Loading...
HomeMy WebLinkAboutContract L Award Date: March 18, 20%9 CAG-19-034. Awarded to: Equity Builders, LLC_ P.O. Box 28940 LBellingham, WA 98228 Award Amount: $996,545.00 L Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications L Construction of: L Lift Station and Force Main Improvements, Phase 1A L PROJECT NO. WWP-27-3954 hi I Winter 2019 L City of Renton RH2 1055 South Grady Way ENGINEERING Renton, WA 98057 40 YEARS Project Manager: Michael Benoit (425)430-7206SINCE 1978 CITY OF CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Lift Station and Force Main Improvements — Phase 1A PROJECT NO. WWP-27-03954 Winter 2018/19 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS THE TECHNICAL SPECIFICATIONS AND PLANS WERE PREPARED UNDER THE DIRECT SUPERVISION OF THE PROFESSIONAL ENGINEERS IDENTIFIED BELOW. THE CONTENT OF THIS DOCUMENT, AS A MEANS OF PROFESSIONAL SERVICE, IS PROTECTED BY 17 U.S.C. § 101, ET SEQ. AS SUCH, IT SHALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM RH2 ENGINEERING. © 2018 RH2 ENGINEERING, INC. 1 w Lf,4 c r0�� S 38889 A� F �FGISTE L ♦�w� D FSS1ONM- Project Engineer Date signed: 02/ 11 / 19 Prepared by: R112 Engineering, Inc. ENGINEERING 22722 29t" Drive SE, Suite 210 40 YEARS Bothell, WA 98021 s'.' 197a (425) 951-5400 (p) (425) 951-5401 (f) Electrical Engineer Divisions 16 & 17 Date signed: 02/11/19 �[ V. Pq`t o� waS, 4- A� �FGISTEV- D LSIONAt V, Engineer In Responsible Charge Date signed: 02/ 11 / 19 EQUITY BUILDERS LLC PO Box 28940 Bellingham WA 98228 March 22, 2019 Emergency Contact and Responsible Persons list for: City Renton -Lift Station and Force Main Improvements Phase I Here is a list of emergency contact and responsible personnel and for the Lift Station #2 Project First contacts for all issues George Hochstein: PM and on -site superintendent for above grade construction and mechanical. 5066 E.26t' Dr. Bellingham WA 98226 360-739-3447-cell/jobsite/emergency 509-888-4954-home/emergency Second Contact for all issues Maria Hochstein-360-739-3685- cell/emergency First Contact for electrical issues Loren Dorrah: Electrician-425-754-2452(c) Advanced Power LLC-425-481-8260 (off) Third contact for all issues Dave Neuser: Site -work and underground foreman 6463 Vista Drive Ferndale 98248 360-961-7696 cell/primary 360-384-3134 home/emergency Fourth contact for all issues Jose Gonzales- Pipe Foreman/job superintendent 360-594-7551 cell/primary/emergency Brandon Bush C/o HUB International: Bonding Agent PO Box 3018 Bothell, WA 98041-3018 425-489-4500 Thank you. George Hochstein D City of Lift Station and Force Main Improvements, Phase 1A WWP-27-3954 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Project Locations (Addresses) 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 ** Subcontractor List ❖ Bond to the City of Renton ❖ Fair Practices Policy Affidavit of Compliance ❖ Contract Agreement Prevailing Minimum Hourly Wage Rates Special Provisions Technical Specifications Appendix A Construction Records Appendix B 54" Manhole Cover Appendix C Telemetry Panel Drawings Standard Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid **Submit with Bid or within 1 hour of bid ❖ Submit at Notice of Award 02 CONTENTS S-3954.docA 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 ,2pfl CITY ' RENTON Denis Law, Mayor Attest: Bonnie I. Walton, City Clerk RENTON CITY COUNCIL until Pr sident VdAlb �-0 M CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 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 Disabilities 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: (I) EMPLOYMENT PRA E - 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) COOPERATION 'WITH BIMM_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 Wl TH DISABIL=S ACT 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) QQNTRACTOM' OBLIGATION - 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. C RENTON Mayor Attest: City Clerk RENTON CITY COUNCIL: ouncil President CITY OF RENTON Lift Station and Force Main Improvements, Phase 1A WWP-27-3954 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: Various mechanical, structural, electrical, and force main improvements on multiple lift stations: • The mechanical improvements include the following but not limited to construction of pigging ports, vactor piping installation inside wet wells, and air release valve modifications. • The structural improvements include the following but not limited to repairing leaks inside valve vault, existing coating removal, ceiling installation and roof modification. • The electrical improvements include the following but not limited to emergency generator installation and its ancillary equipment, modifying existing control panels, and portable generator replacement. • The force main improvements include the following but not limited to installation of force main access ports and magnetic markers installation. The construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration, asphalt restoration, and concrete sidewalk restoration. 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. A total of 120 working days will be allowed for the completion of this project. 