approved by the Owner's Representative. 3. All material shall be carefully handled and installed in good working order free from defect in manufacture, storage and handling. B. Markings: 1. Pipes and Fittings: Mark each pipe and fitting at plant. Include date of manufacture, manufacturer's identification, specification standard, inside diameter of pipe, dimension ratio as applicable, pipe class as applicable, pipe number for laying purposes as applicable, and other information required for type of pipe. 2. Bolting materials (washers, nuts and bolts) shall be marked with material type. C. Testing: 1. Except where otherwise specified, all materials used in the manufacture of the pipe shall be tested in accordance with the applicable Specifications and Standards. 1.6 MATERIAL DELIVERY, STORAGE, AND HANDLING A. In accordance with manufacturer's written recommendations and as specified in these Contract Documents. B. Pipe, specials, and fittings delivered to Project Site in damaged condition will not be accepted. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 5 C. Storage: 1. Store and support pipe securely to prevent accidental rolling and to avoid contact with mud, water, or other deleterious materials. 2. Pipe and fittings shall not be stored on rocks, gravel or other hard material that might damage pipe. This includes storage area and along pipe trench. 3. Do not store materials in direct sunlight. 4. Gaskets: Do not allow contact with oils, fuels, petroleum, or solvents. D. Handling: 1. Pipe and appurtenances shall be handled in accordance with manufacturer's recommendations or requirements contained in this section or subsequent sections dealing with the specific pipe material, whichever is more stringent. 2. Pipe shall be handled with proper equipment in a manner to prevent distortion or damage. Use of hooks, chains, wire ropes, or clamps that could damage pipe, damage coating or lining, or kink and bend pipe ends is not permitted. 3. Use heavy canvas, or nylon slings of suitable strength for lifting and supporting materials. 4. Lifting pipe during unloading or lifting into trench shall be done using two slings placed at quarter point of pipe section. Pipe may be lifted using one sling near center of pipe, provided pipe is guided to prevent uncontrolled swinging and no damage will result to pipe or harm to workers. Slings shall bear uniformly against pipe. PART 2 PRODUCTS 2.1 WATER PIPING A. General 1. All piping materials and specials shall meet the specifications of this Section and of the appropriate AWWA Standard Specifications. In the case of conflict, the more stringent specifications shall apply. 2. All coatings and materials specified herein which may come in contact with potable water shall conform to National Sanitation Foundation (NSF) Standard 61 and 372. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 6 3. Minimum Pressure Ratings: Unless otherwise specified herein or shown in the Drawings, the minimum working pressure rating of all water works materials specified herein shall be 1.5 times the operating pressure or 150 psi minimum. 4. Gaskets: a. Material: Styrene Butadiene Rubber (SBR) composition. B. Ductile Iron Pipe: 1. Per Section 7-09 of the Special provisions 2. Polyethylene Encasement: a. Comply with AWWA C105. b. Polyethylene film shall be minimum 8-mil thick virgin linear low -density polyethylene (LLDPE). 3. Joints: a. Joint types shall be provided as identified in the Drawings and as required for the application. b. Mechanical Joints: 1) Per Section 9-30.1 of the Special Provisions. c. Push -on Joints: 1) Per Section 9-30.1(1) of the Special Provisions. d. Restrained Joints: 1) Per Section 7-09.3(25) of the Special Provisions. e. Flanged Joints: 1) Per Section 9-30.2 of the Special Provisions. f. Gaskets: 1) Full faced, composed of synthetic rubber and 1/8-inch thick conforming to ASME B21.1 and AWWA C111. 2) Ring gaskets will be permitted only where specifically noted in the Drawings and Specifications. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 7 3) Gaskets for flanged joints shall be as follows: a) Pipe sizes between 6-inch and 24-inch diameter, service pressures of 150 psi or greater shall be Garlock 3760-U or equal. b) Pipe sizes 4-inch diameter and under, service pressures of 150 psi or greater shall be Garlock 3505 or equal. c) All pipe sizes with service pressures of 150 psi or less shall be Garlock 98206 or equal. 4) Insulating flanged joints: a) Full faced, conform to ANSI 16.21. b) Material: Non -asbestos. c) Suitable for operating and test pressures of the pipe system. d) Manufacturer: (1) Garlock GYLON Style 3505 or equal. 2.2 FITTINGS: A. Per Section 9-30.2 of the Special Provisions. 2.3 NUTS, BOLTS AND WASHERS: A. Per Section 9-30.2 of the Special Provisions. 2.4 FLEXIBLE COUPLINGS A. General 1. All flexible couplings shall be constructed to inside diameters that properly fit the connecting pipes. 2. The Contractor shall be responsible for selecting sleeve lengths appropriate to the application, subject to review and approval of the Engineer, recognizing that longer sleeves allow for larger deflections and may ease installation. B. Flexible Couplings: 1. Description: a. Comply with AWWA C219. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 8 b. Type: Bolted, sleeved. c. Configuration: Straight, transition or reducing as shown in the Drawings. d. Center rings and end rings: Ductile iron. Comply with ASTM A536. e. Gaskets: Virgin styrene butadiene rubber (SBR) compounded for water service. Comply with ASTM D2000. f. Bolts and nuts: High strength low alloy steel. Comply with AWWA C111. g. Lining and coating: Factory -applied fusion bonded epoxy. h. Working pressure: Up to 260 psi. 2. Manufacturers: a. For 2-inch to 24-inch diameter: 1) Romac Industries, Inc. — Style 501 or equal. C. Insulating Flexible Couplings: 1. The Contractor shall be responsible for selecting couplings appropriate to the application, subject to review and approval of the Engineer, recognizing that different pipe materials will require specific sizing and material selection for couplings. 2. Description: a. Comply with Flexible Coupling specifications above. b. Insulating Boot: Ethylene propylene diene monomer (EPDM) compounded for water service. Comply with ASTM D2000. 3. Manufacturers: a. For 4-inch to 14-inch diameter: 1) Romac Industries, Inc. — Style IC501 or equal. b. For 12-inch to 96-inch diameter: 1) Romac Industries, Inc. — Style IC400 or equal. D. Restrained Flexible Couplings: 1. Description: 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 9 a. Body: Steel. Comply with ASTM A36. b. Restrained gland: Ductile iron. Comply with ASTM A536, Grade 65-45-12. c. Gaskets: Virgin styrene butadiene rubber (SBR) compounded for water service. Comply with ASTM D2000. d. Bolts and nuts: All -thread rod, at a minimum complying with ASTM A193 Grade B7. Nuts per ASTM A194 Grade 2H. e. Lining and coating: Factory -applied fusion bonded epoxy. f. Working pressure: 350 psi. Test pressure: 500 psi. 2. Manufacturers: F��:1_1_\ •ItTiIIC�Y�I�l1 I�eIeQ�I�l�ll�l►[e7 2.5 FLANGED COUPLING ADAPTERS A. Flanged Coupling Adapters: 1. All flanged coupling adapters shall be constructed to diameters that properly fit the connecting plain end pipe and the flanged fitting. 2. Description: a. Comply with AWWA C219. b. Flange: AWWA Class D Steel Ring Flange, compatible with ANSI Class 125 & 150 bolt circles. c. End ring and body: 1) Steel. Comply with ASTM A36. 2) Ductile iron. Comply with ASTM A536, Grade 65-45-12. d. Flange: Compatible with ANSI Class 125 & 150 bolt circles e. Gaskets: Virgin styrene butadiene rubber (SBR) compounded for water service. Comply with ASTM D2000. f. Bolts and nuts: High strength low alloy steel bolts and nuts. Comply with AWWA C111 composition requirements. g. Lining and coating: Factory -applied fusion bonded epoxy. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 10 h. Working pressure rating: Equal to the maximum rating of the flange. 3. Manufacturers: a. Romac Industries, Inc. 1) Style FCA501 a) For 3-inch to 16-inch diameter. 2) Style FC400. a) For 12-inch to 96-inch diameter. B. Restrained Flanged Coupling Adapters: 1. Description: a. Gland and flange body: Ductile iron. Comply with ASTM A536. b. Flange: Compatible with ANSI Class 125 & 150 bolt circles. c. Gaskets: Virgin styrene butadiene rubber (SBR) compounded for water service. Comply with ASTM D2000. d. Restraining bolts and lugs: Ductile iron. Comply with ASTM A536. e. T-bolts Bolts and nuts: High strength low alloy steel. Comply with AWWA C111 composition requirements. f. Lining and coating: Factory -applied fusion bonded epoxy. 2. Manufacturers: a. Romac Industries, Inc. — RFCA Restrained Flanged Coupling Adapters. 2.6 TAPPING SLEEVES AND VALVES A. Tapping Sleeves: 1. Description: a. Type: Dual compression. b. Material: 1) Body: Stainless steel, Type 304. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 11 2) Flanged outlet: Stainless steel, Type 304. c. Outlet Flange Dimensions and Drilling: Comply with ASME B16.1, Class 150 and MSS SP-60. d. Outlet Gasket: e. Provide with Type 304 stainless steel test plug. f. Nuts, bolts and washers: Stainless steel, Type 304. 2. Manufacturers: a. Romac Industries, Inc. — Model STS 420 b. JMC Industries, Inc. B. Tapping Valves: 1. Resilient wedge gate valves specified in Section 40 05 23.15, Gate Valves. A. Description 1. Installed at locations indicated in the Drawings. 2. End connections: As shown in the Drawings. 3. Material: Ductile iron, AWWA C153. 4. Working pressure: 350 psi, minimum. 5. Construction: a. An expansion joint designed and cast as an integral part of a double ball and socket type flexible joint. b. Manufactured of ductile iron, conforming to requirements of AWWA C153 and ASTM A536. c. Deflection: Minimum of 15 degrees deflection per ball. d. Expansion: 1) 12-inch diameter and under: 8 inches. 2) Greater than 12-inch diameter: 16 inches. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 12 e. The flexible expansion joint unit shall not impart a thrust force while under internal pressure. f. Each flexible expansion joint shall be hydrostatically tested to the manufacturer's published pressure rating prior to shipment. g. Lining: All interior "wetted" parts shall be shop -lined with a minimum of 15 mils of fusion bonded epoxy conforming to the applicable requirements of AWWA C213 and shall be holiday tested with a 1500-volt spark test conforming to said specification. h. Coating: Coal tar epoxy. 6. Quality Assurance: Hydrostatically tested to manufacturer's published pressure rating prior to shipment. 7. Appropriately sized polyethylene sleeves, meeting AWWA C105 requirements, shall be included for direct bury applications. B. Manufacturers 1. EBAA Iron, Inc. — Flex -Tend or equal. A. As shown in the Drawings. 2.9 CONCRETE ENCASEMENT AND CRADLES A. Concrete: 1. As specified in Section 03 1100 — Concrete Work. 2. Type: reinforced, air entrained as shown in the Drawings. 3. Compressive Strength: Minimum 3,000 psi at 28 days. 4. Finish: Rough troweled. B. Concrete Reinforcement: As specified in Section 03 1100 - Concrete Work. 2.10 MATERIALS A. Bedding and Cover: a. Per Section 7-08 of the Special Provisions. 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 13 2.11 ACCESSORIES A. Concrete for Thrust Restraints: As specified in Section 7-09.3(21) of the Special Provisions. B. Manhole and Cover: As specified in Section 7-05 of the Special Provisions. C. Miscellaneous Steel Rods, Bolt, Lugs, and Brackets: 1. Comply with ASTM A36 or ASTM A307. 2. Grade A carbon steel. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that existing utility water main size, location, and invert are as indicated on Drawings. A. Preconstruction Site Photos: 1. Take photographs along centerline of proposed pipe trench; minimum one photograph for each 50 feet of pipe trench. 2. Show mailboxes, curbing, lawns, driveways, signs, culverts, and other existing Site features. 3. Include Project name, date taken, and sequential number of each photograph in physical log or CD. B. Inspection: 1. All pipe sections, specials and jointing materials shall be carefully examined for defects. 2. No piping or related materials shall be laid that is known to be defective. Any defective piece installed shall be removed and replaced with a new pipe section in a manner satisfactory to the Engineer at the Contractor's expense. 3. Defective material shall be marked and removed from the job site before the end of the day. C. Pipe Cutting: 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 14 1. Cut pipe ends square, ream pipe and tube ends to full pipe diameter, and remove burrs. 2. Use only equipment specifically designed for pipe cutting; use of chisels or hand saws is not permitted. 3. Grind edges smooth with beveled end for push -on connections. 4. Prior to assembly of field cut pipe, the reference mark shall be re-established with a pencil or crayon. The location of the reference mark at the proper distance from the bevel end shall be in accordance with the manufacturer's recommendations. D. Remove scale and dirt on inside and outside before assembly. Cleaning of each pipe or fitting shall be accomplished by swabbing out, brushing out, blowing out with compressed air, or washing to remove all foreign matter. E. Prepare pipe connections to equipment with flanges or unions. 3.3 INSTALLATION A. Bedding: 1. Excavation: a. Per Section 7-08 of the Special Provisions. 2. Dewater excavation as specified in Section 31 23 19, Dewatering to maintain dry conditions and to preserve final grades at bottom of excavation. 3. Provide sheeting and shoring as specified in Section 3150 00, Excavation Support and Protection and per the Special Provisions. 4. Place bedding material at trench bottom, level fill materials in one continuous layer not exceeding 6 inches compacted depth, and compact to 95 percent of maximum density. 1. Install pipe according to the Drawings, Owner Standards, and Special Provisions. C. Tapping Sleeves and Valves: 1. As indicated on Drawings and according to manufacturer instructions. D. Polyethylene Encasement: 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 15 1. Encase piping in polyethylene as directed in Section 09 90 00, Coating Systems, to prevent contact with surrounding backfill material. 2. Comply with AWWA C105. E. Thrust Restraints: 1. Provide valves, tees, bends, caps, and plugs with concrete thrust blocks at locations shown in the Drawings and as required to facilitate testing of lines. 2. Pour concrete thrust blocks against undisturbed earth. 3. Locate thrust blocks to ensure that pipe and fitting joints will be accessible for repair. 4. Provide thrust restraint bearing area on subsoil as shown in details within the Drawings. 5. Install tie rods, clamps, setscrew retainer glands, or restrained joints. 6. Protect metal -restrained joint components against corrosion with polyethylene film as specified herein. 7. Do not encase pipe and fitting joints to flanges. F. Backfilling: 1. Backfill of piping systems shall be per the Special Provisions. G. Testing and Disinfection of Potable Water Piping System: 1. In accordance with the Special Provisions 3.4 FIELD QUALITY CONTROL A. Compaction Testing per Section 0145 00 Quality Control. 1�►1�Z�l�.�x�1[�7►1 16-1840.224 Water Utility Distribution Piping Kennydale Reservoir 33 11 10 - 16 SECTION 33 12 16 WATER UTILITY DISTRIBUTION VALVES PART 1 GENERAL 1.1 SUMMARY A. This Section includes valves and valve boxes for installation with buried water distribution main, including fire hydrants and tapping sleeves. B. Section Includes: 1. Valves. 2. Valve boxes. 3. Valve operator extensions. C. Related Requirements: NOT USED 1.2 REFERENCE STANDARDS A. American Society of Mechanical Engineers: 1. ASME B16.1- Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250. 2. ASME B16.5 - Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and other Special Alloys. 3. ASME 1.20.1 - General Purpose Pipe Threads (Inch) B. American Water Works Association: 1. AWWA C509 - Resilient -Seated Gate Valves for Water Supply Service. 2. AWWA C550 - Protecting Interior Coatings for Valves and Hydrants. 3. AWWA C600 - Installation of Ductile -Iron Mains and Their Appurtenances. 4. AWWA C605 - Underground Installation of Polyvinyl Chloride (PVC) and Molecularly Oriented Polyvinyl Chloride (PVCO) Pressure Pipe and Fittings. C. ASTM International: 1. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings. 16-1840.224 Water Utility Distribution Valves Kennydale Reservoir 33 12 16 - 1 2. ASTM B584 - Standard Specification for Copper Alloy Sand Castings for General Applications. D. NSF International: 1. NSF 61 - Drinking Water System Components - Health Effects. 2. NSF 372 - Drinking Water System Components - Lead Content. 1.3 COORDINATION A. The Contractor shall cause the Supplier of valves to coordinate installation such that all pipes, valves, fittings, appurtenances and equipment are compatible and capable of achieving the performance requirements specified in the Contract Documents. B. Coordinate Work of this Section with Municipality of Renton Department of Public Works, standards and utilities within construction area. A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer's latest published literature. Include illustrations, installation and maintenance instructions, and parts lists. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Manufacturer Instructions: Submit detailed instructions on installation requirements, including storage and handling procedures. E. Lining and coating data. F. Valve Labeling: Schedule of valves to be labeled indicating in each case the valve location and the proposed labeling for the valve. G. Certification of Valves Larger than 12 inches: Furnish certified copies of hydrostatic factory tests, indicating compliance with applicable standards. H. Source Quality -Control Submittals: Indicate results of factory tests and inspections. I. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of valves 16-1840.224 Water Utility Distribution Valves Kennydale Reservoir 33 12 16 - 2 B. Operation and Maintenance Data: Submit information for valves. 1.6 QUALITY ASSURANCE A. Cast manufacturer's name, maximum working pressure, size of valve and year of fabrication into valve body. B. Valve Testing: Each valve body shall be tested under a test pressure equal to twice its design water -working pressure. C. Certification: Prior to shipment, submit for all valves over 12 inches in diameter, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. Valves tested and supplied shall be trackable and traceable by serial number, tagged or otherwise noted on valve, upon arrival to Site. D. Unless otherwise noted, all water works materials provided for the Project shall be new, of first class quality and shall be made by reputable manufacturers. E. All material of a like kind shall be provided from a single manufacturer, unless otherwise approved by the Engineer. 1.7 DELIVERY, STORAGE, AND HANDLING A. Prepare valves and accessories for shipment according to applicable AWWA standards. B. Seal valve and ends to prevent entry of foreign matter. C. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. D. Storage: 1. Store materials in areas protected from weather, moisture, or other potential damage. 2. Do not store materials directly on ground. E. Handle products carefully to prevent damage to interior or exterior surfaces. F. All defective or damaged materials shall be replaced with new materials at no cost to the Owner. 16-1840.224 Water Utility Distribution Valves Kennydale Reservoir 33 12 16 - 3 PART 2 PRODUCTS 2.1 GENERAL A. All materials in contact with potable water shall conform to ANSI/NSF Standard 61 and meet the "lead free" requirements of the Safe Drinking Water Act amendment, effective January 4, 2014, as per the lead content evaluation procedures outlined in NSF/ANSI Standard 372.1. 1. All fittings shall either be cast or permanently stamped with markings identifying the item as complying with NSF 61 per the requirements of NSF 372 for "lead free". 2. All brass in contact with potable water shall comply with ASTM B584. A. As specified in Section 9-30.3 of the Special Provisions. 2.3 RUBBER -SEATED BUTTERFLY VALVES NOT USED ►�!_TOI LIMANl0l:k! A. Unless otherwise indicated, all valves shall be furnished with manual actuators. B. Actuators shall be sized for the valve design pressure in accordance with AWWA C504. C. All gear -assisted valves that are buried and submerged shall have the actuators hermetically -sealed and grease -packed. 2.5 VALVE BOXES A. Provide all buried valves with valve boxes, covers and risers. Valve boxes shall meet the requirements of Section 9-30.3(4) of the Special Provisions. A. As shown in the Drawings. B. Provide operator extensions to a maximum of 12 inches below grade where depth to valve exceeds 36 inches. 2.7 ACCESSORIES A. Concrete for Thrust Restraints: per Section 7-09.3(21) of the Special Provisions. 16-1840.224 Water Utility Distribution Valves Kennydale Reservoir 33 12 16 - 4 PART 3 EXECUTION 3.1 PREPARATION A. Conduct operations to not interfere with, interrupt, damage, destroy, or endanger integrity of surface or subsurface structures, utilities, and landscape in immediate or adjacent areas. B. Identify required lines, levels, contours, and datum locations. C. Locate, identify, and protect from damage utilities to remain. D. Access: 1. All valves shall be installed to provide easy access for operation, removal, and maintenance. 2. Avoid conflicts between valve operators and above grade construction such as structural members or handrails. E. Valve Accessories: 1. Where combinations of valves, sensors, switches, and controls are specified, it shall be the responsibility of the Contractor to properly assemble and install these various items so that all systems are compatible and operating properly. 2. The relationship between interrelated items shall be clearly noted on shop drawing submittals. 3.2 INSTALLATION A. General: 1. All valves, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown in the Drawings and as specified herein. 2. Valves shall be firmly supported to avoid undue stresses on the pipe. 3. Stem extensions shall be braced at no greater than 10 feet intervals and be provided with double universal joints to allow for misalignment, where applicable. B. Perform trench excavation, backfilling, and compaction as specified in Section 33 1110, Water Utility Distribution Piping. C. Install valves in conjunction with pipe laying. 16-1840.224 Water Utility Distribution Valves Kennydale Reservoir 33 12 16 - 5 D. Set valves plumb. E. Provide buried valves with valve boxes installed flush with finished grade. 1. Valves installed out of paved or otherwise hard -surfaced areas shall be set in a concrete pad at finished grade. 2. Concrete valve box pads shall be 18 inches square and be not less than 6 inches thick. F. Disinfection of Water Piping System: 1. Flush and disinfect system as specified in Section 33 13 00, Testing and Disinfecting of Water Utility Distribution. 3.3 FIELD QUALITY CONTROL A. Pressure test valving for water distribution system in accordance with Section 7-09.3 of the Special Provisions. END OF SECTION 16-1840.224 Kennydale Reservoir Water Utility Distribution Valves 33 12 16-6 SECTION 33 13 13 DISINFECTION OF WATER UTILITY STORAGE TANKS PART1 GENERAL 1.1 SUMMARY A. This Section includes methods of disinfecting water storage tanks for potable water. B. Section includes: 1. Water storage tank disinfection. 2. Bacteriological testing. 1.2 RELATED SECTIONS 1►[6111111111110111191 1.3 REFERENCE STANDARDS A. American Water Works Association: 1. AWWA C652 - Disinfection of Water Storage Facilities. A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Disinfection Procedure: 1. Submit description of procedure, including type of disinfectant and calculations indicating quantities of disinfectants required to produce specified chlorine concentration. 2. Comply with Sections 3 and 4 of AWWA C652. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Certify that disinfectants meet or exceed AWWA C652 requirements. E. Test and Evaluation Reports: Indicate results of bacteriological and residual chlorine laboratory test reports. F. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. 16-1840.224 Disinfection of Water Utility Storage Tanks Kennydale Reservoir 33 13 13-1 1.5 QUALITY ASSURANCE A. Perform Work in compliance with AWWA C652. 1.6 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store disinfectants according to manufacturer's recommendations and in a cool, dry place away from combustibles such as wood, rags, oils, and greases. C. Handle disinfectants according to manufacturer's safety precautions. PART 2 PRODUCTS 2.1 DISINFECTANTS A. Chlorine Forms: According to AWWA C652, Section 4. 1. Liquid chlorine. 2. Sodium hypochlorite. 3. Calcium hypochlorite. PART 3 EXECUTION 3.1 EXAMINATION A. Inspection: 1. Conduct inspection of tank interior before beginning disinfection. 2. Verify tank is clean and free of polluting materials. 3. Verify tank piping and vent connections are properly made and clear of obstructions. 