04 SCOPE S-3954.doc\ � f .Hercor island mu MAFx crry' Y JS� !S P'1Y Newcastle ® MISTY COVE LS Ga urAafi 4 ruP�, u� � t airr Regional i 91 LAKE V00artd Park WASHINGTON STONEGATE LS Whita'Center ® Coatiield Ati<F;T0141 Bryn PIPER'S BLUFF IS Mawr -Skyway 4) AIRPORT IS East Fterrton PUGET Renton ® Highlands SOUND Tukwila @ SHY CREEK LS RAINIER IS 40 TTA ®� LIND AVENUE LS OAKESDALE IS e�ttCe~T�c oma ,� Maple Interinatinrlal s* EAST VALLEYLS Heights -Lake Desire Airport SeaTac 4riilie CascaFairwood Normandy Paris 0- its East ` Hill -Meridian { Des Mo nc- LEGEND DISCLAIMER: VICINITY MAP WAS OBTAINED SEWER LIFT STATION FROM GOOGLE MAPS ON OCTOBER 4,2017 STORM WATER LIFT STATION SCALE: NOT TO SCALE VICINITY MAP DRAWING IS FULL SCALE WHEN 'm r �* W C BAR MEASURES V LIFT STATION AND FORCE MAIN IMPROVEMENTS PLOT DATE: gl&2019 BOTHELL, WA PHASE 1 A FILEPATH: 2D, �22 29th Dr IM21tlfs1BNhelllDalalREN111]-0Bi1CADlrenlsia-Pwnep.tlwg Wh2.com CITY OF RENTON Lift Station and Force Main Improvements, Phase 1A WWP-27-3954 SITE (NAME) Airport Lift Station East Valley Lift Station Lind Avenue Lift Station Misty Cove Lift Station Oakesdale Lift Station Piper's Bluff Lift Station Rainier Lift Station Shy Creek Lift Station Project Locations ADDRESS 451 West Perimeter Road 3371 East Valley Road 1891 Lind Ave SW 5023 Ripley Lane N 1500 Oakesdale Ave SW 1160 Ilwaco PI NE 555 Rainier Avenue South 5110 SE 2nd Place Stonegate Lift Station 2615 Nile Ave NE D City of 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, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on "bxwa.com"; "Posted Projects"; "Public Works", "City of Renton", "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the "Bidders List." Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 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. 06 INSTRUCTION TO BIDDERS - S-3954.doc 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 "2018 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. 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? ❑ 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 the Certificate of Compliance with Wages Paid Statutes form? ❑ Have you submitted or are prepared to submit within 1 hour of the bid the Subcontractor Form if required? 06 INSTRUCTION TO BIDDERS - S-3954.doc CAG-19-034 CITY OF RENTON CALL FOR BIDS Lift Station and Force Main Improvements, Phase 1A W W P-27-3954 Sealed bids will be received until 2:30 p.m. Wednesday, March 6, 2019 at the City Clerk's office, 7th floor and will be opened and publicly read in conference room 511, Wednesday, March 6, 2019 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. The work to be performed within 120 working days from the date of commencement under this contract shall include, but not be limited to: Various mechanical, structural, electrical, and force main improvements on multiple lift stations: • The mechanical improvements include the following but not limited to construction of pigging ports, vactor piping installation inside wet wells, and air release valve modifications. • The structural improvements include the following but not limited to repairing leaks inside valve vault, existing coating removal, ceiling installation and roof modification. • The electrical improvements include the following but not limited to emergency generator installation and its ancillary equipment, modifying existing control panels, and portable generator replacement. • The force main improvements include the following but not limited to installation of force main access ports and magnetic markers installation. The construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration, asphalt restoration, and concrete sidewalk restoration. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Monday, February 18, 2019. 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 about the project shall be addressed to , Michael Benoit, City of Renton, Wastewater Utility, 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430-7206, fax (425) 430-7241, mbenoit@rentonwa.gov. The majority of the work around the lift station can be accessed publicly. However, there will be a non -mandatory Pre -Bid Meeting on Tuesday, February 26, 2018 at 9:00 am so that the prospective bidders can observe the work inside the wet wells, valve vaults, and other structures. The pre -bid meeting will provide the opportunity to observe structure and site conditions. The meeting will start at the Misty Cove Lift Station and will continue to the following lift stations: Stonegate, Pippers Bluff, Shy Creek, Airport, Lind, and East Valley. 