4. Verify all interior paint is thoroughly cured according to paint manufacturer's instructions. 3.2 PREPARATION A. Furnish personnel working inside tank during disinfection with equipment to comply with Federal and State regulations for Work conducted in a hazardous atmosphere. B. Coordinate with the Engineer and Owner for scheduling of disinfection activities. 16-1840.224 Disinfection of Water Utility Storage Tanks Kennydale Reservoir 33 13 13 - 2 1. The Owner may require up to one weeks' time following notice to supply water for filling of reservoir. 3.3 APPLICATION A. Use Chlorination Method 2 for disinfecting tank in Section 4 of AWWA C652, generally detailed as followed: 1. Spray or brush a solution of 200 mg/L available chlorine directly on the surfaces of all parts of the storage facility that will be in contact with water when the storage facility is full to the overflow elevation. 2. The solution shall thoroughly coat all surfaces to be treated, including the inlet and outlet piping and shall be applied to any separate drain piping such that it will have available chlorine of not less than 10 mg/L when filled with water. 3. Disinfected surfaces shall remain in contact with the strong chlorine solution for at least 30 min. 4. Following the completion of the chlorination procedure, potable water shall be admitted, the drain piping purged of the 10 mg/L chlorinated water, and the storage facility filled to its overflow level. B. A sample shall be taken by the Owner for microbiological analysis according to State Health Standards for potable water. 1. Contact the Engineer and/or Owner to arrange for samples to be taken for microbiological analysis. 2. Microbiological analysis must indicate that the water is free of coliform organisms before the facility can be put into service. 3. It will not be necessary to flush the reservoir or tank after the chlorine solution is applied by spraying or brushing providing a passing microbiological test is achieved. C. When water samples fail to meet State Health Standards for potable water, perform corrective measures until water quality conforms to State Health Standards. D. Any superch lorinated water shall be discharged through an approved connection to the public sanitary sewer system or shall be dechlorinated to limits acceptable by the Washington State Department of Ecology for discharge into the existing storm drainage system. If superch lorinated water is to be discharged into the public sanitary sewer system, notify the sewage treatment plant notifying the planned time, location, and quantity of discharge. No superch lorinated water shall be discharged into the storm drainage system or natural drainage way prior to approved dechlorination treatment. 16-1840.224 Disinfection of Water Utility Storage Tanks Kennydale Reservoir 33 13 13 - 3 END OF SECTION 16-1840.224 Disinfection of Water Utility Storage Tanks Kennydale Reservoir 33 13 13 - 4 SECTION 33 16 13 STEEL ABOVEGROUND WATER UTILITY STORAGE TANKS PART 1 GENERAL 1.1 DESCRIPTION OF WORK This Section defines the work required for design, fabrication, and erection of the 1,290,000 gallon ground supported welded steel reservoir. Hatches, ladders, piping, and other appurtenances and accessories for the reservoir, earthwork, foundation construction, electrical, mechanical and yard piping, landscaping and provisions for other related project work is covered elsewhere in the specifications. 1.2 QUALIFICATION OF TANK CONTRACTOR The Contractor's attention is directed to the Instructions to Bidders and Supplemental Bidder Responsibility Criteria Form of these Specifications for required supplemental information and instructions for submitting the Supplemental Bidder Responsibility Criteria during bidding in order to demonstrate qualifications to perform Reservoir construction work for this Project. IMM01x111011 A. General The ground supported steel reservoir and all appurtenances shall be designed in accordance with the latest edition of the American Water Works Association (AWWA) Standard for Welded Steel Tanks for Water Storage, ANSI/AWWA D100-11 except as herein modified by these specifications. The basis for design of this welded steel reservoir shall be in accordance with AWWA D100-11 Sec. 3. The reservoir shall be a ground supported welded steel reservoir with a self-supporting dome roof as shown on the drawings. B. Design Loads 1. Seismic Loads The ground supported steel reservoir and all related components shall be designed and constructed to resist all seismic forces under both full and empty conditions. Using the per AWWA D100-11 Sec. 3 for Seismic Site Class D, the seismic design factors shall be applied as noted in Sheet S-1 of the Drawings. The tank manufacturer's Design Engineer shall also utilize site specific response spectra prepared for this project by HWA GeoSciences to replace the seismic 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 1 coefficient in accordance with AWWA D100- 11 Sec. 13.2.8. The final tank design shall be based upon the most conservative value of the site specific response spectra or the seismic coefficient. 2. Wind Loads The reservoir shall be designed to resist wind loading under both full and empty conditions. The design method shall be in accordance with the 2015 IBC as amended by the State of Washington or AWWA D100-11 with the following factors applied: Wind Speed = 90mph (AWWA) or 115 mph (IBC); Exposure C; Importance Factor, Iw = 1.15 (AWWA) or N/A (IBC). Minimum wind load shall not be less than 18 pounds per square feet in accordance with AWWA D100. 3. Snow Loads Snow loads are per King County Minimums. For the site the uniform ground snow load is 15 pounds per square feet. The design snow load, for the reservoir roof is 25 pound per square feet based on design minimums. C. Codes and Standards In addition to compliance with the provisions of ANSI/AWWA D100-11, the reservoir and all associated accessories and appurtenances shall be designed and constructed in accordance with all applicable local requirements including the following Codes, Standards: 1. Washington State Building Code. 2. Washington Occupational Safety and Health Code. 3. Washington State Department of Health requirements for Water System Design. D. Physical Requirements The reservoir shape shall be a ground supported welded steel reservoir with a self supporting dome roof as shown on the plans, with the following dimensional criteria: 1. Capacity 2. Normal High Water Level (NHWL) 3. Overflow Elevation 4. Wall Height 1,289,000 gallons (below Overflow Elevation level) 87 Feet (above floor at wall) 87.97 Feet (above floor at wall) 92.97 Feet 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 2 5. Floor Slope 6. Domed Roof Radius 7. Tank Diameter 2.0% (high point at tank center) 60 Feet 50 Feet Details of design and construction shall be such as to allow access to all surfaces for maintenance, cleaning and coating and to eliminate all moisture pockets. All welds shall be "seal" welds. There shall be no open crevices caused by overlap of steel plate on a supporting member. E. Reservoir Design by Supplier It is anticipated that the reservoir supplier will bid based on the details and requirements provided in the construction documents. The supplied tank shall conform to the details shown and described unless ENGINEER approvals are made otherwise during the shop drawing review process. F. Acceptable Tank Contractors The Tank Contractor (Reservoir Supplier and Erector) shall meet the Supplemental Bidder Responsibility Criteria listed in the Reservoir Contractor Supplemental Bidder Criteria Form of these Specifications. The Tank Contractor shall be a supplier normally involved in the design and manufacture of the type of reservoir structure specified. G. Submittal Requirements Where revisions to the design represented in the construction documents are approved by the ENGINEER, the reservoir supplier shall provide any and all design drawings required by the ENGINEER to clearly delineate all proposed details of construction. These shall include as a minimum but not be limited to plan, section and elevation views for the basic structure and shall include detail drawings for all proposed revised accessories and attachments. Detailed structural design calculations shall also be provided, signed by a Washington licensed Structural Engineer. In addition, shop drawings shall be provided which illustrate the steel plate sizes and layout, and which distinguish all sizes and types of both shop and field welds. All components, which will be shop fabricated, shall be clearly identified. Shop drawings shall also be provided for all proposed accessories. The Contractor shall provide a letter from the Reservoir Supplier who certifies conformance of the (ENGINEER approved) design and any changes and/or supplier designed additions with requirements of these specifications (unless otherwise approved) and all applicable codes and standards of the State of Washington. That letter shall include a summary of design data, which identifies live and dead design 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 3 base loads for wind, snow and seismic loading. The calculated lateral force coefficient shall also be identified. If any Contractor initiated changes and/or additions are made to the original design, that letter, and the above described design drawings and structural calculations, shall have affixed thereto the current and valid Structural Engineer's seal of an Engineer licensed to practice in the State of Washington. The ENGINEER reserves the rights to review and reject with proper cause all or portions of the submittal. PART 2 MATERIALS 2.1 TANK AND ACCESSORIES Tank and accessories shall be welded steel unless otherwise noted and approved in accordance with ANSI/AWWA D100-11. All tank steel shall be of sand blast quality and shall be free of surface pitting. Mill test certificates shall be provided for all steel components. A Certificate of Compliance shall be provided with each lot of steel delivered to the project site, which certifies that all steel included in the delivery meets all requirements of the Specifications. Each certificate shall include the delivery date and shall clearly identify the material for which it applies, and the Contractor's representative responsible for checking the material. All materials proposed to be used may be required by the ENGINEER to be sampled and tested at any time. Any materials found to be in nonconformance with the Specifications will be rejected. The form of the Certificate of Compliance shall be as approved by the ENGINEER. Mill test certificates for corresponding steel components shall be attached to each Certification of Compliance. 2.2 STRUCTURAL TANK ACCESSORIES The completed tank shall include all accessories shown on the drawings and described herein. All accessories shall be designed and constructed in accordance with all applicable Federal, State and local codes and standards. A. Seismic Anchors — Provide seismic anchorage of reservoir. Connections between the mat slab foundation and the shell of the tank shall be made radially every 2 feet 11 inches. Anchorage design shall be as shown on the Drawings. See provision of other section of these specifications related to seismic anchors B. Identification Plate — A tank identification plate shall be mounted near the north tank bottom access hatch. The identification plate shall be corrosion resistant and contain the following information: • Tank Contractor • Tank Contractor's project or file number • Tank capacity 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 4 PART 3 3.1 GENERAL Height to High Water Level Date erected 0:1401116101 All workmanship required for the fabrication and erection of the steel tank structure and all accessories shall be of the highest quality. All work shall conform to the standards set forth in AWWA D100-11 except as modified herein. The steel tank structure and all integral accessories and components shall be the end product of one manufacturer. The structure shall be constructed to true, plumb and concentric lines and dimensions. 3.2 STANDARDS All construction shall be in full conformance with all applicable Federal, State, and Local codes, standards and specifications including those set forth by the American Water Works Association (AWWA), International Building Code (IBC), American Welding Society (AWS), the American Institute of Steel Construction (AISC), American Society of Testing Materials, (ASTM) and the Occupational Safety and Health Administration (OSHA). 3.3 FABRICATION AND ERECTION A. Reservoir Foundation — A concrete foundation shall be constructed beneath the reservoir in accordance the provisions stated elsewhere in these specifications. B. Perimeter Seal — A continuous perimeter seal of 1-inch thick nonshrink grout shall be provided between the top of the concrete foundation and the underside of the reservoir in accordance with Section 12.6.1 of AWWA D100-11. C. Plate Forming — All single radius plates shall be cold rolled to the appropriate design diameter resulting in a continuous smooth radius. Double curved plates shall be press formed. Mortar and pestle dishing will not be allowed. Field hammering or any other method of plate adjustment which may cause marring or unsightly deformation will not be allowed. Any plates which do not meet the tolerance requirements set forth in AWWA D100-11 and as further described herein shall be rejected and replaced. D. Welding —All welds shall be "seal" welds. All circumferential and longitudinal steel plate shell welds shall be full penetration butt welds except as described as follows. Circumferential lap welds will be allowed only on the roof portion of the tank. Any overlap of plates shall be seal welded to prevent moisture pockets. All exposed sharp edges, burrs and corners shall be ground smooth. All weld splatter shall be removed by grinding. Any and all welds not uniform and continuous shall be ground smooth. 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 5 E. Matching Plates — In addition to the requirements of the AWWA D100-11 Sec. 10.7, deviations at welded joints shall not exceed 1/8 of an inch from the true curve shape. The Contractor shall provide any and all field jigs as may be required for checking joint tolerances. Any plates or sections of plates not meeting these requirements shall be rejected and replaced. F. Inspection and Testing — Inspection of shop forming, surface preparation and welding procedures may be conducted by the ENGINEER or the ENGINEER's agent. The Contractor shall provide the ENGINEER with a schedule identifying all planned shop fabrication activities. The quality of welded joints shall be determined by the radiograph method as specified in AWWA D100- 11 Sec. 11. The Contractor shall provide all necessary radiographic testing equipment and shall perform any and all tests as may be required by the ENGINEER. All radiographic films shall become the property of the OWNER. Initial field-testing will be conducted immediately following the beginning of field welding operations and inspection of radiographs will be made to establish the acceptable quality of work. The Contractor shall provide and submit a written report as per the requirements of AWWA D100-11 Sec. 11.2 Radiographic methods shall be used for testing of all welds where possible. The Contractor shall notify the ENGINEER 24 hours in advance of any scaffolding relocation and shall provide ample opportunity for any and all testing and inspections as may be required by the ENGINEER. Following completion of tank erection, and prior to tank coating, the reservoir shall be leakage tested in accordance with the requirements of AWWA D100-11 Sec. 11.10. The OWNER shall provide water for initial testing of the reservoir. Water as may be required for subsequent tests shall be purchased by the Contractor. Disposal of water shall be through the overflow and drain piping system constructed as part of this project. G. Painting and Disinfection — Painting and disinfection shall be accomplished in accordance with requirements included elsewhere in these specifications. H. Post Fabrication & Erection Cut -Outs — Special cut-outs within a fabricated steel panel for the temporary purpose of moving equipment into, out of, or off of the steel tank structure will not be allowed. Any requirements shall be accommodated by either postponing installation of a particular panel or by cutting out and rewelding an entire fabricated steel panel section at pattern layout seams. The intent of this specification is to preserve the aesthetic appearance of symmetrical and uniform fabricated panel layouts and weld seams. It is not the intent of this specification to restrict the Contractor's use of external crane equipment for purposes of removing or installing equipment from or into the structure. 3.4 SUBMITTALS The Contractor shall submit information provided by the Reservoir Contractor as identified 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 6 below. The submittal shall be presented in the form of a bound portfolio. All items shall be included in this single submittal package of which six copies shall be provided. A. Letter Certifying Design Compliance for all elements (approved by the ENGINEER) varying from the details included in the construction documents and/or not included in the construction document. B. Design drawings for varying details and/or details not included in the construction documents — Plan, sections, elevations and details, including all accessories shall be stamped by a Washington State licensed Structural Engineer unless otherwise approved. Supporting calculations stamped by a Washington State licensed Structural Engineer are also required. C. Shop Drawings — Include plate layout and steel thicknesses for basic structure indicating which sections are to be shop fabricated and which are to be field fabricated. Shop drawings shall include: weld locations, types and sizes, fabrication details of all required components and accessories, support details for all pipes and conduits, and any other information as may be required by the ENGINEER. D. Joint Tolerance Jigs — As per Paragraph 3.3 "Fabrication and Erection", Subparagraph E "Matching Plates" -- provide shop drawings. E. Radiographic Weld Testing Equipment — Submit manufacturer and model of equipment proposed to be used for testing of weld joints; include detailed outline description of equipment operation and testing evaluation methods. END OF SECTION 16-1840.224 Steel Aboveground Water Utility Storage Tanks Kennydale Reservoir 33 16 13- 7 This page intentionally left blank. SECTION 33 16 13.13 STEEL ABOVEGROUND WATER UTILITY STORAGE TANK ACCESSORIES PART1 GENERAL 1.1 DESCRIPTION OF WORK This Section defines the work required for design, fabrication, and construction of steel reservoir hatches, ladders, piping, and other appurtenances and accessories associated with the 1,289,000 gallon (1.29 MG) ground supported welded steel reservoir. Construction of the reservoir, earthwork, foundation construction, electrical, mechanical and yard piping, landscaping, structural elements, and provisions for other related project work is covered elsewhere in the specifications. 1.2 DESIGN A. General The ground supported steel reservoir accessories shall be designed in accordance with the latest edition of the American Water Works Association (AWWA) Standard for Welded Steel Tanks for Water Storage, ANSI/AWWA D100- 11 except as herein modified by these specifications. Details of design and construction shall be such as to allow access to all surfaces for maintenance, cleaning and coating and to eliminate all moisture pockets. All welds shall be "seal" welds. There shall be no open crevices caused by overlap of steel plate on a supporting member. B. Design by Supplier It is anticipated that the reservoir supplier will bid based on the details and requirements provided in the construction documents. The supplied accessories shall conform to the details shown and described unless ENGINEER approvals are made otherwise during the shop drawing review process. C. Submittal Requirements Where revisions to the design represented in the construction documents are approved by the ENGINEER, the reservoir supplier shall provide any and all design drawings required by the ENGINEER to clearly delineate all proposed details of construction. These shall include as a minimum but not be limited to plan, section, elevation views, and detail drawings for all proposed revised accessories and attachments. Detailed structural design calculations shall also be provided. 16-1840.224 Kennydale Reservoir Steel Aboveground Water Utility Storage Tank Accessories 33 16 13.13 - 1 In addition, shop drawings shall be provided which illustrate the proposed steel sizes and layout, and which distinguish all sizes and types of both shop and field welds. All components, which will be shop fabricated, shall be clearly identified. Shop drawings shall also be provided for all proposed accessories. The Contractor shall provide a letter from the reservoir supplier who certifies conformance of the (ENGINEER approved) design changes and supplier designed additions with requirements of these specifications (unless otherwise approved) and all applicable codes and standards of the State of Washington. That letter shall include a summary of design data, which identifies live and dead design base loads for wind, snow and seismic loading. The calculated lateral force coefficient shall also be identified. That letter, and the above described design drawings and structural calculations, shall have affixed thereto the current and valid Professional Engineer's seal of an Engineer licensed to practice in the State of Washington. The ENGINEER reserves the rights to review and reject with proper cause all or portions of the submittal. PART 2 MATERIALS 2.1 TANK AND ACCESSORIES Tank and accessories shall be welded steel unless otherwise noted and approved in accordance with ANSI/AWWA D100-11. All tank steel shall be of sand blast quality and shall be free of surface pitting. Mill test certificates shall be provided for all steel components. A Certificate of Compliance shall be provided with each lot of steel delivered to the project site, which certifies that all steel included in the delivery meets all requirements of the Specifications. Each certificate shall include the delivery date and shall clearly identify the material for which it applies, and the Contractor's representative responsible for checking the material. All materials proposed to be used may be required by the ENGINEER to be sampled and tested at any time. Any materials found to be in nonconformance with the Specifications will be rejected. The form of the Certificate of Compliance shall be as approved by the ENGINEER. Mill test certificates for corresponding steel components shall be attached to each Certification of Compliance. 2.2 TANK ACCESSORIES The completed tank shall include all accessories shown on the drawings and described herein. All accessories shall be designed and constructed in accordance with all applicable Federal, State and local codes and standards. A. Ladders— Fixed internal ladder and external spiral staircase shall be included, providing access from the ground level along the tank shell to the landing platform on the roof, and from the access hatch at the roof edge inside the tank to the elevation and 16-1840.224 Kennydale Reservoir Steel Aboveground Water Utility Storage Tank Accessories 33 16 13.13 - 2 locations as shown on the drawings. The interior ladder shall be FRP with NSF approval and all other ladders shall be of steel fabrication as shown on the drawings. Interior ladders shall include a fall prevention system as per Section 11 81 29 of the specifications. Ladders may be constructed in section lengths as determined by the Contractor. See Section 05 50 00, Metal Fabrications, for additional requirements. B. Tank Bottom Access Hatches — Two 36-inch diameter hinged access hatches shall be provided through the tank shell to the tank bottom. Hatches shall be of watertight design and construction, and shall be oriented as shown on the plans. Hatches shall be operable from the dry side of the tank shell. C. Roof Hatch — A 4-foot by 4-foot clear opening square aluminum hinged access hatch shall be provided on the roof landing as shown on the plans to allow access into the reservoir. The hatch shall be designed and constructed in accordance with AWWA D100-11 provisions. Hatch construction shall be of weatherproof design. A 4-inch high steel collar shall be welded to the reservoir roof from which the hatch shall be hinged. The hatch shall have sides which overlap the 4-inch collar by 2 inches and shall include handles welded both inside and out. Provide a single -leaf door with spring assist. Hinge design shall be such as to hold the hatch at approximately 90 degrees above the roof level when opened, providing easy closing and preventing damage to the tank exterior coating during opening. The access hatch opening shall have a clear opening of 48 inches by 48 inches. Hatch shall be constructed so as to operate smoothly without binding. All sharp edges and corners shall be ground to a smooth chamfer. The hatch shall be equipped with an open position locking mechanism and a padlock hasp. OWNER will provide locks. D. Roof Exhaust Manhole — A 30-inch diameter flanged steel exhaust manhole shall be provided on the tank roof as shown on the plans. The exhaust manhole shall be watertight and designed and constructed in accordance with AWWA D100- 11 provisions. A 6-inch high steel flanged collar shall be welded to the reservoir to which the manhole cover can be bolted. The manhole cover shall be equipped with two handles welded on the outside of the cover. All sharp edges and corners shall be ground to a smooth chamfer. E. Tank Vent — The reservoir shall be vented through a vent mounted on the tank roof at the center peak of the roof as shown on the plans. 1. Vent shall include integral vacuum and pressure relief in the event of frost or other clogging of the screen. 2. Vent shall include tamper -resistant hardware and means of keyed locking of the hood to the vent body. 16-1840.224 Steel Aboveground Water Utility Storage Tank Accessories Kennydale Reservoir 33 16 13.13 - 3 3. The vent shall be sized for adequate airflow at extreme tank fill/empty flow rates. Vent sizing shall be based on a minimum fill rate of 2,400 gpm and an empty flow rate of 49,600 gpm. 4. Vent shall be fitted with No. 24 stainless steel screening for insect and pest obstruction and shall be secured continuously around all edges. Screen securing system shall be such as to allow maintenance replacement of screen. 5. Vent shall include a 54-inch diameter, aluminum rainproof hood and shall be removable by means of a bolting system accessible and operable from the tank roof without the need for entry into the tank wet well. 6. Vent shall include flange isolation hardware to eliminate dissimilar metals in contact where the aluminum vent is mounted to the steel flange. 7. The maximum height of the vent shall be 323 feet above mean sea level. 8. The tank vent shall be designed by the Manufacturer and approved by the F. Hand Rails — Permanently mounted OSHA approved handrails shall be provided as shown on the plans. Heavy duty hand rails to facilitate fire department training shall also be provided as shown on the plans. See provisions of other sections of these specifications relating to handrails. G. Overflow, Drain, Outlet and Inlet Pipes —Overflow, drain, outlet and inlet pipes shall be provided as shown on the plans. Water inlet and outlet piping shall be 12 inches and 16 inches in diameter, respectively. Reservoir overflow and drain piping shall be 12 inches and 8 inches in diameter, respectively. All steel piping shall be of extra strong pipe thickness with either flanged ends as per AWWA C207- 18 or plain ends as shown on the plans. The steel overflow, drain and outlet pipes shall be shop fabricated and coated inside and out according to the provisions of this document. The steel portion of the inlet pipe shall be shop fabricated and coated inside and out according to the provisions of this document, and the HDPE portion of the inlet pipe shall be per Section 1195 00. No field welding of pipe sections will be allowed except near ends where pipe can be readily prepared, primed, coated, and inspected without remote equipment. Where field welds must be made to connect the piping to the tank, the primer and paint shall be held back a minimum of 6-inches with the hold back distances being staggered for each layer of primer/paint. Upon completion of the pipe connecting welds the unpainted sections of pipe shall be primed and painted inside and out according to the provisions of this document. All pipe supports and/or other attachments shall be fabricated and welded to pipe sections prior to interior pipe coating. Overflow piping shall be fully supported as shown on the drawings. Provisions covered elsewhere in these specifications for piping shall apply to this section. 16-1840.224 Steel Aboveground Water Utility Storage Tank Accessories Kennydale Reservoir 33 16 13.13 - 4 H. Painter's Plugs and Painter's Lugs — Painters plugs and lugs shall be provided as generally shown on the plans. Design and construction may be of Manufacturer's standard design. All painters' accessories shown are minimum requirements. The Contractor shall satisfy themselves as to the adequacy of shown accessories for specific construction operations. No representation is made as to the structural capacity of these accessories. The Contractor may propose, under the discretion of the ENGINEER, alternate accessories to facilitate specific construction operations as may be deemed necessary. Drip Eave/Overhang — Perimeter drip eave and overhang shall be provided around roof edge as shown on the plans. J. Lightning Grounding — Provide lightning grounding of steel reservoir structure as required by National Electrical Code (NEC) and City of Renton electrical permit requirements. K. Seismic Anchors — As specified elsewhere. L. Identification Plate — A tank identification plate shall be mounted near the north tank bottom access hatch. The identification plate shall be corrosion resistant and contain the following information: • Tank Contractor • Tank Contractor's project or file number • Tank capacity • Height to High Water Level • Date erected PART 3 EXECUTION 3.1 GENERAL All workmanship required for the fabrication and erection of the steel tank structure and all accessories shall be of the highest quality. All work shall conform to the standards set forth in AWWA D100-11 except as modified herein. The steel tank structure and all integral accessories and components shall be the end product of one manufacturer. The structure shall be constructed to true, plumb and concentric lines and dimensions. All construction shall be in full conformance with all applicable Federal, State, and Local codes, standards and specifications including those set forth by the American Water Works Association (AWWA), American Welding Society (AWS), the American Institute of Steel Construction (AISC), American Society for Testing and Materials International (ASTM International) and the Occupational Safety and Health Administration (OSHA). 16-1840.224 Steel Aboveground Water Utility Storage Tank Accessories Kennydale Reservoir 33 16 13.13 - 5 3.3 FABRICATION AND ERECTION A. Weld ing—AII welds shall be "seal" welds. Al circumferential and longitudinal steel plate shell welds shall be full penetration butt welds except as described as follows. Circumferential lap welds will be allowed only on the roof portion of the tank. Any overlap of plates shall be seal welded to prevent moisture pockets. All exposed sharp edges, burrs and corners shall be ground smooth. All weld splatter shall be removed by grinding. Any and all welds not uniform and continuous shall be ground smooth. B. Inspection and Testing — Inspection of shop forming, surface preparation and welding procedures may be conducted by the ENGINEER or the ENGINEER's agent. The Contractor shall provide the ENGINEER with a schedule identifying all planned shop fabrication activities. The quality of welded joints shall be determined by the radiograph method as specified in AWWA D100-(latest edition), Sec. 11. The Contractor shall provide all necessary radiographic testing equipment and shall perform any and all tests as may be required by the ENGINEER. All radiographic films shall become the property of the OWNER. Initial field-testing will be conducted immediately following the beginning of field welding operations and inspection of radiographs will be made to establish the acceptable quality of work. The Contractor shall provide and submit a written report as per the requirements of AWWA D100-(latest edition) Sec. 11.2 Radiographic methods shall be used for testing of all welds where possible. The Contractor shall notify the ENGINEER 24 hours in advance of any scaffolding relocation and shall provide ample opportunity for any and all testing and inspections as may be required by the ENGINEER. Following completion of tank erection, and prior to tank coating, the reservoir shall be leakage tested in accordance with the requirements of AWWA D100-(latest edition) Sec. 11.10. The OWNER shall provide water for initial testing of the reservoir. Water as may be required for subsequent tests shall be purchased by the Contractor. Disposal of water shall be through the overflow and drain piping system constructed as part of this project. C. Painting and Disinfection — Painting and disinfection shall be accomplished in accordance with requirements included elsewhere in these specifications. 3.4 SUBMITTALS The Contractor shall submit information provided by the tank supplier as identified below. The submittal shall be presented in the form of a bound portfolio. All items shall be included in this single submittal package of which six copies shall be provided. A. Letter Certifying Design Compliance for all elements (approved by the ENGINEER) varying from the details included in the construction documents and/or not included in the construction document. 16-1840.224 Steel Aboveground Water Utility Storage Tank Accessories Kennydale Reservoir 33 16 13.13 - 6 B. Design drawings for varying details and/or details not included in the construction documents — Plan, sections, elevations and details, including all accessories shall be stamped by a Washington State licensed professional Engineer unless otherwise approved (See Part 1 paragraph 1.2, C., of this section). Design calculations shall also be required. C. Shop Drawings — Include weld locations, types and sizes, fabrication details of all required components and accessories, support details for all pipes and conduits, and any other information as may be required by the ENGINEER. END OF SECTION 16-1840.224 Steel Aboveground Water Utility Storage Tank Accessories Kennydale Reservoir 33 16 13.13 - 7 This page intentionally left blank. SECTION 33 4120 STORM DRAINAGE FACILITIES PART1 GENERAL 1.1 SUMMARY A. This Section includes facilities for the detention and treatment of storm drainage. B. Section includes: 1. Underground storm drainage system. 2. Associated piping, fittings, risers, ladders, etc. 3. Pre -cast storm filtration treatment unit. 1.2 RELATED DOCUMENTS City of Renton Surface Water Design Manual, 2017. Washington State Department of Transportation, Standard Plans for Road, Bridge, and Municipal Construction (WSDOT Standard Plans) Washington State Department of Transportation, Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT Standard Specifications), 2018 A. In accordance with Section 0133 00, Submittal Procedures. B. Product technical data and material data; including all pipe, manholes, concrete inlets, catch basins, and couplings appurtenance information. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. The certificate shall be signed by an authorized agent of the manufacturer. D. Test and Evaluation Reports: Submit reports indicating field tests made and results obtained. E. Manufacturer's handling delivery storage and installation requirements and instructions: 1. Indicate special procedures required to install specified products. 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 1 2. Submit detailed description of procedures for connecting new storm sewer to existing storm sewer line. F. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. G. Submit Design Summary and Shop Drawings for the Underground Stormwater Detention System including, but not limited to, the following: 1. References used 2. Design assumptions 3. Material specifications 4. Design loads 5. Soil and hydraulic requirements 6. Buoyancy calculations 7. Special staging and handling requirements 8. Installation instructions and requirements 9. Shop drawings 10. Hydraulic calculations for Underground Stormwater Detention System Outlet Riser, if required, to accommodate supplier/Contractor proposed changes. 11. Warranty H. Submit Design Summary and Shop Drawings for the Precast Stormwater Filtration Treatment Unit including, but not limited to, the following: 1. Complete shop drawings of media filtration system with vault, filter cartridges and accessory equipment. Include dimensions, filter placement, pipe locations, and vault foundation 2. Design assumptions 3. Documentation of regulatory approval, design treatment capacity, and design hydraulic capacity 4. Buoyancy calculations 5. Operations and Maintenance Manual 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 2 6. Training materials 7. Warranty 1.4 QUALITY ASSURANCE Unless otherwise noted, all water works materials provided for the project shall be new, of first class quality and shall be made by reputable manufacturers. All material of a like kind shall be provided from a single manufacturer unless otherwise approved by the OWNER. All material shall be carefully handled and installed in good working order free from defect in manufacture, storage and handling. Where an item is to be used but does not have its quality specified herein, it shall be equal to that specified in the appropriate WSDOT Standard Specifications. PART 2 MATERIALS awe] ►1Ila te]: olle] I I B&II 0] 10 OVA 1VAr-11%Ia i91aIa011[47►[T6111a1 A. The Underground Stormwater Detention System shall meet the following requirements: 1. Shall be constructed of a. Aluminized Type 2 Corrugated Metal Pipe (CMP) in accordance with AASHTO M196 or ASTM A745 2. Storm detention systems that utilizes a liner and or woven geotextile wrapped system shall not be accepted. 3. All joints shall be gasketed and soil tight. 4. Capable of accommodating soil loading with HS-20 vehicle loading. 5. Shall have a minimum total storage of 23,000 gallons and a storage height of 8- feet. 6. System shall provide an infiltration at a rate of 2-inches/hour. 7. Capable of fitting within footprint shown on Contract Drawings 8. Shall fit within the hydraulic profile B. Acceptable Manufacturers 1. Contech Stormwater Solutions Inc. 2. Approved equal 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 3 C. Outlet riser 1. As shown on Drawings. 2. Orifices shown on the outlet riser detail were sized and located using the Western Washington Hydrology Model, version 3, as provided by the Washington State Department of Ecology. This model assumes a cylindrical tank. Other tank shapes are acceptable, however, CONTRACTOR must adjust orifice quantity, sizing and elevation for alternate tank shape to meet the Engineer's requirements. Maximum water surface levels for the 100-year storm shall not be higher in the CONTRACTOR designed facility than those shown on the Drawings. A. INTERNAL COMPONENTS 1. All internal components including manifold piping, filter cartridge(s), filter media (per the Drawings), baffles, weir walls and flow kit shall be provided by the product manufacturer. 2. Filter cartridges shall be media -filled, passive, siphon actuated, radial flow, and self- cleaning. 3. Filter media contract time shall be a minimum of 37 seconds. B. PRECAST CONCRETE VAULT AND ACCESSORIES 1. Precast concrete vault and accessories shall be per the plans. C. DESIGN CAPACITIES 1. Flow Rate: a. Design Water Quality (Treatment) Flow Rate: 0.027 cfs. b. Design Peak Flow Rate: 0.15 cfs. D. ACCEPTABLE MANUFACTURERS 1. Media filter stormwater treatment system shall be of a type that has been installed and in use successfully for a minimum of five (5) or more years. Provide a system with the Washington General Use Level Designation (GULD) certification. a. The Storm Filter Media Cartridge Filtration system by Contech Stormwater Solutions Inc. b. Approved equal. 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 4 PART 3 EXECUTION 3.1 CONSTRUCTION AND INSTALLATION A. A. All construction and installation procedures to conform to above referenced standards and other related sections herein. 3.2 UNDERGROUND STORM WATER DETENTION FACILITY A. CONTRACTOR, at a minimum shall handle and construct detention facility in accordance with manufacturer's installation guide. B. Care shall be taken in handling and transporting to avoid damaging pipes and their coatings. Loading and unloading shall be accomplished with the culvert sections under control at all times and under no circumstances shall the culvert sections be dropped. C. All pipe sections and jointing materials and gaskets shall be carefully examined for defects and no piece shall be laid that is known to be defective. Any defective piece installed shall be removed and replaced with a new pipe section in a manner satisfactory to the OWNER at the Contractor's expense. Defective material shall be marked and removed from the job site before the end of the day. D. The structure shall be assembled in accordance with the shop drawings and layout provided by the manufacturer. Bolts shall be tightened to an applied torque recommended by the manufacturer. All gasketed joints shall be watertight. E. The Contractor shall provide proper bedding and backfill to avoid distortion that may create undesirable stresses in the structure or settlement of the roadway, or both. The bedding shall be free of rock formations, protrusions, frozen material, and organic material. Support base shall be inspected prior to placement of the pipe sections. F. The structure shall be backfilled using gravel borrow according to the Contract Drawings and the manufacturer's requirements. G. Backfill materials shall be placed in symmetrical lifts on each side of the structure. The differential between the lifts on either side shall not exceed 24 inches at anytime. Each layer of soil shall be placed in 6 to 8 inches loose thickness and compacted to a minimum of 90% density per AASHTO T-99. H. Backfill soils shall be free of rocks exceeding 4-inches in diameter, frozen matter, ice, organic matter, and foreign materials. If the native material has a high percentage of silt or fine sand, well -graded granular material must be used in the critical backfill zone or non -woven geotextile must be used to prevent soil migration. 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 5 J. During backfilling operations, only small tracked construction equipment shall be near the structure as fill progresses above the crown and to the minimum height of cover. Cover over the structure shall be determined by measuring from the crown of the structure to the bottom of flexible pavement or to the top of rigid pavement. After adequate cover and compaction is achieved, live loads may increase at the discretion of the Engineer. 3.3 PRECAST STORMWATER FILTRATION TREATMENT UNITS A. Precast Concrete Vault 1. Set precast vault on crushed rock base material that has been placed in maximum 6-inch lifts, loose thickness, and compacted to the maximum dry density specified in the geotechnical report. 2. Inlet and outlet pipes shall be stubbed in and connected to precast concrete vault according to the Drawings. B. Activation 1. Activation of the stormwater filtration unit shall be performed or observed by a representative of the manufacturer and shall confirm the system is properly installed and plumbed. 2. Activation of the stormwater filtration unit shall occur after the site is stabilized. 3. Activation includes verifying the vault performs as designed with flows through it with either temporary or final filter cartridges. C. Clean Up and final commissioning 1. Remove all excess materials, rocks, roots, or foreign material, leaving the site in a clean, complete condition approved by the engineer. All filter components shall be free of any foreign materials including concrete and excess sealant. 2. Within fourteen days prior to Final Completion remove any installed filters and cartridges. Pressure wash the stormwater treatment unit. Collect and store wash water for treatment prior to discharge or for hauling to offsite disposal at a permitted facility. Contractor is responsible for disposal of water in a permitted manner. Install new filters and cartridges. The manufacturer's representative shall observe the cleaning and commissioning to confirm proper installation and performance, and that the system is undamaged. Additional cleaning or repairs required for proper operation of the unit shall be performed by the Contractor at no additional cost to the Owner. Provide a copy of the manufacture representative's observation report and recommendations to the Owner within 24 hours of the final cleaning. 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 6 D. Filter Cartridges 1. Filter cartridges shall be delivered with the vault. Protect the cartridges from sediment and other debris during construction. Methods for protecting the cartridges include but are not limited to: a. Remove cartridges from the vault and store appropriately. Cartridges shall be reinstalled to operate per manufactures requirements. b. Leave cartridges in the vault and plug inlet and outlet pipe to prevent stormwater from entering the vault. c. At Contractor's option and expense, temporary cartridges may installed and used during construction as part of the temporary erosion and sedimentation control system to treat construction runoff. Temporary cartridges will be replaced with new specified cartridges as part of the system activation or commissioning, after site stabilization and prior to final completion (see B following, and 3.04 - Clean Up and Final Commissioning, preceding). d. The method of protection is at Contractor's discretion and risk. 2. Specified filter cartridges shall not be placed in operation until the vault is clean and the project site is clean and stabilized (construction erosion control measures no longer required). The project site includes any surface that contributes storm drainage to the filter. All impermeable surfaces shall be clean and free of dirt and debris. All catch basins, manholes and pipes shall be free of dirt and sediments. Filter cartridges installed prior to this are at the Contractor's discretion and expense, and shall be replaced. 3. Install filter cartridges per the manufacturer's recommendations. END OF SECTION 16-1840.224 Storm Drainage Facilities Kennydale Reservoir 33 41 20 - 7 This page intentionally left blank. DIVISION 40 PROCESS INTEGRATION Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 40 05 13 COMMON WORK RESULTS FOR PROCESS PIPING PART1 GENERAL 1.1 SUMMARY A. This Section applies to the furnishing and installation of piping inside a building, structure, enclosure piping and miscellaneous yard piping. 1.2 RELATED SECTIONS A. Section 05 50 00, Metal Fabrications. B. Section 09 90 00, Painting and Coating. C. Section 33 1110, Water Utility Distribution Piping. D. Section 33 05 17, Precast Concrete Valve Vaults and Meter Boxes. E. Section 40 05 23, Common Work Results for Process Valves. 1.3 REFERENCE STANDARDS A. American Society of Mechanical Engineers: 1. ASME B1.20.1 Pipe Threads, General Purpose (inch) 2. ASME A13.1 - Scheme for the Identification of Piping Systems. 3. ASME B16.5 Pipe Flanges and Flanged Fittings, Steel Nickel Alloy and other Special Alloys 4. ASME B16.15 - Cast Copper Alloy Threaded Fittings: Classes 125 and 250. 5. ASME B31.3 - Process Piping. 6. ASME B31.9 - Building Services Piping. B. ASTM International: 1. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 2. ASTM A307 - Specification for Carbon Steel Bolts and Studs, 6,000 psi Tensile. 3. ASTM A325 - Specification for High -Strength Bolts for Structural Steel Joints. 4. ASTM B43 - Standard Specification for Seamless Red Brass Pipe, Standard Sizes. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 1 5. ASTM B88 - Standard Specification for Seamless Copper Water Tube. 6. ASTM B584 - Standard Specification for Copper Alloy Sand Castings for General Applications. 7. ASTM D792 - Test Methods for Specific Gravity and Density of Plastics by Displacement. 8. ASTM D1248 - Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. 9. ASTM D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 10. ASTM D1785 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120. 11. ASTM D2000 - Classification System for Rubber Products in Automotive Applications. 12. ASTM D2466 - Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40. 13. ASTM D2855 - Standard Practice for Making Solvent -Cemented Joints with Poly(Vinyl Chloride) (PVC) Pipe and Fittings. 14. ASTM D3139 - Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals. C. American Water Works Association: 1. AWWA C200 - Steel Water Pipe - 6 In. (150 mm) and Larger. 2. AWWA C207 - Steel Pipe Flanges for Water Works Service, Sizes 4 in through 144 in. 3. AWWA C219 - Bolted, Sleeve -Type Couplings for Plain -End Pipe. 4. AWWA C509 - Resilient -Seated Gate Valves for Water Supply Service. 5. AWWA C510 -Double Check Valve Backflow Prevention Assembly. 6. AWWA C511 - Reduced -Pressure Principle Backflow Prevention Assembly. 7. AWWA C606 - Grooved and Shouldered Joints. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 2 8. AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. Through 12 In. (100 mm Through 300 mm), for Water Transmission and Distribution. D. American Welding Society: 1. AWS D1.1 - Structural Welding Code. E. Manufacturers Standardization Society of the Valve and Fittings Industry: 1. MSS SP-58 - Pipe Hangers and Supports - Materials, Design, Manufacture, Selection, Application, and Installation. F. NSF International: 1. NSF 61- Drinking Water System Components - Health Effects. 