07 CALL S-3954 mike A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non -Discrimination, and American ith Disability Act Policies shall apply. Jaso A. Seth, C ,"City Clerk Published: Daily Journal of Commerce February 18, 2019 Daily Journal of Commerce February 25, 2019 07 CALL S-3954 mike ' enton Lift Station and Force Main Improvements, Phase 1A WWP-27-3954 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the schedule of prices. The undersigned further certifies and agrees to the following provisions: NON -COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over -charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal MINIMUM WAGE AFFIDAVIT FORM 1, 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 (4k&r-"s L L C Name of Bidder's Firm Signature of Authorized Representative of Bi11dder*: Printed Name: & ". �5�`�'—Title: !0Lc.)v-t-1— L. Address: �L-1 /SOX_ Contact Name (please print):` — Phone: 3 6U — .3 fl'/ % Email: �deor l &—,t 4!2 dtco ! . eo h- *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If bustis a CORPORATION, please complete this section: Name of President of Corpo Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at If business is a PARTNERSHIP o IMITED LIABILITY COMPAN lease complete this section: Name: Title (Partner, Member, Manager): l% 08 COMBINED PROP and TRIPLE FORM S-3954.doc Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INDIVIDUAL FORM STAT F WASHINGTON ) ss County of ) Proposal & Affidavit/Certificate - Page 3 of 4 On this day of before me personally appeared to me known to be the individua described in and who executed the foregoing instrument, and acknowledged under oath that (he/she/they) signed and sealed the same as (his, her, t �)free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and y-tar_last above written. (SEAL) S E OF WASHINGTON ) : ss County of ) Notary Publicil--4,1 Washington, resid Print Name: d for the State of My commission expires: CORPORATION FORM On this day of _ before me personally appeared to me known to be the _ (President, Secretary, Treasurer) of the corporation that executed the foregoing instrumen , nd acknowledged said instrument to be the free and voluntary act and deed of said corporation, o e uses and purposes therein mentioned, and on oath stated that (he/she/they) are auth ' ed to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) Notary Public in and for Washington, residing at Print Name: My commission expires: State of 08 COMBINED PROP and TRIPLE FORM S-3954.doc Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal STATE OF WASHINGTON kv County of PARTNERSHIP FORM Proposal & Affidavit/Certificate - Page 4 of 4 On this day o before me personally appeared to me known to be a General P er of the partnership known as that executed the foregoing instrum and acknowledged said instrument to be the free and voluntary act and deed of said partners ' for the uses and purposes therein mentioned, and on oath stated that (he/she/they) are horized to execute said instrument. GIVEN under my hand and official seal the day and year'Ias.tabove written. (SEAL) Notary Public in an the State of Washington, residing at Print Name: My commission expires: LIMITED LIABILITY COMPANY (LLQ FORM STATE OF WASHINGTON (' : ss County of�J ) O-n this 6-4 day of _M&4711i— 20LE before me personally appeared W40,0 AbdiSleDA)._ to me known to be a Managing Member of the Limited Liability Company known as jFaliju &JdaC* UC, and that he/she/they executed the foregoing instrument, Ad 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 _jLe � (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) M C • 1 MEND•' Notary Public in and for the State of �e N°T'�9 �f�9� , Washin on residin at _y: •,_•oG '� �; _ Print Name: S11-I11N`G ��``. My commission expires:cT,IA, IdAT 08 COMBINED PROP and TRIPLE FORM S-3954.doc Provided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Department of labor and Industries Certificate of Registration Name on Registration: Iff Registration Number: ('� P -j A)? Expiration Date: �� a �`/ r�CJ , .�01 � Note: A copy of the certificate will be requested as part of contract execution when project is awarded. 09 L ,& I REGISTRATION 5-3954 dock Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] Equity Builders LLC of [address] PO Box 28940, Bellingham. WA 98228 as Principal, and [Surety] Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connect,cut 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: Lift Station and Force Main Improvements, Phase 1A - WWP-27-3954 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 6th day of March 2019 Travelers Casualty and Surety Equity Builders LLC Company of America [Pri ipal) // [Surety] [Signature of authorized NO al] [Signature of authorized official] tr % SO �� :, b L-r- By: Aliceon A Keltner [Title] f [Attorney -in -Fact] 770 Pennsylvania Drive, Suite 110 [Address] Exton, PA 19341 916-852-5269 [Telephone Number] 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 A01k 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 Aliceon A. Kellner, of Seattle, 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. State of Connecticut City of Hartford ss. By - -- Robert L. Raney, Se�#'r 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 n,�► ►mQMJt. �� * e ����,�),► Marie 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. Dated this em day of March , 2019 "Iry e - * �Nj% CT egm �r� f Kevin E. Hughes, Assi tant Secretary To verify f he authenticity of this Power ofAttomey, please call us at 1-800-421-3880. Please refer to the above -named Attomey-in-Fact and the details of Nye bond to which the power is attached. CITY OF RENTON PUBLIC WORKS DEPARTMENT Lift Station and Force Main Improvements, Phase 1A 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) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. TE APPROX ITEM IUNIT PRICE AMOUR NO. QUANTITY Dollars Cents. Dollars Cents. c� 1 1 Mobilization, Demobilization, Cleanup $ 70, v 60 $ Sri' Q 00 Lump Sum I