2. NSF 372 -Drinking Water System Components -Lead Content. 1.4 COORDINATION A. Coordinate installation of specified items with installation of valves and equipment. A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Product Data: 1. Submit manufacturer catalog information for each product specified. C. Shop Drawings: 1. Identification: a. Submit list of wording, symbols, letter size, and color coding for pipe identification. b. Comply with ASME A13.1. 2. Provide all necessary dimensions and details on pipe joints, restraints, fittings, fitting specials, valves, appurtenances, design calculations, and material lists. 3. Provide detailed layout, spool, or fabrication drawings which show all pipe spools, spacers, adapters, connectors, fittings, couplings, and pipe supports necessary to accommodate the equipment and valves provided in a complete and functional system. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 3 D. Manufacturer's Statement: Certifying pipe fabrication and products meet or exceed specified requirements. E. Welder Certificates: Certify welders and welding procedures employed on Work, verifying AWS and ASME qualification within previous 12 months. F. Manufacturer Instructions: Submit special procedures and setting dimensions. G. Source Quality -Control Submittals: Indicate results of shop tests and inspections. H. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of piping appurtenances. B. Identify and describe unexpected variations to pipe routing or discovery of uncharted utilities. 1.7 QUALITY ASSURANCE A. Drawings: 1. Piping layouts shown in the Drawings are intended to define the general layout, configuration, routing, method of support, pipe size, and pipe type. The mechanical drawings are not pipe construction or fabrication drawings. It is the Contractor's responsibility to develop the details necessary to construct all mechanical piping systems, to accommodate the specific equipment provided, and to provide and install all spools, spacers, adapters, connectors, etc., for a complete and functional system. B. Inspection: 1. All pipe shall be subject to inspection at the place of manufacture. 2. During the manufacture of the pipe, the Engineer shall be given access to all areas where manufacturing is in progress and shall be permitted to make all inspections necessary to confirm compliance with the Specifications. C. Welding: 1. All welding procedures used to fabricate pipe shall be prequalified under the provisions of ANSI/AWS D1.1. 2. Welding procedures shall be required for, but not necessarily limited to, longitudinal and girth or spiral welds for pipe cylinders, spigot and bell ring 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 4 attachments, reinforcing plates and ring flange welds, and plates for lug connections. D. Welders: 1. Skilled welders, welding operators, and tackers who have had adequate experience in the methods and materials to be used shall do all welding. 2. Welders shall be qualified under the provisions of ANSI/AWS D1.1 by an independent local approved testing agency prior to commencing work on the pipeline. 3. Machines and electrodes similar to those used in the Work shall be used in qualification tests. 4. The Contractor shall furnish all material and bear the expense of qualifying welders. E. Tests: Except where otherwise specified, all materials used in the manufacture of the pipe shall be tested in accordance with the applicable Specifications and Standards. Welds shall be tested as specified. The Contractor shall perform all tests at no additional cost to the Owner. 1.8 MATERIAL DELIVERY, STORAGE AND INSPECTION A. Inspection: 1. Accept materials on Site in manufacturer's original packaging and inspect for damage. 2. All piping materials, fittings, valves, and accessories shall be delivered in a clean and undamaged condition. B. Storage: 1. Store materials according to manufacturer instructions. 2. Store materials off the ground, to provide protection against oxidation caused by ground contact C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Furnish temporary end caps and closures on piping and fittings and maintain in place until installation. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 5 3. Provide additional protection according to manufacturer instructions. D. All defective or damaged materials shall be replaced with new materials. 1.9 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. PART 2 PRODUCTS 2.1 GENERAL A. All materials in contact with potable water shall conform to ANSI/NSF Standard 61 and meet the "lead free" requirements of the Safe Drinking Water Act amendment, effective January 4, 2014, as per the lead content evaluation procedures outlined in NSF/ANSI Standard 372.1. 1. All fittings shall either be cast or permanently stamped with markings identifying the item as complying with NSF 61 per the requirements of NSF 372 for "lead free". 2. All brass in contact with potable water shall comply with ASTM 13584. B. Unless specified otherwise or indicated differently in the Drawings, all piping systems and process piping materials shall be as listed in the table below or as shown on the Drawings: Service Material Drainage/Sanitary Sewer See Drawings Exposed >_ 4" Class 52 Ductile Iron or Heavy Wall Welded Steel Buried >_ 4" Class 52 Ductile Iron Submerged/Buried < 4" Stainless Steel - Type 316 Schedule 40 Threaded - ASTM A 312 Fittings Welded or Threaded Exposed < 4" Brass - ASTM B 43, Fittings - Bronze - ASTM B 62 Threaded - ANSI/ASME B 16.15 Buried < 4" Copper Tubing - ASTM B88 Type K Soft / Fittings - Wrought Copper - ANSI B16.22, Joints -Soldered Miscellaneous Pipelines As shown in the Drawings 2.2 DUCTILE IRON PIPE AND FITTINGS A. See Section 7-09 of the Special Provisions. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 6 2.3 STEEL PIPE AND FITTINGS A. General Service Piping: 1. ASTM A53, seamless, Grade B. 2. Schedule: 40, unless indicated otherwise on Drawings. B. Water Piping, 6 Inches and Larger: Schedule: 40, unless indicated otherwise on Drawings. 2.4 COPPER PIPE AND FITTINGS A. Description: 1. Seamless; ASTM B88. 2. Type: a. Type L, hard drawn. b. For pipe under floor slabs, underground or cast in concrete: Type K, annealed, seamless. B. Joints: 1. Compression. 2. Manufacturer: Mueller Model 110 or approved equal C. Dissimilar Metals: See Dielectric Unions specified herein. 2.5 BRASS PIPE AND FITTINGS A. Pipe: ASTM B43, chrome plated. B. Fittings: 1. ASTM B584, brass. 2. ASTM B16.15. C. Joints: 1. Mechanical compression. 2. Threaded: Tapered and smooth threads, ASME 131.20.1 and ASTM B43. D. Dissimilar Metals: See Dielectric Unions specified herein. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 7 2.6 POLYVINYL CHLORIDE (PVC) WATER PIPE AND FITTINGS A. PVC Pipe and Fittings: 1. 4-inch diameter and smaller: a. Pipe: ASTM D1785, Schedule 40. b. Fittings: ASTM D2466, Schedule 40. c. Joints: Socket, solvent -welded, ASTM D2855. d. Materials: ASTM D1784, minimum cell classification 12545-C. 2. 6-inch diameter and larger: Not Used 2.7 FLEXIBLE TUBING A. Polyethylene thermoplastic tubing: 1. Standard weight, conforming to ASTM D1248 Type 1, Class A, Category 4, Grade E5. W:=eL1 AIT1►1C5AN94 ��Il�_\►1�7����1►[eI� A. Pipe: Seamless, or electric resistance welded, ASTM A53, Schedule 40. B. Joints: Threaded. C. Fittings: 1. Threaded, 150 lb. malleable iron, galvanized, ASTM A197 or ASTM A47, dimensions conforming to ANSI B16.3. 2. Unions, 300 lb. malleable iron, galvanized with dimensions conforming to ANSI B16.3, brass to iron seat. 3. Thread lubricant shall be Teflon tape or joint compound that is insoluble in water. D. Buried Service: 1. Galvanized pipes shall be spirally wrapped with polyvinyl chloride or polyethylene pressure sensitive tape, applied with a suitable primer. 2. The wrap shall have a nominal thickness of 20 mils, consisting of either one layer of 20-mil tape or two separate layers of 10-mil tape. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 8 3. Before the primer and wrap is applied, the piping shall be thoroughly cleaned so that all surfaces shall be dry and free of dirt, dust, rust, oil scale, oil, grease, or other foreign matter. 4. Any solvents used shall be totally volatile so as to leave no trace of oil. 5. Weld spatters, burrs, or sharp points and edges shall be removed by chiseling, ball peening or filling. 6. After thorough cleaning, the piping shall be coated with a primer applied in accordance with the tape manufacturer's recommendations. Spiral wrappings shall be applied with an overlap of at least 1-inch. 2.9 STAINLESS STEEL TUBING AND FITTINGS A. Type 316 stainless steel, unless otherwise specified or shown in the Plans. B. Meet the material standards set forth in ASTM A269. C. Fittings: ASTM A276 and ASTM A182. 1. Threaded fittings: National pipe thread meeting the requirements of ASME 131.20.1. 2. Compression fittings: Two -ferrule, mechanical grip design. D. Unions: Provide to facilitate installation and maintenance of tubing. E. Manufacturer: 1. Swagelock, or approved equal. 2.10 STAINLESS STEEL PIPE AND FITTINGS /I • 1. Size: 4 inches and smaller, schedule 80, type 304, unless otherwise specified. 2. Conforming to ASME B36.19 dimensions. 3. Conforming to ASTM A312 material requirements. B. Fittings: Conform to ASME B16.11 dimensions and ASTM A182 material requirements. C. Threads: Conform to ASME B1.20.1. D. Socket welds: Conform to ASME B16.11. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 4005 13 - 9 2.11 FLEXIBLE COUPLINGS A. See Section 33 1110 Water Utility Distribution Piping 2.12 RESTRAINED FLANGE ADAPTERS FOR DUCTILE IRON PIPE A. See Section 33 1110 Water Utility Distribution Piping 2.13 FLANGED INSULATING JOINTS A. See Section 33 1110 Water Utility Distribution Piping 2.14 INSULATING UNION A. Description: 1. Material: Galvanized malleable iron with a ground joint. 2. Iron pipe threads: Conform to ANSI B2.1. 3. Insulations: Nylon, bonded and molded onto the metal body. 4. Union: Rated for the operating and test pressures of the pipe system. 5. Joint connections to copper alloy pipe and tube shall be copper solder or threaded brass ground joints. 6. Isolation Barrier: Impervious to water. aINS '1_Ty:�9to] LYiYAa::01a0111a13 A. Manufacturers: 1. Nibco. 2. Watts. B. Double Check Valve Backflow Preventer Assemblies: 1. Size: 1/2 inch to 3 inches. 2. Comply with AWWA C510. 3. Materials: a. Body: Bronze. b. Internal Parts: Corrosion resistant. c. Springs: Stainless steel. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 10 4. Check Valves: a. Quantity: Two, operating independently. b. Intermediate atmospheric vent. 5. Ball Valves: a. Type: Full port, resilient seated. b. Quantity: Two. c. Operation: Quarter turn. d. Material: Bronze. 6. Accessories: Strainer and test cocks. A. Description: 1. Comply with AWWA C219, where applicable. 2. Self-contained flanged restrained joint fitting, including both flanged components and sufficient harness bars to withstand the imposed thrust. 3. Design: No part of the restraint system extends outside the flange diameter. The internal bore shall match that of the pipe system. 4. Dismantling joints will allow for a minimum of 2 inches of longitudinal adjustment. 5. Furnish as a complete assembly consisting of spigot piece, flange adaptor, tie bars and gasket. 6. The gasket seal and compression stud and nut arrangement shall be independent of the tie rod restraint system. Tie Rod diameter shall be compatible with the corresponding bolt diameter of the mating flange. The Tie Rod restraint system shall be capable of withstanding the full pressure thrust that the pipe system can develop at no more than 50% of the yield strength of tie rod material. 7. Pressure Rating: a. Determined by the flange configuration, and all commonly used flanges shall be available. b. Design pressure rating shall be equal to or greater than the mating flanges. c. Dismantling joints will be specially fabricated to accommodate pressure requirements with ANSI B16.5 or ANSI B16.47 300-pound class flanges, depending on size of dismantling joint. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 11 8. Lining and Coating: a. Shop -applied fusion bonded epoxy coating applied by fluidized bed method, complying with the requirements of NSF 61 and AWWA C550 as applicable. b. As an alternative, a shop -coat primer suitable for field applied coatings can be supplied. 9. Flanges: Flat -faced, rated to pressure requirements as shown on the Drawings. a. Where design pressure is greater than 300 psi, flanges shall conform to ASME B16.5 and ASME B16.47 300-pound class. B. Materials: 1. Spigot piece: Steel, ASTM A283 Grade C. 2. Flange adaptor: a. Up to 12-inch diameter: Ductile iron, ASTM A536 Grade 65-45-12. b. Above 12-inch diameter: Steel, ASTM A283 Grade C. 3. Tie bars: ASTM A193 Grade B7 threaded rod with rolled threads. 4. Gasket: EPDM Grade E. 5. Nuts, Bolts and Washers: Type 304 stainless steel. C. Manufacturer: 1. Romac or approved equal. 2.17 PIPE SUPPORTS A. Floor Support for Pipe: 1. Flanged Pipe Support: a. Construction: 1) Adjustable vertical pipe support, flange plate, extension pipe from base cup to top collar cup with threaded stud. 2) Bolts directly to flange. 3) Anchorable base plate. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 12 b. Material: Steel, comply with ASTM A36. c. Finish: Corrosion resistant, electro-galvanized or prime coated. d. Manufacturers: 1) Standon - Model S89. 2. Cradle Pipe Support: a. Construction: 1) Adjustable vertical pipe support with saddle strap, extension pipe from base cup to top collar cup with threaded stud. 2) Anchorable base plate. b. Material: Steel, comply with ASTM A36. c. Finish: Corrosion resistant, electro-galvanized or prime coated. d. Manufacturers: 1) Standon - Model 592. 2.18 PIPE PENETRATIONS A. Sleeves for Pipes through Walls and Floors: 1. Material: Galvanized steel. 2. Thickness: Schedule 40. 3. Inside surface of all wall sleeves shall be coated with coal -tar. 4. Annular space between penetrating pipe and wall sleeve shall be filled with an approved permanently flexible sealant. 5. Diameter of wall sleeve shall be as shown in the Drawings. B. Mechanical Sleeve Seals: 1. Description: Modular mechanical type, consisting of interlocking synthetic rubber links shaped to continuously fill annular space between object and sleeve, connected with bolts and pressure plates causing rubber sealing elements to expand when tightened, providing watertight seal and electrical insulation. 2. Manufacturer: Link -Seal or approved equal. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 13 C. Pipes Cast -In Walls and Floors: 1. Material: Ductile iron or steel pipe, as required by the Drawings and the intended service. 2. Diameter: As shown in the Drawings. 3. End Type: As shown in the Drawings. D. Seep Rings: 1. Material: 3/8-inch thick steel plate conforming to ASTM A36, unless otherwise noted. 2. Inside diameter: Equal to the outside diameter of the pipe or sleeve to which it is attached plus 1/4-inch. 3. Outside diameter: As shown in the Drawings. 4. Attach to the pipe or sleeve by means of a continuous seal weld located on both sides of the ring. i. Lainll»i1ey—MII►[a i A. See Section 09 90 00, Painting and Coatings. I9_1:, ISM*Ax41�11110111 3.1 GENERAL A. Furnish and install all piping systems shown and specified, in accordance with the requirements of the Contract Documents. Each system shall be complete with all necessary fittings, hangers, supports, anchors, expansion joints, flexible connectors, valves, accessories, heat tracing, insulation, lining and coating, testing, disinfection, excavation, backfill and encasement, to provide a functional installation. B. Pipe shall be installed in accordance with good trade practice. The methods employed in handling and placing of pipe, fittings, and equipment shall be such as to ensure that after installation and testing they are in good condition. Should damage occur to the pipe, fitting or equipment, repairs satisfactory to the Engineer shall be made. 3.2 INSTALLATION A. Buried Piping Systems: 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 14 1. See Section 33 1110 Water Utility Distribution Piping B. Interior Piping Systems: 1. Install non -conducting dielectric connections wherever joining dissimilar metals. 2. Establish elevations of buried piping outside valve vault to obtain not less than 3 feet of cover. 3. Prepare exposed, unfinished pipe, fittings, supports, and accessories ready for finish painting as specified in Section 09 90 00, Painting and Coating. 4. Install water piping according to ASME B31.9. 5. Install unions downstream of valves and at equipment or apparatus connections. 6. Install brass male adapters each side of valves in copper piped system; solder adapters to pipe. C. Backflow Preventer Assemblies: 1. Install Backflow preventers of type, size, and capacity indicated. 2. Comply with applicable code and authority having jurisdiction. 3. Install air -gap fitting on units with atmospheric vent connection. 4. Pipe relief outlet drain to nearest floor drain. 5. Do not install bypasses around backflow preventers. D. Pipe Supports and Hangers 1. Install pipe supports according to MSS SP-58 & ASME B31.10. 2. All pipe shall be secured in place by use of blocking, hangers, brackets, clamps or other approved methods, and the weight thereof shall be carried independently of pump casings or equipment. 3. Special hangers and supports are shown on the Drawings. 4. The Contractor shall be responsible for determining the location of and providing all additional supports. 5. Hanger supports shall be as noted below with at least one support adjacent to the joint for each length of pipe, at each change in direction and at each branch connection. Sufficient hangers shall be provided to maintain proper slope without sagging. Support spacing shall not exceed manufacturer's recommendations, nor as listed below. 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 15 Maximum Support Pipe Spacing (Feet) Steel Pipe Under 3 inches 6 3 inches and Over 12 Cast or Ductile Iron Under 4 inches 6 4 inches and Over 12 Stainless Steel and Galvanized Iron Under 1-1/2 inches 4 1-1/2 inches to 4 inches 6 Over 4 inches 12 Copper Pipe 6 PVC Pipe Under 2-1/2 inches 4 2-1/2 inches and Over 6 6. Spacing of clamps for support of vertical piping shall be close enough to keep the pipe in alignment as well as to support the weight of the piping and contents unless other vertical support is shown, but in no case shall be more than 12 feet. 7. Provide adjustable hangers for all pipes, complete with adjusters, swivels, rods, etc. Size hangers to clear insulation and guide where required, as well as support piping. All rigid hangers shall provide a means of vertical adjustment after erection. Hanger rods shall be machine -threaded. Continuous threaded rods will not be allowed. 8. Clevis or band -type hangers (B-Line FIG B3100) or approved equal shall be provided as required. Strap hangers not permitted. 9. Provide floor stands, wall bracing, concrete piers, etc., for all lines running near the floors or near walls and which cannot be properly supported or suspended by the walls or floors. Pipe lines near concrete or masonry walls may also be hung by hangers carried from wall brackets at a higher level than pipe. Hanging of any pipe from another is prohibited. 10. Equipment shall be positioned and aligned so that no strain shall be induced within the equipment during or subsequent to the installation of pipework. 11. When temporary supports are used, they shall be sufficiently rigid to prevent any shifting or distortion of the piping or related work. E. Pipe Penetrations: 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 16 3.3 1. Exterior Watertight Entries: Seal with mechanical sleeve seals or grout, as shown in the Drawings. 2. Whenever a pipe line of any material terminates at or through a structural wall or floor, install piping or sleeve in advance of pouring of concrete required for the particular installation. 3. Plastic pipe shall not be cast in concrete or masonry walls. 4. Set sleeves in position in forms and provide reinforcing around sleeves. 5. Size sleeves large enough to allow for movement due to expansion and contraction and provide for continuous insulation wrapping. 6. Extend sleeves through floors 1 inch above finished floor level and caulk sleeves 7. Pipe other than concrete, to be cast in water -bearing walls or more than four feet below grade shall have seep rings. 8. All buried piping entering structures shall have a flexible connection installed less than two feet outside the structure line or as close to the wall as practical. CLEANING, TESTING AND DISINFECTION A. Testing and Disinfection: Piping shall be hydrostatically tested, flushed and disinfected as specified in Section 7-09.3 of the Special Provisions. END OF SECTION 16-1840 Common Work Results for Process Piping Kennydale Reservoir 40 05 13 - 17 This page intentionally left blank. SECTION 40 05 23 COMMON WORK RESULTS FOR PROCESS VALVES PART1 GENERAL 1.1 SUMMARY A. This Section includes basic materials and methods related to valves commonly used for process systems, including pump stations, utility vaults and water & wastewater treatment. This Section is to be used in conjunction with 40 05 23.15, Gate Valves, Section 40 05 23.18, Plug Valves, 40 05 23.24, Check Valves, 40 05 23.72, Miscellaneous Valves, 40 05 23.72, Pressure Reducing Valves. B. Section Includes: 1. Valves. 2. Valve actuators. 1.2 RELATED SECTIONS 1►[6111111111110111191 1.3 REFERENCE STANDARDS A. American Water Works Association: 1. AWWA C504 - Rubber -Seated Butterfly Valves, 3 In. Through 72 In. 2. AWWA C509 - Resilient -Seated Gate Valves for Water Supply Service. 3. AWWA C541 - Hydraulic and Pneumatic Cylinder and Vane -Type Actuators for Valves and Slide Gates. 4. AWWA C542 -Electric Motor Actuators for Valves and Slide Gates. 5. AWWA C550 - Protective Interior Coatings for Valves and Hydrants. B. ASTM International: 1. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings. 2. ASTM B584 - Standard Specification for Copper Alloy Sand Castings for General Applications. 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 1 C. Manufacturers Standardization Society of the Valve and Fittings Industry: 1. MSS SP-25 - Standard Marking System for Valves, Fittings, Flanges and Unions. D. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. National Fire Protection Association: 1. NFPA 70 - National Electrical Code (NEC). F. NSF International: 1. NSF 61 - Drinking Water System Components - Health Effects. 2. NSF 372 -Drinking Water System Components -Lead Content. INEI=4101010011111_3110111 A. Contractor shall be solely responsible to coordinate Work of this Section with piping, equipment, and appurtenances. 1.5 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product Data: 1. Submit manufacturer's latest published literature. Include illustrations, installation and maintenance instructions, and parts lists. 2. Submit valve cavitation limits. 3. Submit manufacturer data for actuator with model number and size indicated. C. Shop Drawings: 1. Submit description of proposed installation, including associated wiring diagrams and electrical data as may be specified elsewhere in the contract documents. 2. Provide assembly drawings indicating parts list, materials, sizes, position indicators, limit switches, actuator mounting, wiring diagrams, control system schematics. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 2 E. Manufacturer Instructions: Submit installation instructions and special requirements, including storage and handling procedures. F. Lining and coating data. G. Valve Labeling Schedule: Indicate valve locations and nametag text. H. Certification of Valves Larger than 12 inches: Furnish certified copies of hydrostatic factory tests, indicating compliance with applicable standards. I. Source Quality -Control Submittals: Indicate results of factory tests and inspections. J. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections, including factory -applied coatings. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of valves and actuators. B. Operation and Maintenance Data: Submit information for valves 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts: 1. Furnish one set of manufacturer's recommended spare parts. B. Tools: 1. Furnish special wrenches and other devices required for Owner to maintain equipment. 2. Furnish compatible and appropriately labeled toolbox when requested by Owner. 1.8 QUALITY ASSURANCE A. Cast manufacturer's name, pressure rating, size of valve and year of fabrication into valve body. B. Valve Testing: Each valve body shall be tested under a test pressure equal to twice its design water -working pressure. C. Certification: Prior to shipment, submit for all valves over 12 inches in diameter, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. Valves tested and supplied shall be trackable and traceable by serial number, tagged or otherwise noted on valve, upon arrival to Site. 