I per Lump Sum 2 1 Lump Sum 3 9 Each 4 1 Lump Sum 5 200 Square Foot 6 4,100 Square Foot 7 150 Square Foot 8 1 Lump Sum 9 1 Lump Sum 10 1 Lump Sum 11 1 Each 12 1 Lump Sum 13 1 Lump Sum Trench Safety and Shoring Magnetic Markers IVactor Piping Improvements Landscape Restoration Asphalt Restoration Concrete Restoration East Valley Lift Station Structural East Valley Lift Station Mechanical East Valley Lift Station Electrical Lind Ave Lift Station Force Main Access Ports Misty Cove Lift Station Structural Misty Cove Lift Station Mechanical $ /D,yUyy' per Lump Sum $ LI, per Each v $ 169 per Lump Sum per Square Foot 9,00 per Square Foot $ 3S,6" per Square Foot $ a4 ouo oo per Lump Sum $ -;l, 00C) per Lump Sum $ '99, odc) per Lump Sum $ & (ro= per Each $ y, Do0 per Lump Sum 0 $ Sao d� per Lump Sum 0 $ 3�, gC70C7 0 $ 1 4, 0067 �a $ 2, Soo .^ $ -34, C o-° $ '20, 00O 0 $ �' 000 $ 00 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON PUBLIC WORKS DEPARTMENT Lift Station and Force Main Improvements, Phase 1A 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) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITE APPROX. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars Cents. Dollars Cents. 14 1 Piper's Bluff Lift Station Site Work $ Z2 ""—Oy--� $ J,S2)0 '— Lump Sum � c? per Lump Sum 15 2 Piper's Bluff Lift Station Force Main Access Manhole $ ��� DUD �a o� $ Each per Each , 16 1 Pipers Bluff Lift Station Structural c� $ 6, � � d $ 4 � QQU e Lump Sum per Lump Sum 17 1 Piper's Bluff Lift Station Electrical o� $ � a� $ Lump Sum per Lump Sum 18 1 Shy Creek Lift Station Site Work $l, (.i)y $ 2, dC:v ^ Lump Sum per Lump Sum 19 1 Shy Creek Lift Station Structural $ a orid � $ Lump Sum per Lump Sum 20 1 Shy Creek Lift Station Mechanical $ 4 , 0a) ' $ Lump Sum per Lump Sum 21 1 Shy Creek Lift Station Electrical �r ' $ 0" r �� Cl u $ �S 000 ` Lump Sum per Lump Sum 22 1 Stonegate Lift Station Coating Removal $ 600 e ry $ OQo Lump Sum per Lump Sum 23 10 Stonegate Lift Station Force Main Access Ports 0 $ A OCl 60 $ y 00 — Each per —' 24 1 Stonegate Lift Station Force Main Access MH $ pC o`� �� $ Doo Lump Sum per Lump Sum 6�-�f 25 1 Stonegate Lift Station Mechanical G $ :Z SQ�� r�`—�' 0 $ SOU — Lump Sum per Lump Sum 26 1 Stonegate AirNac Modification $ � � 600 $ iz/ 9Ud Lump Sum per Lump Sum Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON PUBLIC WORKS DEPARTMENT Lift Station and Force Main Improvements, Phase 1A 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) SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. (ITEM APPROX I ITEM � UNIT PRICE AMOUNT NO. IIQUANTITY Dollars Cents. Dollars Cents. 27 1 1 Rainier Lift Station Electrical Lump Sum 28 I 1 I Oakesdale Lift Station Electrical Lump Sum 29 I 1 I Portable Engine Generator Lump Sum 30 I 1 I Minor Change Lump Sum 31 I 1 I Construction Records Lump Sum Subtotal 10% Sales Tax Total per Lump Sum per Lump Sum per Lump Sum $ I $10,000.00 per Lump Sum $ $5, 000.00 per Lump Sum n j��'e 195 �U $ , $ $ `1 96, Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This form must be submitted with the Bid Proposal. Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful' violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidde s Business Name Lv 0 ram,- / 5 e i,,— l,,,.. L A` -- of Authorized Official* Clenn 4�:Q C — z Printed Name Title f_6_ /J 1 � i/,,!= 4-� zv AL Date City State Check One: Sole Proprietorship 0 Partnership ❑ Joint Venture ❑ Corporation ❑ LK L� w i i rlJL L ; ati i l rl �y �O —pPe._ —7 State of rIncorporation, or if not a corporation, State where business entity was formed: If a co -partnership, give firm name under which business is transacted: ILJA- *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. Template Updated 12/29/2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). 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, lt.x t c ('& �k.�/ : s 4W- will contract with the following subcontractors for the perfor ante of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item (s) Subcontractor Name l ` Address /� QnSs` �'da l t� �� Iv1� 9�a�1S Phone No. State Contractor's License No. EQU /T e, [ 91 21V Bid Item (s) Subcontractor Name � v o. M! P �t1 ,tiG p- L L C Address f'U �� �� %ate 1 ��lC Phone No. yaS -�5 5/-,?�/S,2 State Contractor's License No. �V AAl p 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. Bid Item (s) Subcontractor Name Address hAfile sys\wwp - wastewater\wwp-27-03954 lift station improvements ph i (2017)\bid docmnent\12_ sub contractors s-3954.doc Revised 8/2012 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Page 2 Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Signature of Authorized Represe►hative of Bidder Subscribed and sworn to be before me on this day ofZ29t& , 20/17. �ttuuuluiin MCINrj;',,,� Notary Public in d for the State of Washington �p?AgyCL •a �� N�Z No (Print)v 'f4*— T� :.•� � Residing at �Z���opl'WASN` \\, My appointm t expires u h:\lile 1ys\wwp - Wastewater\wwp-27-03954 lift station improvements ph i (2017j\bid document\12_ sub contractors s-3954.doc Revised 912006 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BOND TO THE CITY OF RENTON Bond No. 107024818 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned -Equity Builders LLC 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 Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $996,S4S.00 for 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 Seattle Washington, this 22nd day of _ March 20 19 . Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-19-034 providing for construction of Lift Station and Force Main Improvements, Phase ILA, 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. Equity Builders LLC Principal �^-,e IT ,/'4"`- /Signature Travelers Casualty and Surety Company of America Surety Signature Aliceon A. Keltner /� [U ✓ ,-r— /V1 r° Aliceon A. Keltner Title Title Travelers Casualty and Surety Company of America A111111111111k 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 Aliceon A. Keltner, of Seattle, 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. COWL s 5 COWL cacoww�t State of Connecticut City of Hartford ss. By:� 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. p.T^ My Commission expires the 30th day of June, 2021��TM,i► tip t Marie 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. Dated this 22nd day of March , 2019 �µtr 4N0wimaA � u+ , R40i CONN. � Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above -named Attomey-in-Fact and the details of the bond to which the power is attached. City of CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE hereby confirms and declares that: (Name of Mntractor/subcontractor/consultant) It is the policy of the above -named contractor/subcontractor/consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed; 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. Print Agent/Representative's Name dwKc-/ Sol= 114 r� Le^ Print Agent/Representative's Title A nt/Representative's Signature �- 30-- Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. AGREEMENT CONTRACT NO. CAG-19-034 THIS AGREEMENT,made and entered into this a day of ,2019 by and between the CITY OF RENTON, ▪ Washington, a municipal corporation of the State of Washington, her inafter referred to as"City" and Road Construction Northwest, Inc., hereinafter referred to as"Contractor." es Now, therefore the parties agree as follows: 1. Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("Standard Specifications"); the City's Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor's Proposal and all documents submitted therewith in response to the City's Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City's Call for Bids and Contract Documents. 2. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Lift Station and Force Main Improvements, Phase 1A, WWP-27-03954, 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 $996,545.00 , 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. a w► 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. ill TOR. CITY OF RE' ON: 01/14-61 Denis Ma .`�``�‘tt‘1uirnr,) President artn r/Owner .'` ) Law, yo,� oc RENr -, A EST SEAL _ * - w 1,4 ti Secretary son ity�C�e4s fight II FORMATION or d/b/a Equity Builders, LLC meritimiztv ® Limited Liability Company ❑ Partnership El Corporation wr STATE� �ORP RA" N Washington borroAr ika IN R . CONTACT 1NIf RMA'ION: George Hochstein City of Renton PO Box 28940 1055 South Grady Way Bellingham,WA 98228 Renton,WA 98057 360-592-2929 425-430-7206 alderlea@aol.com mbenoit@rentonwa.gov err 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. arr Lift Station and CAG-19-034 Force Main Improvements,Phase 1A Contract Template Updated 12/29/2017 Y1f PREVAILING MINIMUM HOURLY WAGE RATES WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in —King_ County, may be found at the following website address of the Department of Labor and Industries: https:Hfortress.wa.gov/lni/wa elg ookuM/prvWa el�p.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 6, 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 hqp://Ini.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 http://Ini.wa.gov/FormPub/Detail.asp?DoclD=1909. 24A State Prevailing Wages Reference.doc\ SPECIAL PROVISIONS SPECIAL PROVISIONS............................................................................................................14 1-01 DEFINITIONS AND TERMS............................................................................................14 1-01.1 General....................................................................................................................14 1-01.3 Definitions...............................................................................................................14 1-02 BID PROCEDURES AND CONDITIONS............................................................................17 1-02.1 Prequalification of bidders.......................................................................................17 1-02.2 Plans and Specifications...........................................................................................17 1-02.5 Proposal Forms........................................................................................................17 1-02.6 Preparation of Proposal...........................................................................................18 1-02.7 Bid Deposit..............................................................................................................18 