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 3 D. Maintain clearances as indicated on Drawings and Shop Drawings. E. Unless otherwise noted, all water works materials provided for the Project shall be new, of first class quality and shall be made by reputable manufacturers. F. All material of a like kind shall be provided from a single manufacturer, unless otherwise approved by the Engineer. 1.9 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. 1. Store materials in areas protected from weather, moisture, or other potential damage. 2. Do not store materials directly on ground. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect valve ends from entry of foreign materials by providing temporary covers and plugs. 3. Provide additional protection according to manufacturer instructions. D. Handle products carefully to prevent damage to interior or exterior surfaces. E. All defective or damaged materials shall be replaced with new materials at no cost to the Owner. 1.10 EXISTING CONDITIONS A. Field Measurements: 1. Verify field measurements prior to fabrication. 2. Indicate field measurements on Shop Drawings. 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 4 PART 2 PRODUCTS 2.1 GENERAL A. All materials in contact with potable water shall conform to ANSI/NSF Standard 61 and meet the "lead free" requirements of the Safe Drinking Water Act amendment, effective January 4, 2014, as per the lead content evaluation procedures outlined in NSF/ANSI Standard 372.1. 1. All fittings shall either be cast or permanently stamped with markings identifying the item as complying with NSF 61 per the requirements of NSF 372 for "lead free". 2. All brass in contact with potable water shall comply with ASTM B584. A. Description: Valves, operator, actuator, handwheel, chainwheel, extension stem, floor stand, worm and gear operator, operating nut, chain, wrench, and other accessories as required and shown in the Drawings. B. Operation: 1. Open by turning counterclockwise; close by turning clockwise. 2. Cast directional arrow on valve or actuator with OPEN and CLOSE cast on valve in appropriate location. C. Valve Construction: 1. Bodies: Rated for maximum temperature and pressure to which valve will be subjected as specified in valve Sections. D. Connecting Nuts and Bolts: Stainless steel. A. As specified in Section 7-12 of the Special Provisions. 2.4 VALVE ACTUATORS A. All valves shall be furnished with manual actuators, unless otherwise indicated in the Drawings. B. Valves in sizes up to and including four inches in diameter shall have direct acting lever or handwheel actuators of the manufacturer's best standard design. C. Actuators shall be sized for the valve design pressure in accordance with AWWA C504. 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 5 D. Provide actuators with position indicators for shutoff valves 6 inches and larger. E. Comply with AWWA C541 and C542, where applicable. F. Furnish gear operators for valves 8 inches and larger, and chainwheel operators for valves mounted over 7 feet above floor. G. Provide gear and power actuators with position indicators. H. Gear -Assisted Manual Actuators: 1. Provide totally enclosed gears. 2. Maximum Operating Force: 60 Ibf. 3. Bearings: Permanently lubricated bronze. 4. Packing: Accessible for adjustment without requiring removal of actuator from valve. I. Handwheel: 1. Furnish permanently attached handwheel for emergency manual operation. 2. Rotation: None during powered operation. 3. Permanently affix directional arrow and cast OPEN or CLOSE on handwheel to indicate appropriate direction to turn handwheel. 4. Maximum Operating Force: 60 Ibf. J. Electric Motor Actuators: 1. See Section 40 05 57 — "Valve Operators, Electric." 2.5 SOURCE QUALITY CONTROL A. Testing: Test valves according to manufacturer's standard testing protocol, including hydrostatic, seal, and performance testing. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that piping system is ready for valve installation. 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 6 3.2 PREPARATION A. Access: All valves shall be installed to provide easy access for operation, removal, and maintenance and to avoid conflicts between valve operators and structural members or handrails. B. Valve Accessories: Where combinations of valves, sensors, switches, and controls are specified, it shall be the responsibility of the Contractor to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. [c�[c�u��re���re��[•]►I A. Install valves, actuators, extensions, and accessories according to manufacturer instructions. B. Firmly support valves to avoid undue stresses on piping. C. Coat studs, bolts, and nuts with anti -seizing lubricant. D. Clean field welds of slag and splatter to provide a smooth surface. E. Install valves with stems upright or horizontal, not inverted. F. Install valves with clearance for installation of insulation and allowing access. G. Provide access where valves and fittings are not accessible. H. Comply with Division 40 - Process Integration for piping materials applying to various system types. I. Valve Applications: 1. Install shutoff and drain valves at locations as indicated on Drawings and as specified in this Section. 2. Install shutoff and isolation valves. 3. Isolate equipment, part of systems, or vertical risers as indicated on Drawings. 4. Install valves for throttling, bypass, or manual flow control services as indicated on Drawings. J. Disinfection of Water Piping System: 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 7 1. Flush and disinfect system as specified in Section 33 13 00, Testing and Disinfecting of Water Utility Distribution. 3.4 FIELD QUALITY CONTROL A. Valve Field Testing: 1. Test for proper alignment. 2. If specified by valve Section, field test equipment to demonstrate operation without undue leakage, noise, vibration, or overheating. 3. Engineer will witness field testing. END OF SECTION 16-1840.224 Common Work Results for Process Valves Kennydale Reservoir 40 05 23 - 8 SECTION 40 05 23.21 PLUG VALVES PART1 GENERAL 1.1 SUMMARY A. This Section includes plug valves for use in water and wastewater facilities. B. Section Includes: 1. Eccentric plug valves. C. Related Requirements: NOT USED 1.2 REFERENCE STANDARDS A. American Society of Mechanical Engineers: 1. ASME B16.1 - Gray Iron Pipe Flanges and Flanged Fittings. 2. ASME B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24 - Metric/Inch Standard. 3. ASME B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings: Classes 150 and 300. 4. ASME B1.20.1 - Pipe Threads, General Purpose (Inch). B. ASTM International: 1. ASTM A536 - Standard Specification for Ductile Iron Castings. 2. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings. C. American Water Works Association: 1. AWWA C517 - Resilient -Seated Cast -Iron Eccentric Plug Valves. 2. AWWA C550 - Protective Interior Coatings for Valves and Hydrants. 1.3 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. 16-1840.224 Plug Valves Kennydale Reservoir 40 05 23.21 - 1 B. Product Data: 1. Submit catalog information, indicating materials of construction and compliance with indicated standards. C. Source Quality -Control Submittals: Indicate results of shop/factory tests and inspections. PART 2 PRODUCTS 2.1 ECCENTRIC PLUG VALVES A. Manufacturers: 1. DeZurik, Model PEF 2. Approved equal. B. Description: 1. Type: Non -lubricated, eccentric. 2. Minimum Working Pressure: 150 psig. 3. Ports: Round. Passage size shall be 100% of the full port area on all sizes for minimum pressure drop. 4. Stem Bearings: Self-lubricating. 5. Stem Seals: Neoprene; V-ring type. 6. Packing and Gland: Accessible and externally adjustable. 7. End Connections: ASME B16.1, flanged. C. Operation: 1. Greater than 3 inches: Worm gear manual operators. a. Provide with handwheel, except when buried. b. Actuator mechanism shall be fully isolated from line media. D. Materials: 1. Body: AWWA C517, cast iron. 2. Wall Thickness: AWWA C504. 16-1840.224 Plug Valves Kennydale Reservoir 40 05 23.21 - 2 3. Plug: a. AWWA C517, cast iron. b. ASTM A 536, ductile iron. lined with resilient coating as recommended by valve manufacturer for service conditions. 4. Seats: Stainless steel. 5. Stem: Type 316 stainless steel. 6. Stem Bearings: Stainless steel. 7. Seals: Cartridge type with 2 0-rings, or V-cup type, self-adjusting, wear compensating. Packing shall be replaceable without removing the valve bonnet or Plug. 8. Connecting Hardware: Type 316 stainless steel. E. Finishes: As specified in Section 40 05 23, Common Work Results for Process Valves. 2.2 SOURCE QUALITY CONTROL A. Performance Testing: 1. Operate each valve and actuator from fully CLOSED to fully OPEN to fully CLOSED under no -flow conditions. B. Leakage Testing: 1. Test at indicated working pressure to ensure valves are drip -tight. Test with pressure in both directions for five minutes each way. C. Hydrostatic Testing: 1. Perform test at twice rated pressure. Test for at least one minute to ensure no leakage. PART 3 EXECUTION 3.1 LOCATION A. Valve and actuators shall be located and oriented as shown on the Drawings. B. When not shown on the Drawings, coordinate positions and orientations of seats and actuators with the Engineer prior to installation. 16-1840.224 Plug Valves Kennydale Reservoir 40 05 23.21 - 3 3.2 INSTALLATION A. Install valves according to Section 40 05 23, Common Work Results for Process Valves, AWWA C517 and as recommended by manufacturer. B. Install plugvalves in horizontal pipingwith stem horizontal; install plugvalves in vertical piping with plug at top when closed. C. Install such that plugs are on top when OPEN and on pressure side when CLOSED. END OF SECTION 16-1840.224 Plug Valves Kennydale Reservoir 40 05 23.21 - 4 SECTION 40 05 23.24 CHECK VALVES PART1 GENERAL 1.1 SUMMARY A. Work in this Section includes check valves for use in water and wastewater facilities. Work includes the furnish and install of all swing and silent check valves, complete, as shown on the Drawings and specified herein, including coating and lining, appurtenances, operators, and accessories. B. Section includes: 1. Swing check valves, 1-inch through 4-inch diameter. 2. Swing check valves, 4-inch diameter and larger 3. Silent check valves. NOT USED 1.3 REFERENCE STANDARDS A. American Society of Mechanical Engineers: 1. ASME B16.1 - Gray Iron Pipe Flanges and Flanged Fittings. 2. ASME B16.11 - Forged Fittings, Socket -Welding and Threaded. 3. ASME B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings. B. ASTM International: 1. ASTM A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A536 - Standard Specification for Ductile Iron Castings. 3. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings. 4. ASTM B148 - Standard Specification for Aluminum -Bronze Sand Castings. 5. ASTM D1784 - Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 16-1840.224 Check Valves Kennydale Reservoir 40 05 23.24 - 1 6. ASTM D2000 - Standard Classification System for Rubber Products in Automotive Applications. 7. ASTM D3222 - Standard Specification for Unmodified Poly(Vinylidene Fluoride) (PVDF) Molding Extrusion and Coating Materials. 8. ASTM D4101 - Standard Specification for Propylene Injection and Extrusion Materials. C. American Water Works Association: 1. AWWA C508 - Swing -Check Valves for Waterworks Service, 2-In. Through 24-In. (50-mm Through 600-mm) NPS. D. National Science Foundation: 1. NSF 61- Drinking Water System Components - Health Effects. 1.4 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. As required by Section 40 05 23, Common Work Results for Process Valves. PART 2 PRODUCTS 2.1 SWING CHECK VALVES, 1-INCH THROUGH 4-INCH DIAMETER A. Description: 1. Horizontal T-pattern style. 2. 200# WOG. 3. Capable of functioning in the vertical position. 4. Connections shall be standard threaded or threaded for fire hose connections where shown on plans B. Materials: 1. Body Cap and Disc: Brass conforming to ASTM B584 C85400. C. Manufacturer: 1. Figure 246 as manufactured by Red White Valve. 16-1840.224 Check Valves Kennydale Reservoir 40 05 23.24 - 2 2.2 SWING CHECK VALVES, 4-INCH DIAMETER AND LARGER A. Description: 1. Meeting requirements of AWWA C508. 2. Type: Swing, resilient -seated, with outside lever and adjustable spring. 3. Flow Area: Full open. 4. Mounting: Horizontal or vertical. 5. Shall close tightly when the pressure downstream of the valve disc exceeds the upstream pressure. 6. Working Pressure: 150 psi 7. Tight sealing, shockless in operation and absolutely prevent the return of water back through the valve. 8. The disc shall be attached to the sic arm by means of a center pin, disc nut and washer providing 360-degree angular articulation but not rotation. 9. Pin Shaft: a. Discs shall be suspended from a non -corrosive hinge pin shaft that shall rotate freely without the need for external lubrication. b. The shaft shall be sealed where it passes through the body by means of a stuffing box and adjustable packing. 10. End Connections: As shown on Drawings. End connections shall be rated to the working pressure requirements specified above. B. Materials: 1. Body and Disc: Constructed of heavy cast iron conforming to ASTM A126 class B, or ductile iron conforming to ASTM A536. 2. Cover: Steel conforming to ASTM A36 or Ductile iron conforming to ASTM A536. 3. Disc Arm: Ductile iron conforming to ASTM A536. 4. Body Seat: Type 316 stainless steel or Bronze ASTM B62. 5. Disc Seat: Field -replaceable, NBR or Buna-N. 16-1840.224 Check Valves Kennydale Reservoir 40 05 23.24 - 3 6. Hinge Pin and Key: Stainless steel. 7. Rubber Components: NBR or Buna-N. 8. Connecting Hardware: Stainless steel. C. Finishes: 1. Epoxy lining and coating conforming to AWWA C210. 2. For potable water service, epoxy lining and coating shall meet be provided with NSF 61 certification. D. Manufacturer: 1. GA Industries, Figure No. 220-D. 2. Cla-Val, 585 Series. 3. Approved equal. WIIIIIIIIIIIIIII.11IIaIIgo] : Isla CILT/B10JW A. Description: 1. Type: Globe -style, silent operating type that begins to close as the forward velocity diminishes and be fully closed at zero velocity, preventing flow reversal and resultant water hammer or shock. 2. Valve design shall incorporate a center -guided, spring -loaded poppet, guided at opposite ends and having a short linear stroke that generates a flow area equal to the pipe. 3. Valve Interior: Contoured and unrestricted to achieve maximum flow capacity along with minimum pressure drop. 4. Installation: Operation of the valve shall not be affected by the position of installation. It shall be capable of operating in the horizontal or vertical position with the flow op or down. 5. Valve Disc: Concave to the flow direction providing for disc stabilization, maximum strength and minimal flow velocity to fully open the valve. 6. All component parts shall be field replaceable without the need of special tools. 7. A replaceable guide bushing shall be provided and held in position by the valve's spring. 16-1840.224 Check Valves Kennydale Reservoir 40 05 23.24 - 4 8. Spring: Designed to withstand 100,000 cycles without failure and exert a force which allows the valve to start opening at a differential pressure of .5 PSI (.04 KG/CM2) and to fully open at a flow velocity of 4 FPS (1.22 meters per second). 9. The valve disc and seat shall be field replaceable and have a seating surface finish of 32 micro -inch or better to insure positive seating at all pressures. 10. Valve shall be hydrostatically tested at 1.5 times the rated working pressure. 11. Working Pressure: 150 psi 12. End Connections: As shown on Drawings. End connections shall be rated to the working pressure requirements specified above. B. Materials: 1. Body: ASTM A536, ductile iron. 2. Trim: Stainless steel. 3. Spring: Stainless steel. 4. Resilient Seat: Buna-N C. Finishes: 1. Epoxy lining and coating conforming to AWWA C210. 2. For potable water service, epoxy lining and coating shall meet be provided with NSF 61 certification. D. Manufacturer: 1. Val-Matic, 1800 series. 2. Cla-Val, 581 series. 3. Approved equal. 2.4 SOURCE QUALITY CONTROL A. Testing: 1. Hydrostatically test check valves at twice rated pressure, in conformance with requirements of AWWA C508. 2. Permitted Leakage at Indicated Working Pressure: None. 16-1840.224 Check Valves Kennydale Reservoir 40 05 23.24 - 5 PART 3 EXECUTION 3.1 INSTALLATION A. Install check valves according to AWWA C508, Section 40 05 23, Common Work Results for Process Valve, and as recommended by manufacturer. 3.2 SERVICES PROVIDED BY MANUFACTURER'S REPRESENTATIVES A. Provide the services of the valve manufacturer's representative to verify proper installation of the valves and to adjust the valves when construction is complete. END OF SECTION 16-1840.224 Check Valves Kennydale Reservoir 40 05 23.24 - 6 SECTION 40 05 23.72 MISCELLANEOUS VALVES PART1 GENERAL 1.1 SUMMARY A. This Section includes miscellaneous valves not included in other Sections for use in buried service, pump stations and utility vaults. B. Section Includes: 1. Blow -off hydrant assemblies. 2. Ball valves, 2 inches and under. 1.2 RELATED SECTION NOT USED 1.3 REFERENCE STANDARDS A. American Society of Mechanical Engineers: 1. ASME B16.1 - Gray Iron Pipe Flanges and Flanged Fittings. 2. ASME B16.5 - Pipe Flanges and Flanged Fittings: NPS 1/2 through 24 - Metric/Inch Standard. 3. ASME B16.11 - Forged Fittings, Socket -Welding and Threaded. 4. ASME B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings: Classes 150 and 300. 5. ASME B1.20.1 - Pipe Threads, General Purpose (Inch). B. ASTM International: 1. ASTM A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM A536 - Standard Specification for Ductile Iron Castings. 3. ASTM B62 - Standard Specification for Composition Bronze or Ounce Metal Castings. 16-1840.224 Miscellaneous Valves Kennydale Reservoir 40 05 23.72 - 1 1.4 COORDINATION A. Contractor shall be solely responsible to coordinate Work of this Section with piping, equipment, and appurtenances. 1.5 SUBMITTALS A. Section 0133 00, Submittal Procedures: Requirements for submittals. B. Product Data: 1. Submit manufacturer's latest published literature. Include illustrations, installation and maintenance instructions, and parts lists. 2. Submit valve cavitation limits. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Manufacturer Instructions: Submit installation instructions and special requirements, including storage and handling procedures. E. Lining and coating data. F. Valve Labeling Schedule: Indicate valve locations and nametag text. G. Certification of Valves Larger than 12 inches: Furnish certified copies of hydrostatic factory tests, indicating compliance with applicable standards. H. Source Quality -Control Submittals: Indicate results of factory tests and inspections. I. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections, including factory -applied coatings. 1.6 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations of valves and actuators. B. Operation and Maintenance Data: Submit information for valves. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts: 1. Furnish one set of manufacturer's recommended spare parts. B. Tools: 16-1840.224 Miscellaneous Valves Kennydale Reservoir 40 05 23.72 - 2 1. Furnish special wrenches and other devices required for Owner to maintain equipment. 2. Furnish compatible and appropriately labeled toolbox when requested by Owner. 1.8 QUALITY ASSURANCE A. Cast manufacturer's name, pressure rating, size of valve and year of fabrication into valve body. B. Valve Testing: Each valve body shall be tested under a test pressure equal to twice its design water -working pressure. C. Certification: Prior to shipment, submit for all valves over 12 inches in diameter, certified, notarized copies of the hydrostatic factory tests, showing compliance with the applicable standards of AWWA, ANSI, ASTM, etc. Valves tested and supplied shall be trackable and traceable by serial number, tagged or otherwise noted on valve, upon arrival to Site. D. Maintain clearances as indicated on Drawings. E. Unless otherwise noted, all water works materials provided for the Project shall be new, of first class quality and shall be made by reputable manufacturers. F. All material of a like kind shall be provided from a single manufacturer, unless otherwise approved by the Engineer. 1.9 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept materials on Site in manufacturer's original packaging and inspect for damage. B. Store materials according to manufacturer instructions. 1. Store materials in areas protected from weather, moisture, or other potential damage. 2. Do not store materials directly on ground. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from construction operations areas. 2. Protect valve ends from entry of foreign materials by providing temporary covers and plugs. 16-1840.224 Miscellaneous Valves Kennydale Reservoir 40 05 23.72 - 3 3. Provide additional protection according to manufacturer instructions. D. Handle products carefully to prevent damage to interior or exterior surfaces. E. All defective or damaged materials shall be replaced with new materials at no cost to the Owner. PART 2 PRODUCTS 2.1 GENERAL A. All materials in contact with potable water shall conform to ANSI/NSF Standard 61 and meet the "lead free" requirements of the Safe Drinking Water Act amendment, effective January 4, 2014, as per the lead content evaluation procedures outlined in NSF/ANSI Standard 372.1. 1. All fittings shall either be cast or permanently stamped with markings identifying the item as complying with NSF 61 per the requirements of NSF 372 for "lead free". 2. All brass in contact with potable water shall comply with ASTM B584. . 1.1to] ►L�Q61Iaso F1.l:1a►1r_X%,Ia► 1:111W A. Per Owner Standards 2.3 BALL VALVES, 2 INCHES AND UNDER A. Description: 1. 400 lb. WOG with bronze body and trim, unless otherwise shown on the Drawings. 2. Seat ring: TFE. 3. O-ring seals: Fluorocarbon. 4. Three-piece construction so that maintenance can be performed without distributing the valve body after installation. B. Manufacturer: 1. Nibco T-590-Y or equal. 2.4 SOURCE QUALITY CONTROL A. Testing Pressure -Reducing and Pressure -Sustaining Valves: 1. Leakage Testing: 16-1840.224 Miscellaneous Valves Kennydale Reservoir 40 05 23.72 - 4 a. Test each assembled valve hydrostatically at 1-1/2 times rated working pressure for minimum five minutes. b. Test each valve for leakage at rated working pressure against closed valve. c. Permitted Leakage: None. 2. Functional Testing: a. Test each valve to verify specified performance. PART 3 EXECUTION 3.1 INSTALLATION A. Install valves per manufacturer requirements and recommendations. B. Install all valves with valve seats level. C. Install protective strainers upstream of solenoid valves, pressure -reducing valves, and pressure -sustaining valves. 3.2 ATTACHMENTS NOT USED END OF SECTION 16-1840.224 Miscellaneous Valves Kennydale Reservoir 40 05 23.72 - 5 This page intentionally left blank. SECTION 40 05 23.73 CONTROL VALVES PART1 GENERAL 1.1 DESCRIPTION A. This Section includes control valves, complete and operable, including coatings and linings, appurtenances, operators, and accessories, in accordance with the requirements of the Contract Documents. 1.2 RELATED SECTIONS NOT USED 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. In accordance with Section 33 12 16, Water Utility Distribution Valves. A. As required by Section 40 05 23, Common Work Results for Process Valves. 1.5 QUALITY ASSURANCE A. As required by Section 40 05 23, Common Work Results for Process Valves. PART 2 PRODUCTS 2.1 CONTROL VALVES A. Valve Identification and Schedule Valve Tag CV-1 CV-2 Location Meter Vault Control Valve Vault 435 PZ to 308 PZ 435/308 PZ to Atmosphere Description Combination Electronic Interface Hydraulic Pressure Sustaining Valve Altitude, Hydraulic Pressure Reducing and Sustaining valve 16-1840.224 Control Valves Kennydale Reservoir 40 05 23.73 - 1 CLA-VAL Model Series 131G-XX1719 BCDEPSYKC 650A-01BPKC Size (inches) 10-inch 6-inch Valve Pattern Globe, Full Port Angle, Reduced Port Pressure Rating (prig) 250 250 Primary Control Altitude Level Hydraulic Pressure Relief Secondary Control Electronic Flow Control Hydraulic Pressure Sustaining Tertiary Control Hydraulic Pressure Reducing Control N/A Overriding Control Hydraulic Pressure Sustaining N/A Solenoid Failure Position Under hydraulic control of Pressure Reducing and Sustaining N/A B. Construction: 1. Valve shall be single -seated, globe style, hydraulically operated and diaphragm actuated. a. Diaphragm assembly shall be guided top and bottom by a precision -machined stem. b. Resilient valve disc, retained on three sides by disc retainers, shall form a drip - tight seal with a renewable seat when pressure is applied above the diaphragm. c. Control of valve operation shall be by means of an externally mounted, hydraulic pilot system. 2. Main Valve Body and Cover: ASTM A536 ductile iron. 3. Flanged Ends: ASME/ANSI B16.42 Class 150 flanges 4. Main valve trim shall be stainless steel. 5. Pilot control components: Bronze ASTM B62 with Type 303 stainless steel trim, and pilot tubing shall be copper. 6. Rubber parts shall be Buna-N synthetic rubber. 16-1840.224 Control Valves Kennydale Reservoir 40 05 23.73 - 2 C. Protective Coating: 1. Valve body and cover shall be lined and coated with an FDA approved fusion bonded epoxy coating system suitable for use with ductile iron. 2. The epoxy coating thickness and application shall be in accordance with AWWA C550. D. Operating Conditions: 1. Flow through the valve shall be one-way. 2. Inlet and downstream pressures for individual valves are shown in the attached Supplement 1 of this Section. 3. Valve shall be capable of maintaining downstream pressure over a range of plus or minus 1 psig from the initial setting as specified in Supplement 1 of this Section. E. Operating Requirements Pilot control components shall be ASTM B61 bronze or ASTM B283 brass with Type 303 stainless steel trim, and pilot tubing shall be copper. Rubber parts shall be BUNA N synthetic rubber. 1. Electronic Flow Control (CV-1 Only) The electronic control valve pilot system shall consist of dual solenoids which modulate the valve to maintain the desired flow rate. They shall be normally closed (energized to open), 120 AC with NEMA type 4 enclosure. A manual system to by-pass the solenoids shall also be provided. Should a power failure occur, a parallel hydraulically operated pressure reducing pilot system takes control of the valve maintaining a preset outlet pressure. When power is restored, the valve automatically reverts back to the electronic mode. 2. Altitude Level Sensor (CV-1 Only) An altitude control, located in the pilot system, shall sense the water level in the reservoir through a connection to the reservoir sensing line, and shall close the valve drip -tight when a desired highwater level in the reservoir is reached. The desired water level shall be set by adjusting the spring force in the altitude control. The altitude control shall allow the valve to re -open when the water level in the reservoir drops to a user specified pre-set level. The range shall be between 97 feet and 70 feet. 16-1840.224 Control Valves Kennydale Reservoir 40 05 23.73 - 3 The reservoir pressure sensing line shall be 1-inch hard -drawn type K copper pipe installed with a minimum slope of 2 percent from the valve to the downstream connection point, as shown on the Drawings, to avoid air pockets. Pipe installation shall conform to Section 33 11 10, "Water Utility Distribution Piping," and manufacturer's recommendations. The backfilling of the buried line is specified in Division 2 of the Special Provisions. 3. Pressure Sustaining Control (CV-1 and CV-2) A pressure sustaining control, located in the pilot system, shall sense the main valve inlet pressure, and shall cause the main valve to modulate (open and close) as required to maintain a minimum pressure at the main valve inlet at all times. The desired minimum pressure shall be set by adjusting the spring force in the pressure sustaining control. The pressure sustaining spring shall have a range of 20-105 prig. 4. Pressure Reducing Control (CV-1 Only) A pressure reducing control, located in the pilot system, shall sense the main valve outlet pressure, and shall cause the main valve to modulate (open and close) as required to maintain a downstream pressure at the main valve outlet at all times. The desired pressure shall be set by adjusting the spring force in the pressure reducing control. The pressure sustaining spring shall have a range of 0-75 psig. F. Accessories: The following accessories shall be furnished with all pressure reducing valves: 1. Self-cleaning strainer for pilot system. a. H-Style strainer. b. Ductile iron body. c. Manufacturer: 1) Model X43H as manufactured by Cla-Val Co., Newport Beach, CA, without exception. 2. Pilot system isolation valves on inlet, outlet, and cover lines. 3. Inlet and outlet pressure gauges installed on valve. a. Inlet pressure gauge: Range, 0 - 160 psi. b. Outlet pressure gauge: Range, 0 - 60 psi. 16-1840.224 Control Valves Kennydale Reservoir 40 05 23.73 - 4 4. Pressure reducing control. a. Spring range: 0-75 psi. Set at 45 psi +/-. 5. Pressure sustaining control a. Spring range: 20-105 psi. Set at 90 psi +/- 6. Altitude level control. a. Spring range: 70-120'. Set at 41.5 psi +/-, (96' +/-) 7. Electronic Flow Control a. 120 volt AC with NEMA type 4 enclosure b. Normally closed with manual solenoid bypass 8. Opening speed control. 9. Closing speed control. 10. Check feature control. 11. Valve position transmitter. G. Valve Manufacturer: 1. Valves as manufactured by Cla-Val Co., Newport Beach, CA, without exception. 2.2 OPERATING CONDITIONS Flow through the valves shall be one-way and have a check feature to positively prevent return flow when pressure reverses. Valves will be capable of maintaining the following pressure and flow parameters: Valve Tag CV-1 CV-2 Inlet Pressure Range (psig) 70-100 20-200 Outlet Pressure Range (prig) 2-45 0-5 Inlet Pressure Setting (psig) 90 58 Outlet Pressure Setting (psig) 45 N/A 16-1840.224 Control Valves Kennydale Reservoir 40 05 23.73 - 5 Flow Range (gpm) 350 to 3,500 500 to 3,500 2.3 VALVE TAGS Valve tags shall be constructed of stainless steel and shall be engraved or stamped and fastened to the valve in an accessible location. Tags shall include the Tag ID and functional description. Tag/Identification Description CV1 435 PZ to 308 PZ level control feature and electronic flow control CV2 435/308 PZ relief PART 3 EXECUTION 3.1 INSTALLATION A. Valve installation shall be in accordance with manufacturer's requirements. 3.2 SERVICES PROVIDED BY MANUFACTURER'S REPRESENTATIVES A. Provide the services of the valve manufacturer's representative to verify proper installation of the valves and to adjust the valves when construction is complete. END OF SECTION 16-1840.224 Control Valves Kennydale Reservoir 40 05 23.73 - 6 SECTION 40 05 57 VALVE OPERATORS, ELECTRIC PART 1 GENERAL 1.1 DESCRIPTION A. The CONTRACTOR shall furnish and install the valve operators shown or specified, complete and operable, including all controls, motors, gears, and other features, all as shown and as specified herein, in accordance with the requirements of the Contract Documents. 1.2 CONTRACTOR SUBMITTALS A. As required by Section 0133 00. B. Shop Drawings: Manufacturer shall provide shop drawings and other information in sufficient detail as required to show compliance with the Specifications. Shop drawings shall include materials descriptions, fabrication, dimensions and connection details for complete assembly. 1. Actuator data shall include the following: a. Actuator manufacturer, model number, and size (including HP rating). b. Principal dimensions, including those necessary for interfacing with valve, incoming power, general construction, and outline on actuator mechanism. C. Output torque or thrust, voltage, phases, frequency, nominal power at running torque and locked rotor, current at running torque and locked rotor, and speed or travel time. d. The actuator options being supplied. e. Electrical wiring diagrams with list of symbols. f. Complete parts list. g. List of recommended spare parts. h. List of special tools for installation, maintenance, or adjustment. i. Lubrication guide with list of proper lubricants. 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 1 Recommended service schedule. 2. Manual operator data shall include the following: a. Actuator manufacturer, model number, and size. b. Principal dimensions, including those necessary for interfacing with gate, incoming power, general construction, and outline of actuator mechanism. C. The actuator options being supplied. d. Complete parts list. e. List of recommended spare parts. f. List of special tools for installation, maintenance or adjustment. g. Lubrication guide with list of proper lubricants h. Recommended service schedule. C. Affidavit of Compliance Manufacturer shall provide affidavit stating that all equipment and materials supplied comply with these specifications and referenced standards. D. Operation and Maintenance (O&M) Manuals Provide O&M manuals including all manufacturer's standard literature, technical data, illustrations, specifications and instructions pertaining to the proper installation, operation and maintenance of the power operator assembly. 0&M manuals shall be bound in a 3-ring binder with label identifying the project, and index and tabs which shall clearly delineate contents. 0&M manuals shall be provided per project requirements. 1.3 QUALITY ASSURANCE A. For all electric motor -operated valve operations, the CONTRACTOR shall assign the valve manufacturer the responsibility of any field adjustments to set the operator limit switches for the required function. The CONTRACTOR shall include the cost of this service in the bid. All wires of motor operators shall be identified with a unique number. 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 2 PART 2 PRODUCTS 2.1 ELECTRIC MOTOR VALVE OPERATORS (AC REVERSING CONTROL TYPE) A. Equipment Requirements: Where electric motor valve operators are shown, an electric motor -operated valve control unit shall be attached to the valve operating mechanism housing by means of a flanged motor adapter piece. B. Gearing: The motor operator shall include the motor, reduction gearing, solid state reversing starter, and solid state torque and limit sensors in a IP68 sealed NEMA 4, 6 assembly. Unit shall have appropriate label for NEMA 4, 6, CSA 4, 4x, 6, and FM service. Enclosure shall be double o-ring sealed with one o-ring on the electrical terminal cover, one o-ring behind the electrical terminal bung and o-rings on the motor and electronics compartment covers. The operator shall be a single reduction unit consisting of worm wheel and worm shaft. The worm wheel shall be of aluminum bronze and the worm shaft shall be steel - Tuftride TF1. All gearing shall be accurately cut with hobbing machines. All power gearing shall be immersed in SAE 80 oil, in a sealed housing. Special or exotic lubricants shall not be used as they may be expensive or difficult to source in some locations. Food grade lubricants shall be used when required. Use of grease for gearing shall not be allowed. Ball or roller bearings shall be used throughout. Operator output speed changes shall be configurable electronically without disassembly of the electric operator and gearing. The actuator shall allow a valve opening or closing time of not less than thirty seconds and not more than two minutes. The operator shall be capable of valve operation at working pressures of 100 psi and transient pressure of 150 psi. C. Switches and Wiring: Travel in the opening and closing directions shall be governed by a switch responsive to mechanical torque developed in seating the valve. The torque sensor shall be configurable from 40% to 100%. Torque sensing must be affected purely electrically or electronically; extrapolating torque from mechanically measured motor speed is not acceptable due to response time. Torque measurement shall be independent of variations in frequency, voltage, or temperature. "Latching" to be provided for the torque sensing system to inhibit torque off during unseating or during starting in mid -travel against high inertia loads. The limit settings shall configurable. The operator shall include an absolute encoder with one moving gear for position sensing. The operator shall be wired as required to produce the operation shown. The operator shall be wired in accordance with the schematic diagram and all wiring for external connections shall be connected to marked terminals. A minimum of two (2) 1-inch conduit connections shall be provided in the enclosing case. D. Handwheel Operation: A handwheel shall be provided for emergency operation and shall be engaged when the motor is declutched by a lever or similar means; the drive train shall be restored to power automatically by starting the motor. The hand/auto 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 3 selection lever shall be padlockable in both "Hand" and "Auto" positions. It shall be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train. Clockwise operation of the handwheel shall give closing movement of the valve unless otherwise stated in the job specification. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. This disengagement and any subsequent reengagement shall not cause any damage to the valve or operator. A calibration tag shall be mounted near each switch correlating the dial setting to the unit output torque. The maximum torque required on the handwheel under the most adverse conditions specified herein shall not exceed 60 Ib/ft, and the maximum force required on the rim of the handwheel shall not exceed 60 lb. An arrow and either the word "open" or "close" shall be cast on the handwheel to indicate the direction to turn said handwheel. E. Motor: The motor shall be permanent magnet low inertia, suitable for operation on 120/208/240 volt single phase 60-Hz and have Class F insulation, with a line voltage of not more than 10 percent above or 10 percent below the rated voltage. The motor shall develop full rated torque continuously for 15 minutes without causing the thermal contact protective devices, imbedded in the motor windings to trip or the starter overloads to drop out. All bearings shall be of the ball type and thrust bearings shall be provided where necessary. All bearings shall be provided with suitable seals to confine the lubricant and prevent the entrance of dirt and dust. Motor conduit connections shall be watertight. F. Motor protection shall be provided for the motor as follows: 1. The motor shall be de -energized in the event of stall when attempting to unseat a jammed valve. 2. Motor temperature shall be sensed by a thermostat to protect against overheating. 3. Single phasing protection. G. Starter: The solid state reversing motor starter, control transformer and local controls shall be integral with the valve actuator, suitably housed to prevent breathing and condensation buildup. For on/off service, this starter shall be suitable for 60 starts per hour and of the rating appropriate to the motor size. For modulating duty, the starter shall be supplied for up to a maximum of 1,200 starts per hour. The controls supply transformer shall be fed from the incoming power supply. The 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 4 primary and secondary windings shall have short circuit and overload protection. It shall have the necessary tappings and be adequately rated to provide power for the following functions: Unit shall have a 24V DC output, or alternate 110V AC output, where required for remote controls and supply for all the internal electrical circuits. The controls compartment shall be passive internally heated to prevent moisture condensation on electrical components. H. Remote Valve Position and Actuator Status Indication: In the event of a (main) power (supply) loss or failure, the position contacts must continue to be able to supply remote position feedback and maintain interlock capabilities. A backup power source must be provided in the actuator to ensure correct remote indication should the actuator be moved manually when the power supply is interrupted. The position of the actuator and valve must be updated contemporaneously, even when the power supply is not present. Four contacts (expandable to twelve) shall be provided which can be selected to indicate any position of the valve with each contact selectable as normally open or normally closed. The contacts shall be rated at 5A at 120V AC/30V DC. As an alternative to providing valve position, any of the four above contacts shall be selectable to signal one of the following: 1. Valve Opening or Closing 2. Valve Moving (Continuous or Pulsing) 3. Motor Tripped on Torque in Mid -Travel 4. Motor Stalled S. Actuator Being Operated by Handwheel 6. Open or Close Interlock Active 7. ESD Active 8. Motor Tripped on Torque in Mid -Travel 9. Motor Tripped on Torque Going Open 10. Motor Tripped on Torque Going Closed 11. Pre -Set Torque Exceeded 12. Valve Jammed 13. Actuator Being Operated by Handwheel 14. Lost Main Power Phase 15. Customer 24V DC or 24V AC Supply Lost 16. Battery Low 17. Internal Failure Detected 18. Thermostat Tripped Provision shall be made in the design for the addition of a contactless transmitter to give a 4-20mA analog signal corresponding to valve travel for remote indication when required. Provision shall be made in the design for the addition of a current torque 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 5 transmitter (CTT) to provide a 4-20mA signal corresponding to valve torque demand for remote indication when required. Local Position Indication: The actuator must provide a local display of the position of the valve, even when the power supply is not present. The display shall be able to be rotated in 90-degree increments in order to provide easy viewing regardless of actuator mounting position. The local display should be large enough to be readable from a distance of six feet when the actuator is powered up. The actuator shall include a digital position indicator with a display from fully open to fully closed in 1/10% increments. Red, green, and yellow lights corresponding to Open, Closed, and Intermediate positions shall be included and configurable in any order on the actuator. The digital display shall be maintained even when the power to the actuator is isolated. J. Integral Push -buttons and Selector: Integral to the actuator shall be local controls for Open, Close, and Stop, and a local/remote selector switch padlockable in any one of the following three positions: 1. Local Control Only 2. Off (No Electrical Operation)] 3. Remote Control plus Local Stop Only. It shall be possible to select maintained or non -maintained local control. The local controls shall be arranged so that the direction of valve travel can be reversed without the necessity of stopping the actuator. K. Control Facilities: The necessary wiring and terminals shall be provided in the actuator for the following control functions: Connections for external remote controls fed from an internal 24V DC supply and/or from an external supply of (min. of 12V AC and max. of 120V AC, 60V DC or optional 120V DC) to be suitable for any one or more of the following methods of control: 1. Open, Close, and Stop 2. Open and Close 3. Overriding Emergency, Shutdown to Close (or Open) Valve from a selectable "Make" or "Brake" Contact. 4. Two -Wire Control, Energize to Close (or Open), De -Energize to Open (or Close) 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 6 Selection of maintained or push -to -run control for modes (A) and (B) above shall be provided and it shall be possible to reverse valve travel without the necessity of stopping the actuator. The starter contactors shall be protected from excessive current surges during travel reversal by an automatic time delay on energization of approximately 300 ms. The internal circuits associated with the remote control and monitoring functions are to be designed to withstand simulated lightning impulses of up to 2.0 kV. L. Monitoring & Diagnostics Facilities: Facilities shall be provided for monitoring actuator operation and availability as follows: 1. Monitor (availability) relay, having one change -over contact, the relay being energized from the control transformer only when the Local/Off/Remote selector is in the "Remote" position and thermostat is not "tripped" to indicate that the actuator is available for remote operation. 2. Where required, it shall be possible to provide indication of thermostat trip and "Remote" selected as discreet signals. 3. A non -intrusive hand-held computer must be available, capable of two way communication for uploading and downloading all variables for the actuator as well as performing detailed diagnostics. 4. Actuator shall include a diagnostic module, which will store and enable download of historical actuator data to permit analysis of changes in actuator or valve performance. A software tool shall be provided to allow configuration and diagnostic information to be reviewed, analyzed and reconfigured. 5. Diagnostic status screens must be provided to show multiple functions simultaneously so troubleshooting can be affected rapidly and efficiently. All diagnostic information should be contained on no more than eight (8) screens so multiple functions can be checked simultaneously. 6. Provision shall be made to display valve torque demand as a percent of rated actuator torque and position simultaneously, in order to facilitate valve trouble shooting and diagnostics. 7. Provision shall be made in the design for the addition of a contactless transmitter to give a 4-20mA analog signal corresponding to actuator output torque for remote indication when required. M. The CONTRACTOR shall ensure that each operator is correctly sized for the application and compatible with the valve on which it is installed. 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 7 N. Manufacturers: Electric motor valve operator shall be Rotork Corp. Model IQT, or approved. 2.2 MANUAL OPERATORS A. For information on manual valve operators see Section 40 05 23 - "Common Work Results for Process Valves." PART 3 EXECUTION 3.1 INSTALLATION A. Valve operators shall be installed in accordance with Section 40 05 23 - "Common Work Results for Process Valves." B. Automatic valve actuator shall be connected to valves by the valve manufacturer. The actuator supplier shall cooperate and coordinate this work with the valve manufacturer. 3.2 SERVICES OF MANUFACTURER'S REPRESENTATIVE A. Field time shall be included as required for both the valve manufacturer's field representative and the electric actuator manufacturer's field representative. The valve manufacturer's representative shall oversee the installation, adjustment and testing of all valves to ensure conformance with manufacturer's recommendations and the project specifications. B. The electric actuator manufacturer's field representative shall oversee the installation of the electric actuator to assure conformance with the manufacturer's recommendations, shall field set the limit switches for proper operation under constructed conditions, test actuator operation and shall provide four (4) hours of training to City staff on the operation and maintenance of the electric operators. Instruction shall be provided for all anticipated maintenance and repair functions and shall include the dismantling and re -assembly of an operating unit of the type installed. END OF SECTION 16-1840.224 Valve Operators, Electric Kennydale Reservoir 40 05 57 - 8 SECTION 40 91 23.33 FLOW PROCESS MEASUREMENT DEVICES PART 1 GENERAL 1.1 SUMMARY A. This Section includes flow rate measurement devices, including sensors, indicators, and transmitters. Flow meter types that are covered in this Section are magnetic. B. Section Includes: 1. Magnetic flow meters. 2. Transmitters. 3. Indicators. C. Related Requirements: NOT USED IWMaaaailk] a►[y��r_l►i by -Al IN.30 A. American Society of Mechanical Engineers: 1. ASME B16.1 - Gray Iron Pipe Flanges and Flanged Fittings. B. ASTM International: 1. ASTM A126 - Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. 2. ASTM B61 - Standard Specification for Steam or Valve Bronze Castings. C. American Water Works Association: 1. AWWA C200 - Steel Water Pipe 6 Inch (150 mm) and Larger 2. AWWA C207 - Steel Pipe Flanges for Waterworks Service - Sizes 4-inch Through 144-inch. 3. AWWA C704 - Propeller -Type Meters for Waterworks Applications. 4. AWWA Manual M6 - Water Meters -Selection, Installation, Testing, And Maintenance. 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 1 D. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). E. National Sanitation Foundation: 1. NSF Standard 61 - Drinking Water System Components - Health Effects. 2. NSF Standard 372 - Drinking Water System Components - Lead Content. 1.3 COORDINATION A. Coordinate Work of this Section with control vault improvements to suit Project needs. 1.4 SUBMITTALS A. Section 0133 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturer's Product Data for system materials and component equipment, including connection requirements. C. Shop Drawings: 1. Indicate system materials and component equipment. 2. Wiring diagrams and electrical data. 3. Submit installation requirements and other details. D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Manual: Complete operation and maintenance instructions for metering systems, including relevant instrumentation and controls. F. Source Quality -Control Submittals: Indicate results of factory tests and inspections. G. Field Quality -Control Submittals: Indicate results of Contractor -furnished tests and inspections. H. Manufacturer Reports: 1. Certify that equipment has been installed according to manufacturer's instructions. 2. Indicate activities on Site, adverse findings, and recommendations. 1.5 CLOSEOUT SUBMITTALS A. Project Record Documents: Record actual locations and final orientation of equipment and accessories. 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 2 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Tools: Furnish special wrenches and/or other specialty devices required for Owner to maintain devices. 1.7 QUALITY ASSURANCE A. Ensure materials of construction of wetted parts are compatible with process liquid. B. Materials in Contact with Potable Water: Certified to NSF Standard 61 and NSF Standard 372. 1.8 DELIVERY, STORAGE, AND HANDLING A. Inspection: Accept equipment on Site in manufacturer's original packaging and inspect for damage. B. Store equipment according to manufacturer's instructions. C. Protection: 1. Protect materials from moisture and dust by storing in clean, dry location remote from areas involved in construction operations. 2. Provide additional protection according to manufacturer's instructions. 1.9 CLEANUP A. Prior to final acceptance, remove all debris from the site. Clean all meters, controls, cabinets, and other metering appurtenances. 1.10 WARRANTY A. Furnish two-year manufacturer's warranty for flow measurement devices. PART 2 PRODUCTS 2.1 DESCRIPTION A. Furnish all materials, including unit conversions and algorithms, as required, for application as specified herein. 2.2 MAGNETIC FLOW METERS A. Manufacturers: 1. Endress + Hauser, Promag 53W. 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 3 2. Siemens. B. Description: Low -frequency, electromagnetic induction -type flow meter, producing a linear signal directly proportional to flow rate, consisting of flow tube, signal cable, and transmitter. C. Flow Rate Range: 100 to 6,000 gpm D. Size: As indicated on Drawings E. Flow Tubes: 1. Material: Type 304 stainless steel, with polyurethane liner. 2. End Connections: a. Flanged, ASME B16.1, Class 125, carbon steel. b. As specified in Section 40 05 13, Common Work Results for Process Piping. F. Electrodes: 1. Type 316L stainless steel. 2. Self-cleaning. G. Outputs: Isolated outputs shall be 4-20 mA do plus two digital outputs. H. Inputs: Provide both analog and digital signals. I. Coating: Epoxy, AWWA C550. J. Flow Measurement: 1. Bi-directional. 2. Accuracy: Plus or minus 1 percent of actual flow rate over a 10:1 range. 3. Provide adjustment for zero and span. K. Function as specified herein at temperatures between - 5 °F and 140 9F and when submerged below 10 feet of water on an occasional basis. L. Accessories: 1. Furnish cable between the transmitter and receiver. 2. Spool grounding kit and/or ground rings as required by manufacturer. 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 4 2.3 TRANSMITTERS A. Transmitter Output: 1. 4 to 20 mA do analog signal. 2. Accuracy: Plus or minus 1 percent of full scale. B. Housing: NEMA4X. C. HMI: 1. Touch -screen programming, functioning through enclosure window without opening enclosure. 2. Display: a. Size: Four lines by 16 characters. b. Type: Backlit LCD. c. User -selectable engineering units. d. Readout of diagnostic error messages. D. Mounting: 1. Remote mounting. 2. Provide stainless -steel mounting posts. E. Transmitter Communication Interface: HART. F. Accessories: 1. Current signal output simulation. 2. Empty pipe detection. 3. Self -diagnostics. 4. Automatic zero adjustment. 5. Stainless -steel sunshield. 6. Signal Cable: Provided by flow meter manufacturer. a. Cable: 1) 1/2-inch diameter, NPT connections. 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 5 2) Provide in a single length to meet requirements shown in Drawings. No splicing of cables will be allowed. Include cable length in Shop Drawings. 2.4 INDICATORS A. Description: 1. Integrally mounted in transmitter housing. 2. Scale: Graduated. 3. Units: gpm. 4. Mounting: Panel. 2.5 OPERATION A. Control Power: 1. Provide with wide range power. a. AC/DC24 V. 2. Furnish local transformers as required. B. Enclosures: NEMA 4X. 2.6 SOURCE QUALITY CONTROL A. Provide shop inspection and testing of meters according to AWWA Manual M6. B. Certificate of Compliance: When fabricator is approved by authorities having jurisdiction, submit certificate of compliance indicating Work performed at fabricator's facility conforms to Contract Documents. 3.1 EXAMINATION A. Verify that items provided by other Sections of Work are ready to receive Work of this Section. 3.2 INSTALLATION A. Coordinate location and orientation of flow meter with final equipment installations. B. Ensure that instruments are located to be easily accessible for maintenance. 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 6 3.3 FIELD QUALITY CONTROL A. Testing: 1. Test and calibrate flow meter to demonstrate that it meets specified accuracy requirements. 2. Comply with AWWA Manual M6. B. Manufacturer Services: Furnish services of manufacturer's representative experienced in installation of products furnished under this Section for not less than 2 days on Site for installation, inspection, field testing, and instructing Owner's personnel in maintenance of equipment. C. Equipment Acceptance: 1. Adjust, repair, modify, or replace components failing to perform as specified, and rerun tests. 2. Make final adjustments to equipment under direction of manufacturer's representative. D. Furnish installation certificate from equipment manufacturer's representative attesting that equipment has been properly installed and is ready for startup and testing. [C1112A101a NA 191016611:L�Ira] 1 A. Demonstrate equipment startup, shutdown, routine maintenance, and emergency repair procedures to Owner's personnel. END OF SECTION 16-1840.224 Flow Process Measurement Devices Kennydale Reservoir 40 9123.33 - 7 This page intentionally left blank. DIVISION 43 PROCESS GAS AND LIQUID HANDLING, PURIFICATION AND STORAGE EQUIPMENT Kennydale Reservoir City of Renton This page intentionally left blank. Kennydale Reservoir City of Renton SECTION 43 2143 SUMP LIQUID PUMP PART1 GENERAL 1.1 Work Included A. Submersible sump pumps shall be provided and installed for drywell drainage where indicated on the plans. 1.2 Submittals A. Operations and Maintenance Manuals: Supply manuals in conformance with Section 0133 00, Submittal Procedures. 1.3 Standards and Codes A. All materials and equipment specified herein shall be approved by the Underwriter's Laboratories or other Washington State approved testing agencies, for the purpose for which they are used and shall bear the testing agency's label. B. All materials and equipment specified herein shall conform to all applicable NEMA, ANSI and IEEE standards. C. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electric Code (N.E.C.). PART 2 PRODUCTS 2.1 Sump Pump A. Sump pump shall be rated for minimum 15 gpm at 15' TDH. B. Pump shall pump down automatically on rising liquid level, with maximum level of 7.5" above bottom of sump. C. Sump pump motor shall be rated for 0.3 HP, single-phase, 115 VAC. D. Submersible sump pump shall be Tsurumi, Model 480A or approved equal. 16-1840.224 Sump Liquid Pump Kennydale Reservoir 43 21 43 - 1 2.2 Sump Pump Connections A. Connect sump pump to sump pump discharge piping per the drawings with a check valve, gate valve, union and fittings as required. 2.3 Float Switch A. Sump pump shall be controlled by an integral float switch consisting of a float plugged into the receptacle providing power to the sump pump. Float switch shall be heavy duty and rated for 140 degrees Fahrenheit. PART 3 EXECUTION 3.1 General A. Install sump, pump and appurtenances in accordance with the manufacturer's recommendations. B. Shall conform with all local, state, and national electrical code restrictions and requirements. In case of conflict between the contract documents and a governing code, the higher standard shall prevail. END OF SECTION 16-1840.224 Sump Liquid Pump Kennydale Reservoir 43 21 43 - 2 ADDENDUM NO. 1 Date: February 12, 2019 Subject: Addendum No.1 to Contract Documents City of Renton Kennydale Reservoir, Project No. WTR27-3956 Schedule B From: Eric Ott, Project Manager, City of Renton Marshall Meyer, P.E., Murraysmith To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Kennydale Reservoir Project and shall have the same effect as if set forth therein. Receipt of this Addendum must be acknowledged on your Bid Form. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. A. SUPPLEMENTAL QUALIFICATIONS FORMS Supplemental bidder qualifications are required for this project. The qualifications are described in the following sections and should be documented and submitted on the forms referenced below. a. Replace Section 00 20 10 —RESERVOIR CONTRACTOR STATEMENT OF QUALIFICATIONS FORM with RESERVOIR CONTRACTOR SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORM included in this addendum. b. Add TANK PAINTING CONTRACTOR SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORM included in this addendum. B. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE a. Add CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE included in this addendum. C. SPECIAL PROVISIONS a. Add the SPECIAL PROVISIONS included in this addendum. D. TECHNICAL SPECIFICATIONS a. Remove Section 01 12 16 through Section 43 2143 of the technical specifications; replace with technical specifications included in this addendum. This Addendum consists of two (2) page plus attachments (722 pages) Attached hereto and part of Addendum No. 1 are the following: 1. Supplemental Qualifications Forms 2. City of Renton Fair Practices Policy Affidavit of Compliance 3. Special Provisions 4. Technical Specifications Kennydale Reservoir Project February 12, 2019 Page 1 Addendum No. 1 All Bidders must sign this Addendum No. 1 in the space provided below and attach the signed Addendum No. 1 t he Formal Bid Proposal. Signature: Title: President Company: McClure and Sons, Inc. Date: 3/5/19 Kennydale Reservoir Project February 12, 2019 Page 2 Addendum No. 1 ADDENDUM NO.2 Date: February 22, 2019 Subject: Addendum No. 2 to Contract Documents City of Renton Kennydale Reservoir, Project No. W71127-3956 Schedule B From: Eric Ott, Project Manager, City of Renton Marshall Meyer, P.E., Murraysmith To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Kennydale Reservoir Project and shall have the same effect as if set forth therein. Receipt of this Addendum must be acknowledged on your Bid Form. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. A. TECHNICAL SPECIFICATIONS SECTION 05 50 00 1. Paragraph 2.9.6 is removed and replaced with the following: B. Minimum Design Live (Pedestrian) Load: Fabricate grating assembly to support uniform live load of 100 lb./sq. ft. and moving concentrated load of 300 lb./sq. ft. with deflection of stringer or landing framing not to exceed 1/180 of span. Surface shall be serrated. 2. Add new paragraph 2.9.E that reads as follows: E. Configuration: As shown on drawings. 3. Remove Section 2.10.C.2.a and replace with the following: a. 2-inch for vertical segments. 4. Remove Section 2.11.C.2 and replace with the following: 2. Outside diameter: a. 6-inch nominal for vertical segments (6.6-inch for vertical post segments based on 6-inch Schedule 80 pipe). b. 4-inch nominal for all other segments (4.5-inch horizonal segments based on 4-inch Schedule 40 pipe) 5. Remove Section 2.11.C.3 and 2.11.C.4 and replace with the following: 3. Cap vertical members with Y-inch circular plate Kennydale Reservoir Project February 22, 2019 Page 1 Addendum No. 2 6. Add new paragraph 2.11.C.7 that reads as follows: 7. Configuration: As shown on drawings. 7. Paragraph 2.12.E is removed and replaced with the following: B. Minimum Design Live (Pedestrian) Load: Fabricate stair assembly to support uniform live load of 100 Ib./sq. ft. and moving concentrated load of 300 Ib./sq. ft. with deflection of stringer or landing framing not to exceed 1/180 of span. Depth shall be 2 inches. Surface shall be serrated. 8. Paragraph 2.17.13.11 is removed and replaced with the following: 11. High Strength Bolts: ASTM F3125, Grade A325. a. Washers: ASTM F436; Type 1. 9. Add the following new paragraph 2.20 2.20 SEISMICANCHORS 1. Seismic anchors shall be F1554 Grade 105ksi as shown in the Drawings. 2. Materials: 1. Anchor complying with ASTM F1554-105. 2. Nuts, and washers: a. Material matching anchor type. 3. Embedded Plate Washer: a. A36 Plate, 6" x 6" square x 2" thick. 10. Add the following new paragraph 2.21 2.21 RESERVOIR ANCHOR CHAIRS A. Fabricate anchor chairs as shown in the Drawings. B. Except as otherwise shown, fabricate from structural A36 steel plate, all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. C. Cut, drill and tap units to receive reservoir anchors. B. TECHNICAL SPECIFICATIONS SECTION 1195 00 1. Remove 1195 00 paragraph 2.1.C.3 and replace with the following: Kennydale Reservoir Project February 22, 2019 Page 2 Addendum No. 2 3. BACKING RINGS a. Material: 316 SST b. Bolting Pattern: AWWA C207, ANSI B16.5 c. Bolts, washers, nuts: Type 316 stainless steel, Plastic insulating sleeve/washers shall be utilized to isolate dissimilar bolt and flange metals where required. C. TECHNICAL SPECIFICATIONS SECTION 33 1216 Remove 33 12 16 paragraph 2.4.D. D. TECHNICAL SPECIFICATIONS SECTION 33 1613 On Page 33 1613-1 of the Technical Specifications, change title of specification section from "SECTION 33 16 13.13 STEEL ABOVEGROUND WATER UTILITY STORAGE TANKS" TO "SECTION 33 1613 STEEL ABOVEGROUND WATER UTILITY STORAGE TANKS" Remove 33 16 13 paragraph 1.3 F. and replace with the following: F. Acceptable Tank Contractors The Tank Contractor (Reservoir Supplier and Erector) shall meet the Supplemental Bidder Responsibility Criteria listed in the Reservoir Contractor Supplemental Bidder Criteria Form of these Specifications. The Tank Contractor shall be a supplier normally involved in the design and manufacture of the type of reservoir structure specified. E. DRAWINGS Sheet C-4 Replace Sheet Note 5 with the following text: "PIPE MATERIAL SHALL BE PER COR SPECAILL PROVISION 9-05, UNLESS OTHERWISE SPECIFIED IN THE PLANS. PERFORATED PIPE SHALL BE PER SPECIFICATION 33 4110. DI STORM PIPE SHALL BE PER SECTION 9-05.13 OF THE STANDARD SPECIFICATIONS Sheet C-7 Replace Note #3 with the following text: "ALL WATERMAIN PIPE IS TO BE CEMENT LINED THICKNESS CLASS 52 DUCTILE IRON, PER SPECIAL PROVISION SEC 9-30.1(1), UNLESS NOTED OTHERWISE.- b. Replace Note #8 with the following text: "BURIED WATER MAIN PIPE MATERIAL SHALL BE THICKNESS CLASS 52 DUCTILE IRON, PER SPECIAL PROVISION SEC 9-30.1(1), UNLESS NOTED OTHERWISE. REFER TO SPECIFICATION SECTION 33 1110 FOR OTHER PIPING MATERIAL." Kennydale Reservoir Project February 22, 2019 Page 3 Addendum No. 2 3. Sheet C-14 a. On Detail 1, replace note that reads "MECHANICAL PIPE PENETRATION SEAL, TYP" with "SEAL ENDS OF CASING WITH NON -SHRINK GROUT OR CONCRETE, SEE SHT C-18, DET 5." 4. Sheet S-3 a. On Elevation 1, a 1/2" fillet weld is called out to join the tank shell to the 7/16" thick annular ring. Replace the callout on the fillet weld that states "1/2" to read "7/16" 5. Sheet S-6 a. On Detail 7, a 1/2" fillet weld is called out to join the tank shell to the 7/16" thick annular ring. Replace the callout on the fillet weld that states "1/2" to read „7/16" 6. Sheet S-7 a. On the Stair and Landing Plan, modify the note that reads: "SPIRAL ACCESS STAIRS 135 STEPS WITH 7-1/2" RISE AND 11" RUN" to read "SPIRAL ACCESS STAIRS 133 STEPS WITH 7-1/2" RISE AND 11" RUN, APPROX 83' TOTAL VERTICAL HEIGHT" 7. Sheet M-1 a. Add new note number 12 to Sheet M-1 that reads "ALL SST PIPE SHALL BE STANDARD WEIGHT WALL THICKNESS UNLES NOTED OTHERWISE" 8. Sheet M-6 a. On Keyed Note #26, Replace "RRS" with "NRS" 9. Sheet E-3 a. Replace Sheet E-3, with the new Sheet E-3 attached to Addendum No. 2 F. BIDDER QUESTIONS 1. Bidder Question - SPEC 1195 00 calls for HDPE DR17 PIPE, but PLAN SHEET M-2 the OVERFLOW pipe has a note calling for HDPE DR9. That is confusing. City of Renton Response — 1195 00 2.1.A.4 states HDPE is DR 17 unless noted otherwise on plans, which it is. HDPE pipe should be DR-9 where noted on the plans. G. SUPPLEMENTAL INFORMATION 1. The approved City of Renton Building Permit for the Tank is attached for reference and incorporated as conditions of the contract. Kennydale Reservoir Project February 22, 2019 Page 4 Addendum No. 2 2. The approved City of Renton Building Permit for the Retaining Walls is attached for reference and incorporated as conditions of the contract. 3. The approved City of Renton Building Permit for the Stormwater Vaults is attached for reference and incorporated as conditions of the contract. 4. The approved City of Renton Civil Construction Permit is attached for reference and incorporated as conditions of the contract. This Addendum consists of five (5) pages plus attachments (2 pages) Attached hereto and part of Addendum No. 2 are the following: 1. Drawing Sheet E-3 2. Drawing Sheet E-9 All Bidders must sign this Addendum No. 2 in the space provided below and attach the signed Addend . 2 to the Formal Bid Proposal. r Signature: — Title: President Company: M lure and Sons, Inc. Date: 3/5/19 Kennydale Reservoir Project February 22, 2019 Page 5 Addendum No 2 ADDENDUM NO.3 Date: February 26, 2019 Subject: Addendum No. 3 to Contract Documents City of Renton Kennydale Reservoir, Project No. WTR27-3956 Schedule B From: Eric Ott, Project Manager, City of Renton Marshall Meyer, P.E., Murraysmith To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Kennydale Reservoir Project and shall have the same effect as if set forth therein. Receipt of this Addendum must be acknowledged on your Bid Form. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. A. SUPPLEMENTAL BIDDER RESPONSIBILTIY CRITERIA FORMS 1. On the RESERVOIR CONTRACTOR SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORM, delete the last sentence of the first paragraph that says "This Statement of Qualifications Form shall be completed and submitted with the bid." 2. On the TANK PAINTING CONTRACTOR SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA FORM, delete the second paragraph that says "This Statement of Qualifications Form shall be completed and submitted with the bid." B. TECHNICAL SPECIFICATIONS SECTION 09 9714 Add the following text as a new Section 09 9714.1.10.M.1.b b. CONTAINMENT OF ABRASIVE BLASTING The Contractor shall contain airborne and other materials using best management practices and available technologies that are in compliance with applicable federal, state and local air pollution authorities, environmental control regulations and fugitive dust emissions. The Contractor shall use acceptable containers for the collection, storage, transport and disposal of specified waste materials. The containment shall, as a minimum meet the requirements of Class 3A containment as provided by the SSPC Guide 6 and meet the following: Penetrability: B2A Joints: D2 Entryways: E3 Air Supply (Intake Points): G2 Air Pressure Inside Containment: H3 Exhaust Air Flow/Dust Collection: J1 Methods for Assessing Quantity of Emissions: METHOD G Kennydale Reservoir Project February 26, 2019 Page 1 Addendum No. 3 C. DRAWINGS 1. Sheet C-6 a. On Profile A, change the callout that says "16" STEEL CASING" to "18" STEEL CASING" b. On Profile C, change the callout that says "16" STEEL CASING" to "18" STEEL CASING" 2. Sheet C-13 a. On Detail 5, change the callout that says "16" STEEL CASING" to "18" STEEL CASING" 3. Sheet C-14 a. On Detail 1, change the callout that says "16" STEEL CASING" to "18" STEEL CASING" 4. Sheet S-1 a. On Auger Cast Pile Note No. 3, delete second sentence that says "THE 24" DIAMETER API N80 CASE SHALL BE LEFT IN PLACE FOR THE TOP 20' OF THE AUGER -CAST PILE." b. On Auger Cast Pile Note No. 3, delete third sentence that says "AUGER -CAST PILE REINFORCING SHALL CONSIST OF AN EPDXY COATED 2" THREAD BAR CONFORMING TO THE SPECIFICATIONS OF ASTM F1554 (GRADE 105)" D. SUPPLEMENTAL INFORMATION 1. Structural calculations for reservoir and pile foundation This Addendum consists of two (2) pages plus attachments (57 pages) Attached hereto and part of Addendum No. 3 are the following: 1. Structural calculations for reservoir and pile foundation All Bidders must sign this Addendum No. 3 in the space provided below and attach the signed Addendum NiPa to the l Bid Pro osal. Signature: Title: Company: /%15 ! ���'�✓�.Safn , t�✓G'. y Date: �_l �-5-- % Kennydale Reservoir Project February 26, 2019 Page 2 Addendum No. 3 ADDENDUM NO.4 Date: February 27, 2019 Subject: Addendum No. 4 to Contract Documents City of Renton Kennydale Reservoir, Project No. VvTR27-3956 Schedule B From: Eric Ott, Project Manager, City of Renton Marshall Meyer, P.E., Murraysmith To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Kennydale Reservoir Project and shall have the same effect as if set forth therein. Receipt of this Addendum must be acknowledged on your Bid Form. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. A. APPROVED PERMITS 1. Addendum 2 listed several City of Renton permits for the project as being provided and part of the Addendum. These permits will be provided following bid award and NOT part of the bid document submittal or addenda. This Addendum consists of one (1) page All Bidders must sign this Addendum No. 4 in the space provided below and attach the signed Addendum N . 4 to the Formal Bid Proposal. e Signature: Title: President v Company: McClure and Sons, Inc. Date: 3/5/1 9 Kennydale Reservoir Project February 27, 2019 Page 1 Addendum No. 4 ADDENDUM NO.5 Date: February 28, 2019 Subject: Addendum No. 5 to Contract Documents City of Renton Kennydale Reservoir, Project No. WTR27-3956 Schedule B From: Eric Ott, Project Manager, City of Renton Marshall Meyer, P.E., Murraysmith To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Kennydale Reservoir Project and shall have the same effect as if set forth therein. Receipt of this Addendum must be acknowledged on your Bid Form. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. A. TECHNICAL SPECIFICATIONS SECTION 26 05 33 1. In sub -section 3.1, remove paragraph B and replace with the following new text: B. Conduit buried in earth: Install raceways to provide not less than 30 inches cover to finish grade. Pitch to drain away from buildings; avoid trapped runs. Grade trenches and place pipe bedding material to provide uniform trench bottom for raceway support. Buried raceway shall not be smaller than 1 inch and shall be PVC or fiberglass, unless otherwise shown. All underground elbows shall be PVC or fiberglass, unless otherwise noted or required by power utility (for service runs). All interior stub -up conduit sections shall be RGS or PVC -coated rigid; make transition from PVC/fiberglass to RGS under slab. B. SCHEDULE OF PRICES 1. Remove the previous SCHEDULE OF PRICES and replace with SCHEUDLE OF PRICES ADDENDUM NO.5 This Addendum consists of one (1) page and SCHEDULE OF PRICES ADDENDUM NO.5- Be advised that the FORCE ACCOUNT has an amount now and IS reflected in this ADDENDUM. AH Bidders must sign this Addendum No. 5 in the space provided below and attach the signed Addendum NQ.5 to the Formal Bid Proposal. c Signature: Title: President Company: McClure and Sons, Inc. Date: 3/5/19 Kennydale Reservoir Project February 28, 2019 Page 1 Addendum No. 5 STANDARD PLANS Standard Plans List: 213.30 PLASTIC COVER 213.40 STRAW WATTLES 214.00 SILT FENCE 215.10 STABILIZED CONSTRUCTION ENTRANCE 216.00 SEDIMENT POND PLAN VIEW AND CROSS SECTION 216.10 SEDIMENT POND RISER DETAIL 216.30 CATCH BASIN INSERT 217.10 INTERCEPTOR SWALE 300.5 CONNECTION TO WATER MAIN EXISTING TEE OR END LINE CAP 300.6 POLY PIG STATION FOR CLEANING OF WATER MAINS 310.1 FIRE HYDRANT ASSEMBLEY 330.1 VALVE BOX, MARKER, AND OPERATOR NUT EXTENSION 330.2 CONCRETE BLOCKING FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS, 330.3 CONCRETE BLOCKKNG FOR VERTICAL FITTINGS 330.5 SHACKLE RODS AND TIE BOLTS DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 SANDBAG (TYP.) 10' MAX.. _-- -I ,iI; I_ IIE -III-1 I I -I I I_ TOE IN SHEETING IN I 4" x 4" MIN. TRENCH III -II I - :I 1=II= 10' MAX. -I 1 I -III -III IM11 i=III-III,�IIII�� PROVIDE ENERGY DISSIPATION AT TOE IF EROSION IS LIKELY NOTES: 1. CONDITIONS OF USE 1.1. PLASTIC COVERING MAY BE USED ON DISTURBED AREAS THAT REQUIRE COVER MEASURES FOR LESS THAN 30 DAYS. 1.2. PLASTC IS PARTICULARLY USEFUL FOR PROTECTING CUT AND FILL SLOPES AND STOCKPILES. 1.3. CLEAR PLASTIC SHEETING MAY BE USED OVER NEWLY -SEEDED AREAS TO CREATE A GREENHOUSE EFFECT AND ENCOURAGE GRASS GROWTH. CLEAR PLASTIC SHOULD NOT BE USED FOR THIS PURPOSE DURING THE SUMMER MONTHS. 1.4. THIS METHOD SHALL NOT BE USED UPSLOPE OF AREAS THAT MIGHT BE ADVERSELY IMPACTED BY RUNOFF. SUCH AREAS INCLUDE STEEP AND UNSTABLE SLOPES. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. PLASTIC SHEETING SHOULD HAVE A MINIMUM THICKNESS OF 0.06 MILLIMETERS. 2.2. IF EROSION AT THE TOE OF A SLOPE IS LIKELY, A GRAVEL BERM, RIPRAP, OR OTHER SUITABLE PROTECTION SHALL BE INSTALLED AT THE TOE OF THE SLOPE IN ORDER TO REDUCE THE VELOCITY OF RUNOFF. 2.3. TIRES, SAND BAGS, OR EQUIVALENT MAY BE USED TO WEIGHT PLASTIC. 2.4. SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12 INCHES AND BE WEIGHTED OR TAPED. 3. MAINTENANCE STANDARDS 3.1. TORN SHEETS MUST BE REPLACED AND OPEN SEAMS REPAIRED. 3.2. IF THE PLASTIC BEGINS TO DETERIORATE DUE TO ULTRAVIOLET RADIATION, IT MUST BE COMPLETELY REMOVED AND REPLACED. 3.3. WHEN THE PLASTIC IS NO LONGER NEEDED, IT SHALL BE COMPLETELY REMOVED. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 213.30 PUBLIC WORKS PRO DEPARTMENT PLASTIC COVERING If GAZ 9/28/2018 I G Public Works Administrator DATE :45 AN DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 3'-30'. SEE NOTE 2.3 ROLL SPACING DEPENDS ON SOIL TYPE AND SLOPE STEEPNESS SEDIMENT, ORGANIC MATTER, AND NATIVE SEEDS ARE CAPTURED BEHIND THE ROLLS STRAW ROLLS MUST BE PLACED ALONG SLOPE CONTOURS IACENT ROLLS SHALL HTLY ABUT WOODEN STAKE LIVE STAKE 0" DIA. NOTES: 1. CONDITIONS OF USE 1.1. INSTALL ON DISTURBED AREAS THAT REQUIRE IMMEDIATE EROSION PROTECTION. 1.2. USE ON SLOPES REQUIRING STABILIZATION UNTIL PERMANENT VEGETATION CAN BE ESTABLISHED. 1.3. CAN BE USED ALONG THE PERIMETER OF A PROJECT, AS A CHECK DAM IN UNLINED DITCHES AND AROUND TEMPORARY STOCKPILES. 1.4. WATTLES CAN BE STAKED TO THE GROUND USING WILLOW CUTTINGS FOR ADDED REVEGETATION. 1.5. RILLING CAN OCCUR BENEATH AND BETWEEN WATTLES IF NOT PROPERLY ENTRENCHED, ALLOWING WATER TO PASS BELOW AND BETWEEN WATTLES. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. IT IS CRITICAL THAT WATTLES ARE INSTALLED PERPENDICULAR TO THE FLOW DIRECTION AND PARALLEL TO THE SLOPE CONTOUR. 2.2. NARROW TRENCHES SHOULD BE DUG ACROSS THE SLOPE, ON CONTOUR, TO A DEPTH OF 3 TO 5 INCHES ON CLAY SOILS AND SOILS WITH GRADUAL SLOPES. ON LOOSE SOILS, STEEP SLOPES, AND DURING HIGH RAINFALL EVENTS, THE TRENCHES SHOULD BE DUG TO A DEPTH OF 5 TO 7 INCHES, OR 1/2 TO 2/3 OF THE THICKNESS OF THE WATTLE. 2.3. START CONSTRUCTION OF TRENCHES AND INSTALLING WATTLES FROM THE BASE OF THE SLOPE AND WORK UPHILL. EXCAVATED MATERIAL SHOULD BE SPREAD EVENLY ALONG THE UPHILL SLOPE AND COMPACTED USING HAND TAMPING OR OTHER METHOD. CONSTRUCT TRENCHES AT CONTOUR INTERVALS OF 3 TO 30 FEET APART DEPENDING ON THE STEEPNESS OF THE SLOPE, SOIL TYPE, AND RAINFALL. THE STEEPER THE SLOPE THE CLOSER TOGETHER THE TRENCHES SHOULD BE CONSTRUCTED. VERTICAL DISTANCE BETWEEN WATTLES IS NOT TO EXCEED 10 FEET. 2.4. INSTALL THE WATTLES SNUGLY INTO THE TRENCHES AND ABUT TIGHTLY END TO END. DO NOT OVERLAP THE ENDS. 2.5. INSTALL STAKES AT EACH END OF THE WATTLE, AND AT 4 FOOT CENTERS ALONG THE ENTIRE LENGTH OF THE WATTLE. 2.6. IF REQUIRED, INSTALL PILOT HOLES FOR THE STAKES USING A STRAIGHT BAR TO DRIVE HOLES THROUGH THE WATTLE AND INTO THE SOIL. 2.7. AT A MINIMUM, WOODEN STAKES SHOULD BE APPROXIMATELY 3/4 X 3/4 X 24 INCHES. WILLOW CUTTINGS OR 3/8-INCH REBAR CAN ALSO BE USED FOR STAKES. 2.8. STAKES SHOULD BE DRIVEN THROUGH THE MIDDLE OF THE WATTLE, LEAVING 2 TO 3 INCHES OF THE STAKE PROTRUDING ABOVE THE WATTLE. 3. MAINTENANCE STANDARDS 3.1. INSPECT WATTLES PRIOR TO FORECASTED RAIN, DAILY DURING EXTENDED RAIN EVENTS, AFTER RAIN EVENTS, WEEKLY DURING THE WET SEASON, AND AT TWO WEEK INTERVALS AT ALL OTHER TIMES OF THE YEAR. 3.2. REPAIR OR REPLACE SPLIT, TORN, RAVELING, OR SLUMPING WATTLES 3.3. REMOVE SEDIMENT ACCUMULATIONS WHEN EXCEEDING 1/2 THE HEIGHT BETWEEN THE TOP OF THE WATTLE AND THE GROUND SURFACE. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 213.40 V PUBLIC WORKS APPR ED: DEPARTMENT STRAW WATTLES GAZ 9/28/2018 1 Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 2"x2" 14 GAUGE WIRE, OR EQUIVALENT, IF STANDARD STRENGTH FABRIC USED 2' MIN. FILTER FABRIC i I� _ _ _ _ _ _ _ _ _ _ _ _ _ 6' MAX. I POST SACING MAY BE TO 8' PF WIRE BACKING IS USED INCREASED I I 4"x4"MIN. TRENCH �UII BACKFILL TRENCH WITH NATIVE SOIL OR 3/4" TO 1-1/2" WASHED GRAVEL 2"x4" WOOD POSTS, STEEL FENCE POSTS, OR EQUIVALENT (TYP.) NOTES: 1. CONDITIONS OF USE 12" MIN. II ,I U 1.1. SILT FENCE MAY BE USED DOWNSLOPE OF ALL DISTURBED AREAS. 1.2. SILT FENCE IS NOT INTENDED TO TREAT CONCENTRATED FLOWS, NOR IS IT INTENDED TO TREAT SUBSTANTIAL AMOUNTS OF OVERLAND FLOW. ANY CONCENTRATED FLOW MUST BE CONVEYED THROUGH THE DRAINAGE SYSTEM TO A SEDIMENT TRAP OR POND. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE GEOTEXTILE USED MUST MEET THE STANDARD LISTED BELLOW. A COPY OF THE MANUFACTURER'S FABRIC SPECIFICATIONS MUST BE AVAILABLE ON SITE. AOS (ASTM D4751) 30-100 SIEVE SIZE (0.60-0.15mm) FOR SILT FILM 50-100 SIEVE SIZE (0.30-0.15mm) FOR OTHER FABRICS WATER PERMITTIVITY (ASTM D4491) 0.02 SEC -'MINIMUM GRAB TENSILE STRENGTH (ASTM D4632) 180 LBS. MIN. FOR EXTRA STRENGTH FABRIC 100 LBS. MIN. FOR STANDARD STRENGTH FABRIC GRAB TENSILE ELONGATION (ASTM D4632) 30% MAX. (WOVEN) ULTRAVIOLET RESISTANCE (ASTM D4355) 70% MIN. 2.2. STANDARD STRENGTH FABRIC REQUIRES WIRE BACKING TO INCREASE THE STRENGTH OF THE FENCE. WIRE BACKING OR CLOSER POST SPACING MAY BE REQUIRED FOR EXTRA STRENGTH FABRIC IF FIELD PERFORMANCE WARRANTS A STRONGER FENCE. 2.3. WHERE THE FENCE IS INSTALLED, THE SLOPE SHALL NOT BE STEEPER THAN 2H:1V 2.4. IF A TYPICAL SILT FENCE IS USED, THE STANDARD 4"X4" TRENCH MAY BE REDUCED AS LONG AS THE BOTTOM 8 INCHES OF THE SILT FENCE FABRIC IS WELL BURIED AND SECURE IN A TRENCH THAT STABILIZES THE FENCE AND DOES NOT ALLOW WATER TO BYPASS OR UNDERMINE THE SILT FENCE. 2.5. FILTER FABRIC FENCES SHALL BE INSTALLED ALONG CONTOURS WHENEVER POSSIBLE. 3. MAINTENANCE STANDARDS 3.1. ANY DAMAGE SHALL BE REPAIRED IMMEDIATELY. 3.2. IF CONCENTRATED FLOWS ARE EVIDENT UPHILL OF THE FENCE, THEY MUST BE INTERCEPTED AND CONVEYED TO A SEDIMENT TRAP OR POND. 3.3. IT IS IMPORTANT TO CHECK THE UPHILL SIDE OF THE FENCE FOR SIGNS OF THE FENCE CLOGGING AND ACTING AS A BARRIER TO FLOW AND THEN CAUSING CHANNELIZATION OF FLOWS PARALLEL TO THE FENCE. IF THIS OCCURS, REPLACE THE FENCE OR REMOVE THE TRAPPED SEDIMENT. 3.4. SEDIMENT MUST BE REMOVED WHEN SEDIMENT IS 6 INCHES HIGH. 3.5. IF THE FILTER FABRIC (GEOTEXTILE) HAS DETERIORATED DUE TO ULTRAVIOLET BREAKDOWN, IT SHALL BE REPLACED. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 214.00 a } PUBLIC WORKS PRO DEPARTMENT SILT FENCE GAZ 9/28/2018 Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 6" SEWER PIPE WITH BUTTERFLY VALVES D 8'x8' SUMP WITH 5' OF CATCH 3" TRASH PUMP WITH FLOATS ON SUCTION HOSE TO ACCOMMODATE CLEANING BY TRACKHOE 2" SCH 40 '_ 1 1/2" SCH 40 FOR SPRAYERS = u MIDPOINT SPRAY o w I NOZZLES, IF NEEDED a 2% SLOPE 5H:1V OJ 5H:1V 2% SLOPE 15' ATB APRON TO = PROTECT GROUND FROM SPLASHING WATER ' ATB CONSTRUCTION ENTRANCE BALL VALVE (TYP.) ASPHALT CURB ON THE LOW ROAD SIDE TO DIRECT WATER BACK TO POND 7 PLAN VIEW 6" SLEEVE UNDER ROAD r 15, 6" ATB OVER CRUSHED BASE MATERIAL OR 8" ATB OVER A GOOD SUBGRADE — 15' 20' 15' ELEVATION VIEW LOCATE INVERT OF TOP PIPE 12" TO 14" ABOVE BOTTOM OF WHEEL WASH 8'x8' SUMP TO ACCOMMODATE CLEANING BY TRACKHOE ---\ 5' DRAIN PIPE WITH BUTTERFLY VALVE 50, CURB 6" SLEEVE 18. WATER LEVEL, 12" TO 14" DEEP 3' �1 1 �12'� 1. CONDITIONS OF USE 1.1. WHEN A STABILIZED CONSTRUCTION ENTRANCE IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT, WHEEL WASHING IS GENERALLY AN EFFECTIVE EROSION AND SEDIMENT CONTROL METHOD AND BMP WHEN INSTALLED WITH CAREFUL ATTENTION TO TOPOGRAPHY. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. USE A LOW CLEARANCE TRUCK TO TEST THE WHEEL WASH BEFORE PAVING. EITHER A BELLY DUMP OR LOWBOY WILL WORK WELL TO TEST CLEARANCE. 2.2. MIDPOINT SPRAY NOZZLES ARE ONLY NEEDED IN VERY MUDDY CONDITIONS. 2.3. POLYACRYLAMIDE (PAM) ADDED TO WHEEL WASHWATER AT A RATE OF 0.25-0.5 POUNDS PER 1,000 GALLONS OF WATER INCREASES EFFECTIVENESS AND REDUCES CLEANUP TIME. IF PAM IS ALREADY BEING USED FOR DUST OR EROSION CONTROL AND IS BEING APPLIED BY A WATER TRUCK, THE SAME TRUCK MAY BE USED TO CHANGE THE WASHWATER. 3. MAINTENANCE STANDARDS 3.1. THE WHEEL WASH SHOULD START OUT EACH DAY WITH CLEAN, FRESH WATER. 3.2. THE WASHWATER SHOULD BE CHANGED A MINIMUM OF ONCE PER DAY. ON LARGE EARTHWORK JOBS WHERE MORE THAN 10 TO 20 TRUCKS PER HOUR ARE EXPECTED, THE WASHWATER WILL NEED TO BE CHANGED MORE OFTEN. 3.3. WHEEL WASH OR TIRE BATH WASHWATER SHALL BE DISCHARGED TO A SEPARATE ONSITE TREATMENT SYSTEM, SUCH AS A CLOSED -LOOP RECIRCULATION SYSTEM OR LAND APPLICATION, OR TO THE SANITARY SEWER SYSTEM WITH PROPER APPROVAL AND/OR PERMITS FROM KING COUNTY AND THE CITY OF RENTON. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 215.00 PUBLIC WORKS WHEEL WASH AND PAVED PPR D %,�# DEPARTMENT CONSTRUCTION ENTRANCE GAZ 9/28/2018 1 Public Works Administrator DATE :45 AN DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 R = 25' MIN. INSTALL DRIVEWAY CULVERT IF THERE IS A ROADSIDE DITCH PRESENT, AS PER CITY ROAD STANDARDS rcX�s-(\NGROPO 4"-8" QUARRY SPALLS GEOTEXTILE 12" MIN. THICKNESS CONSTRUCTION ENTRANCE NOTES: 1. DRIVEWAYS SHALL BE PAVED TO THE EDGE OF THE RIGHT-OF-WAY RI PRIOR TO INSTALLATION OF THE CONSTRUCTION ENTRANCE TO AVOID DAMAGING OF THE ROADWAY. 2. IT IS RECOMMENDED THAT THE \ ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD 100' MIN. 15' MIN. PROVIDE FULL WIDTH OF INGRESS/EGRESS AREA NOTES: 1. CONDITION OF USE 1.1. CONSTRUCTION ENTRANCE SHALL BE STABILIZED WHEREVER TRAFFIC WILL BE LEAVING A CONSTRUCTION SITE AND TRAVELING ON PAVED ROADS OR OTHER PAVED AREAS WITHIN 1,000 FEET OF THE SITE. 1.2. FOR RESIDENTIAL CONSTRUCTION PROVIDE STABILIZED CONSTRUCTION ENTRANCES FOR EACH RESIDENCE IN ADDITION TO THE MAIN SUBDIVISION ENTRANCE. STABILIZED SURFACES SHALL BE OF SUFFICIENT LENGTH/WIDTH TO PROVIDE VEHICLE ACCESS/PARKING, BASED ON LOT SIZE/CONFIGURATION. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. A SEPARATION GEOTEXTILE SHALL BE PLACED UNDER THE SPALLS TO PREVENT FINE SEDIMENT FROM PUMPING UP INTO THE ROCK PAD. THE GEOTEXTILE SHALL MEET THE FOLLOWING STANDARDS: GRAB TENSILE STRENGTH (ASTM D4632) 200 LBS. MIN. GRAB TENSILE ELONGATION (ASTM D4632) 30% MAX. (WOVEN) CBR PUNCTURE STRENGTH (ASTM D6241) 495 LBS. MIN. AOS (ASTM D4751) 20-45 (U.S. STANDARD SIEVE SIZE) 2.2. DO NOT USE CRUSHED CONCRETE, CEMENT, OR CALCIUM CHLORIDE FOR CONSTRUCTION ENTRANCE STABILIZATION BECAUSE THESE PRODUCTS RAISE pH LEVELS IN STORMWATER AND CONCRETE DISCHARGE TO SURFACE WATERS OF THE STATE IS PROHIBITED. 2.3. HOG FUEL (WOOD BASED MULCH) MAY BE SUBSTITUTED FOR OR COMBINED WITH QUARRY SPALLS IN AREAS THAT WILL NOT BE USED FOR PERMANENT ROADS. HOG FUEL IS NOT RECOMMENDED FOR ENTRANCE STABILIZATION IN URBAN AREAS. THE INSPECTOR MAY AT ANY TIME REQUIRE THE USE OF QUARRY SPALLS IF THE HOG FUEL IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT OR IF THE HOG FUEL IS BEING CARRIED ONTO PAVEMENT. 2.4. FENCING SHALL BE INSTALLED AS NECESSARY TO RESTRICT TRAFFIC TO THE CONSTRUCTION ENTRANCE. 2.5. WHENEVER POSSIBLE, THE ENTRANCE SHALL BE CONSTRUCTED ON A FIRM, COMPACTED SUBGRADE. THIS CAN SUBSTANTIALLY INCREASE THE EFFECTIVENESS OF THE PAD AND REDUCE THE NEED FOR MAINTENANCE. 3. MAINTENANCE STANDARDS 3.1. QUARRY SPALLS SHALL BE ADDED IF THE PAD IS NO LONGER IN ACCORDANCE WITH THE SPECIFICATIONS. 3.2. IF THE ENTRANCE IS NOT PREVENTING SEDIMENT FROM BEING TRACKED ONTO PAVEMENT, THEN ALTERNATIVE MEASURES TO KEEP THE STREETS FREE OF SEDIMENT SHALL BE USED. THIS MAY INCLUDE STREET SWEEPING, AN INCREASE IN THE DIMENSIONS OF THE ENTRANCE, OR THE INSTALLATION OF A WHEEL WASH. IF WASHING IS USED, IT SHALL BE DONE ON AN AREA COVERED WITH CRUSHED ROCK, AND WASH WATER SHALL DRAIN TO A SEDIMENT TRAP OR POND. 3.3. ANY SEDIMENT THAT IS TRACKED ONTO PAVEMENT SHALL BE REMOVED IMMEDIATELY BY SWEEPING. THE SEDIMENT COLLECTED BY SWEEPING SHALL BE REMOVED OR STABILIZED ON SITE. THE PAVEMENT SHALL NOT BE CLEANED BY WASHING DOWN THE STREET, EXCEPT WHEN SWEEPING IS INEFFECTIVE AND THERE IS A THREAT TO PUBLIC SAFETY. IF IT IS NECESSARY TO WASH THE STREETS, A SMALL SUMP MUST BE CONSTRUCTED. THE SEDIMENT WOULD THEN BE WASHED INTO THE SUMP WHERE IT CAN BE CONTROLLED AND DISCHARGED APPROPRIATELY. WASH WATER MUST BE PUMPED BACK ONTO THE SITE AND CANNOT DISCHARGE TO SYSTEMS TRIBUTARY TO SURFACE WATERS. 3.4. ANY QUARRY SPALLS THAT ARE LOOSENED FROM THE PAD AND END UP ON THE ROADWAY SHALL BE REMOVED IMMEDIATELY. 3.5. IF VEHICLES ARE ENTERING OR EXITING THE SITES AT POINTS OTHER THAN THE CONSTRUCTION ENTRANCE(S), FENCING SHALL BE INSTALLED TO CONTROL TRAFFIC. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 215.10 a } PUBLIC WORKS APPROVED: DEPARTMENT STABILIZED CONSTRUCTION ENTRANCE GAZ 9/28/2018 I Public Works Administrator DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 KEY DIVIDER INTO SLOPE TO PREVENT FLOW AROUND SIDES EMERGENCY OVERFLOW SPILLWAY POND LENGTH (3 TO 6 TIMES THE MAX. POND WIDTH) O INFLOW�O SILT FENCE OR RISER DISCHARGE TO STABILIZED EQUIVALENT DIVIDER PIPE CONVEYANCE, OUTLET, OR LEVELSPREADER CREST OF RISER PIPE (PRINCIPAL SPILLWAY), EMERGENCY OPEN AT TOP WITH TRASH RACK SPILLWAY DEWATERING DEVICE U MIN. 12" MIN. (SEE RISER DETAIL, STD. PLAN 216.10) EMBANKMENT COMPACTED 95%. T PERVIOUS MATERIALS SUCH AS GRAVEL 12" OR CLEAN SAND SHALL NOT BE USED III 3.5' LT FENCE, FAOR WIRE-BA BRIC, EQUIVALENT DIVIDER R --►J MIN. HAY BALES WRAPPED WITH FILTER 9f \//\\/ DEWATERINGORIFICE ��/� \\�\��\\\�\\ . DISCHARGE TO STABILIZED CONCRETE BASE CONVEYANCE, OUTLET, OR LEVELSPREADER 1. CONDITION OF USE 1.1. A SEDIMENT POND SHALL BE USED WHERE THE CONTRIBUTING DRAINAGE AREA IS 3 ACRES OR MORE. 2. DESIGN AND INSTALLATION SPECIFICATIONS 2.1. THE POND SHALL BE DIVIDED INTO TWO ROUGHLY EQUAL VOLUME CELLS BY A PERMEABLE DIVIDER THAT WILL REDUCE TURBULENCE WHILE ALLOWING MOVEMENT OF WATER BETWEEN CELLS. THE DIVIDER SHALL BE AT LEAST ONE HALF OF THE HEIGHT OF THE RISER. WIRE - BACKED, 2-TO 3 FOOT HIGH, EXTRA STRENGTH FILTER FABRIC SUPPORTED BY TREATED 4"X4"s MAY BE USED AS A DIVIDER. ALTERNATIVELY, STAKED STRAW BALES WRAPPED WITH FILTER FABRIC MAY BE USED. 2.2. IF THE POND IS MORE THAN 6 FEET DEEP, A DIFFERENT MECHANISM MUST BE PROPOSED. 2.3. TO AID IN DETERMINING SEDIMENT DEPTH, ONE -FOOT INTERVALS SHALL BE PROMINENTLY MARKED ON THE RISER. 3. MAINTENANCE STANDARDS 3.1. SEDIMENT SHALL BE REMOVED FROM THE POND WHEN IT REACHES 1 FOOT IN DEPTH. 3.2. ANY DAMAGES TO THE POND EMBANKMENTS OR SLOPES SHALL BE REPAIRED. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 216.00 V PUBLIC WORKS SEDIMENT POND PLAN VIEW AND PPROVED: DEPARTMENT CROSS SECTIONS GAZ 9/28/2018 1 Gregg Dm DATE Public Works Administrator :45 AN DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 PROVIDE ADEQUATE STRAPPING POLYETHYLENE CAP PERFORATED POLYETHYLENE DRAINAGE TUBING, DIAMETER 2" MIN. LARGER THAN DEWATERING ORIFICE. TUBING SHALL COMPLY WITH ASTM F667 AND AASHTO M294 CORRUGATED METAL RISER WATERTIGHT COUPLING � TACK WELD 3.5 MIN. DEWATERING ORIFICE, SCH 40 STEEL STUB, MIN. 6" MIN. DIAMETER AS PER CALCULATIONS IN SECTION D.2.1.5.2 OF ° I — — — THE CITY OF RENTON SURFACE WATER DESIGN MANUAL a L °a a a ° 4 ' 18" MIN. CONCRETE BASE (ALTERNATIVELY, METAL STAKES AND WIRE MAY BE USED TO PREVENT FLOTATION) a a a a d ° 2 x RISER DIA. MIN. NOTES: 1. SEE CONSTRUCTION PLANS FOR SPECIFIC PROJECT REQUIREMENTS. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 216.10 �o PUBLIC WORKS PPRO D: -HNDEPARTMENT SEDIMENT POND RISER DETAIL GAZ 9/28/2018 r,nr, Wo k:AamG\TrEmi,t,, - DATE :45 AN DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 5" MAX. DRAINAGE GRATE TRIM GRATE FRAME _ C— OVERFLOW BYPASS 8 ° BELOW INLET GRATE DEVICE SEDIMENT AND DEBRIS FILTERED WATER SECTION VIEW DRAINAGE GRATE (RECTANGULAR GRATE SHOWN) RETRIEVAL SYSTEM (TYP.) OVERFLOW BYPASS (TYP.) BELOW INLET GRATE DEVICE ISOMETRIC VIEW NOTES: 1. PROTECTION SHALL BE PROVIDED FOR ALL STORM DRAIN INLETS DOWNSLOPE AND WITHIN 500 FEET OF A DISTURBED OR CONSTRUCTION AREA, UNLESS THE RUNOFF THAT ENTERS THE CATCH BASIN WILL BE CONVEYED TO A SEDIMENT POND OR TRAP. 2. INLET PROTECTION SHALL BE USED TO PROTECT THE DRAINAGE SYSTEM. 3. THE CONTRIBUTING DRAINAGE AREA MUST NOT BE LARGER THAN ONE ACRE. 4. SIZE THE BELOW INLET GRATE DEVICE (BIGD) FOR THE STORMWATER STRUCTURE IT WILL SERVICE. 5. THE BIGD SHALL HAVE A BUILT-IN HIGH -FLOW RELIEF SYSTEM (OVERFLOW BYPASS). 6. THE RETRIEVAL SYSTEM MUST ALLOW REMOVAL OF THE BIGD WITHOUT SPILLING THE COLLECTED MATERIAL. 7. PERFORM MAINTENANCE IN ACCORDANCE WITH STANDARD SPECIFICATION 8-01.3(15). 8. ANY SEDIMENT IN THE CATCH BASIN INSERT SHALL BE REMOVED WHEN THE SEDIMENT HAS FILLED ONE-THIRD OF THE AVAILABLE STORAGE. THE FILTER MEDIA FOR THE INSERT SHALL BE CLEANED OR REPLACED AT LEAST MONTHLY. UNLESS OTHERWISE NOTED, DRAWING IS NOT TO SCALE (NTS) STD. PLAN - 216.30 �o PUBLIC WORKS APPR ED: DEPARTMENT CATCH BASIN INSERT GAZ 9/28/2018 P,tu,W,,k,Aammi,t,, r DATE :45 DocuSign Envelope ID: 6EECF5B6-602A-4E4A-B436-A317AA638878 2 LEVEL BOTTOM MAX. 1 1 \\\/�\//�\///•' 12" MIN. 2' MIN. SWALE SPACING DEPENDS ON SLOPE GRADIENT NOTES: 1. CONDITIONS OF USE 1.1. REQUIRED AT: 1.1.1. THE TOP OF ALL SLOPES IN EXCESS OF 3H:1V AND WITH MORE THAN 20 FEET OF VERTICAL RELIEF. 1.1.2. AT INTERVALS ON ANY SLOPES THAT EXCEEDS THE DIMENSIONS SPECIFIED BELOW. AVERAGE SLOPE SLOPE PERCENT FLOW PATH LENGTH 20H:1V (OR LESS) 3-5 % 300 FEET (10 TO 20)H:1 V 5-10 % 200 FEET (4 TO 10)H:1 V 10-25 % 100 FEET (2 TO 4)H:1 V 25-50 % 50 FEET :45 AN f 1 0 FT EXISTING WATER LINE TESTING DETAIL EXISTING TEE, DEAD END LINE, CAP OR PLUG DO NOT DISTURB BLOCKING NEW WATER LINE U 2 F� VERTICAL CROSS (MJxFL) FOR POLYPIGGING 1—BLIND FLANGE ON TOP WITH 2"TAP & 2"PLUG 1—BLIND FLANGE ON BOTTOM 1—PLUG(MJ) W/2"TAP & 2" BLOW —OFF TEMP. BLOCK FINAL CONNECTION DETAIL EXIST. WATER LINE NEW WATER LINE :0� r— AFTER ALL TESTING, CLEANING BY POLYPIG AND DISINFECTION, REMOVE TEMP. BLOCK & BLOW —OFF & CONNECT TO EXISTING WATER LINE WITH SLEEVE (MJ) AND D.I. SPOOLS FINAL CONNECTION BY CITY FORCES �Y STD. PLAN — 300.5 ,�,0as �+ PUBLIC WORKS CONNECTION TO WATER MAIN � DEPARTMENT EXISTING TEE OR END LINE CAP �N,tp MARCH 2O10 TEMPORARY 2" GALVANIZED PIPE AND 2" GATE VALVE i�n�ya.zH:n.»xmxmrrni INSTALL 2" PLUG ON TOP BLIND FLANGE AFTER REMOVAL OF POLYPIG 3 FT MIN. COVER (10—INCH DIAMETER AND UNDER) 4 FT MIN. COVER (12—INCH DIAMETER AND OVER) a NEW WATER MAIN POLYPIG VERTICAL CROSS FOR POLYPIGGING STATION: SIZE OF VERTICAL CROSS SHALL BE THE SAME AS SIZE OF MAIN LINE VERTICAL CROSS (MJ X FL) ONE BLIND FLANGE ON TOP OF CROSS WITH 2" TAP & 2" TEMPORARY BLOW —OFF ASSEMBLY (REMOVE BLOW —OFF ASSEMBLY AND INSTALL 2" PLUG AFTER REMOVAL OF CLEANING "POLY —PIG") ONE BLIND FLANGE ON BOTTOM OF CROSS ONE PLUG (MJ) ON END OF CROSS CONCRETE BLOCKING ALL DEBRIS AND POLYPIGS SHALL BE REMOVED FROM SUMP OF VERTICAL CROSS BEFORE DISINFECTION OF NEW WATER MAIN ZY �Oe� �+ PUBLIC WORKS POLY PIG STATION FOR CLEANING OF STD. PLAN — 300.6 DEPARTMENT WATER MAINS N,yp MARCH 2O10 FIRE HYDRANT SHALL BE COREY—TYPE EQUAL TO IOWA F-5110 OR COMPRESSION TYPE SUCH AS CLOW MEDALLION; M & H 929, MUELLER SUPER CENTURION 200, AND WATEROUS PACER WITH 6" MECHANICAL JOINT INLET WITH LUGS. 5-1/4" MAIN VALVE OPENING. TWO 2-1/2" HOSE CONNECTIONS NATIONAL STANDARD THREADS. 4" PUMPER CONNECTION CITY OF SEATTLE THREADS WITH A STORZ ADAPTOR, 4.875" SEATTLE THREAD X 5" STORZ, ATTACHED WITH 1/8" STAINLESS STEEL CABLE. 1-1/4" PENTAGON OPERATING NUT. FIRE HYDRANT TO BE PAINTED WITH TWO COATS OF PAINT. KELLY—MOORE/PRESERVATIVE PAINT No. 5780-563 DTM ACRYLIC GLOSS, SAFETY YELLOW OR APPROVED EQUAL. PUMPER CONNECTION TO FACE ROADWAY OR AS DIRECTED BY RENTON FIRE DEPARTMENT. FIRE HYDRANT EXTENSION TO BE USED IF REQUIRED. MIN. 18" TO 20" BEHIND BACK OF CURB OR 12" BEHIND BACK OF 3' SIDEWALK THAT IS ADJACENT TO CURB 4.875" x 5" STORZ 5'x5'x6" THICK CONCRETE PAD AROUND HYDRANT. FINISH TO MATCH SIDEWALK. E EXPANSION JOINT AT 2 BACK OF SIDEWALK fCONCRETE SIDEWALK OR PLANTING STRIP 36" MIN COVER TWO—PIECE CAST IRON VALVE BOX WITH LUG TYPE COVER. EQUAL TO OLYMPIC FOUNDRY CO. STANDARD 8" TOP SECTION WITH REGULAR BASE SECTION LENGTH TO FIT. VALVE NUT EXTENSION AS REQUIRED. RAISED PAVEMENT MARKER TYPE 88—A STIMSONITE TWO—WAY BLUE REFLECTIVE CONCRETE BLOCKING CONCRETES �. THRUST BLOCK MAIN LINE TEE. WITH 6" FLANGE SIDE OUTLET. 6" GATE VALVE (FL X MJ) AWWA C-509, RESILIENT SEAT 6" DUCTILE IRON PIPE, CLASS 52 CEMENT LINED, LENGTH TO FIT 2-3/4" COR—TEN STEEL TIE RODS. 16" x 8" x 4" MININUM \--1/2 YARD OF 1-1/4" WASHED DRAIN ROCK CONCRETE BEARING 1' ABOVE BOOT FLANGE. PLACE 8 MIL BLOCK UNDER HYDRANT POLYETHYLENE FILM AROUND TOP AND SIDES OF GRAVEL. 1 O� CUT FIRE HYDRANT ASSEMBLY D ONE MAN ROCK- 1 6 TE PAD LEVEL ALL GROUND MIN 3' RADIUS a elk 6" CONCRETE PAD FI LL HYDRANT LOCATION IN CUT OR FILL ZY STD. PLAN — 310.1 �Oe� �+ PUBLIC WORKS FIRE HYDRANT ASSEMBLY DEPARTMENT N,yp MARCH 2O10 12, M. 18' M F SEE A A PLAN VIE WATER SECTION A —A VALVE BOX LID WITH EARS IN DIRECTION OF 2" SQUARE WATER MAIN AND WORD OPERATING NUT "WATER" CAST INTO IT CONCRETE COLLAR FOR LVES IN PAVED AREAS 4-1/4" DIA. 1/8" MIN. THICKNESS 'IECE CAST IRON VALVE X, RICH—SEATTLE TYPE OLYMPIC FOUNDRY 1" STEEL LENGTH AS REQUIRED 1 /8" MIN. THICKNESS 2 1 /4 INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT EXTENSION VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A 38" MINIMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. NOTE: ALL EXTENSIONS ARE TO BE MADE — 62" OF STEEL, SIZED AS NOTED, AND PAINTED —I WITH TWO COATS OF METAL PAINT. llllllllllll �I�IIIII-Ti ii� 24" VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS VALVE MARKER POST WHITE POS ZY �Oe� �+ PUBLIC WORKS VALVE BOX, MARKER & OPERATING STD. PLAN — 330.1 DEPARTMENT NUT EXTENSION N,yp MARCH 2O10 CAP 4=: 22-1 /2' BEND 45° BEND TEE 90' BEND THRUST BLOCK BEARING AREA IN SQUARE FEET (SEE NOTES) FOR HORIZONTAL AND DOWNWARD VERTICAL BENDS SOIL FIRM SILT FIRM SILTY SAND COMPACT SAND COMPACT SAND & GRAVEL 90° 45° BEND 11 1/4° 90, 45` BEND 11 1/4` 90° 45° BEND 11 1/4° FITTING BEND TEE CAP OR PLUG & 22 1/2° BEND TEE CAP OR PLUG & 22 1/2° BEND TEE CAP OR PLUG & 22 1/2° BEND BEND BEND 4" 7.0 4.2 1 4.2 1.7 2.9 2.1 2.1 1.0 2.2 1.6 1.6 1.0 6" 13.3 9.4 9.4 3.8 6.7 4.7 4.7 1.9 5.0 3.5 3.5 1.4 8" 23.3 16.7 16.7 6.7 11.7 8.4 8.4 3.4 8.8 6.3 6.3 2.5 12" 53.0 37.5 37.5 15.0 126.5 18.8 18.8 7.5 20.0 14.0 14.0 5.6 AREAS CALCULATED ON 300 PSI TEST PRESSURE. 3'-0" MIN. COVER FOR WATERMAIN LESS THAN 12". 4'-0" MIN. COVER FOR WATERMAIN 12" OR GREATER. MAX. HEIGHT OF THRUST BLOCK (FT) = 0.5 x DEPTH OF TRENCH MIN. HEIGHT OF THRUST BLOCK (FT) = O.D. PIPE + 1.0' TRUST BLOCK BE, REA REFERS TO ..4CE OF BLOCK M IN SQUARE FEET NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12"DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING SHALL BE POURED IN PLACE AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED NOMINAL COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE CONCRETE CL 5 (1-1/2"). 5. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. r+(ND CONCRETE BLOCKING FOR STD. PLAN - 330.2 PUBLIC WORKS DEPARTMENT HORIZONTAL AND DOWNWARD Llly VERTICAL BENDS MARCH 2O10 SHACKLE RODS (TYP) �R El m LLJ LEST Li // ry R = INSIDE RADIUS OF SHACKLE ROD BEND Q W 0 < m af H o SHACKLE RODS �cn (TYP) R xx R�\! 2 TURNBUCKLES TYPE A THREAD 6" 0.19*S �Q1 \/\ d a a 4 � J 4 a d 4 \ a d 4 4 ��! Q 4 a �/ a a d d 2° CG a � / m 4 cn a CD Ld as / z bi a a 4 4 4 4 a \/\ 4 4 9 q d /� d 4 d \ Ld 4Ld 4 O /\ \ 4 4 4 4 O d Q d a S TYPE B ��Y CONCRETE BLOCKING FOR VERTICAL STD. PLAN — 330.3 as PUBLIC WORKS FITTINGS DEPARTMENT �N'C�� MARCH 2O10 \ \ \ � \ \ \ a d a � d 4 d a ad d d d O � d d J a a d d a a a d d O d O d 4 d p d4 a d d°d ° a4 a d d � d Q d d 4 d S �1 TYPE B BLOCKING FOR 45° VERTICAL BENDS vB s d L w � p OZ W J � O U7 (n m N w U Z O Q d' U7 "W O �- (� �� Z W W- J w � O O U F = � S W S N Z d a U W m O W W p Z U— O Z Z ln p � W U O w O O— w H W > O� vt � d a o 4" 300 45 27 3 s/a 20 6" 64 4 8" 125 5 t 30 TYPE A BLOCKING FOR 11 t/a° & 22t/2' VERTICAL BENDS VB S d L ¢_ � W � � W p z W w J z !n � oZw O m w mw �`� U� =vw ow �'~'w U W - W J � Z U m � U1 I-- U �_ U N VlZ d U U Hp WU O W W p O pZ p Z OZ H fn � U Z W � H U W W ~ � OO Z U N Q � w W � 4" 300 11 t /a 8 2 s/a 18 22t/2 12 2t/a 24 6" 300 11 t /a 12 2t /a s/a 24 22t 2 27 3 8" 300 143 23t/2 s/a 24 22t/2 11t/a 64 4 t 24 12" 300 22t/2 125 5 t 36 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joints 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: High strength low —alloy steel (cor—ten), ASTM A588 heat —treated. 1. Tebolt: ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tielbolt SST 7 5/8" for 2" and 3" mechanical joints (M.J.) with eye for 5/8" rod SST 7 3/4" for 4" to 12" M.J. with eye for 3/4" rod SST 756 3/4" for 14" to 24" M.J. with eye for 3/4" rod SST 747 3/4" for 4" to 12" M.J. with eye for 7/8" and 1" rod SST 757 3/4" for 14" to 24" M.J. with eye for 7/8" and 1" rod SST 778: 1" for 30" to 36" M.J. with eye for 1" rod 2.Tienut: Hex Nut ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tienut SS8 for 5/8", 3/4", 7/8", 1" Tiebolt and Tierod 3.Tiecoupling with Tiestop Pin ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiecoupling SS10 for 5/8", 3/4", 7/8", 1" Tierod 4. Tierod: Continuous threaded rod for cutting to desired lengths ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tierod SS12 for 5/8", 3/4", 7/8", 1" 5. Tiewasher ASTM A588, Grade B, Cor—Ten, equal to SuperStar Tiewasher SS17 for 5/8", 3/4", 7/8", 1" round flat washer Installation: Install the joint restraint system in accordance with the Manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the M.J. follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. 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 adaptor shall be used instead, so as to provide adequate space for locating tiebolt. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length betwee fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Pipe Size Inches Test Pressure PSI 2 4 Number and Size of Rods 6 8 10 12 14 24 2 250 314" 3 250 314" 4 250 314" 6 250 314" 8 250 314" 10 250 314" 12 250 314" 14 250 314" 16 250 314" 18 250 314" 20 250 314" 24 250 314" 30 200 314" 36 200 1" 42 200 1" 48 200 1" S Y STD. PLAN — 330.5 �Oe� PUBLIC WORKS SHACKLE RODDS DEPARTMENT AND TIE BOLTS N,yp MARCH 2O10