1-02.9 Delivery of Proposal.................................................................................................18 1-02.12 Public Opening of Proposals...................................................................................19 1-02.13 Irregular Proposals.................................................................................................19 1-02.14 Disqualification of Bidders......................................................................................19 1-02.15 Pre Award Information...........................................................................................20 1-03 AWARD AND EXECUTION OF CONTRACT......................................................................20 1-03.1 Consideration of bids...............................................................................................20 1-03.2 Award of Contract....................................................................................................20 1-03.3 Execution of Contract...............................................................................................20 1-03.4 Contract Bond..........................................................................................................21 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........................................................................22 1-04.4 Changes...................................................................................................................22 1-04.8 Progress Estimates and Payments.............................................................................22 1-04.11 Final Cleanup.........................................................................................................22 1-05 CONTROL OF WORK....................................................................................................23 1-05.4 Conformity With and Deviation from Plans and Stakes..............................................23 1-05.4(3) Contractor Supplied Surveying.............................................................................24 1-05.4(4) Contractor Provided As -Built Information.............................................................24 1-05.7 Removal of Defective and Unauthorized Work..........................................................25 1-05.10 Guarantees............................................................................................................25 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.............................................28 1-05.14 Cooperation with Other Contractors.......................................................................28 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........................................................................30 1-06.2(2) Statistical Evaluation of Materials for Acceptance.................................................30 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 2 1-07.17(1) Site Specific Potholing........................................................................................38 1-07.17(3) Interruption of Services......................................................................................38 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..........................................................................................................40 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 3 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 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..................................................................................58 1-10.1 General....................................................................................................................58 1-10.2(1)B Traffic Control Supervisor...................................................................................60 1-10.2(2) Traffic Control Plans.............................................................................................60 1-10.3 Flagging, Signs, and All Other Traffic Control Devices.................................................60 1-10.3(3) Construction Signs...............................................................................................60 1-10.4 Measurement..........................................................................................................60 1-10.5 Payment..................................................................................................................60 1-11 RENTON SURVEYING STANDARDS................................................................................60 1-11.1(1) Responsibility for surveys.....................................................................................60 1-11.1(2) Survey Datum and Precision.................................................................................61 1-11.1(3) Subdivision Information.......................................................................................61 1-11.1(4) Field Notes..........................................................................................................61 1-11.1(5) Corners and Monuments......................................................................................62 1-11.1(6) Control or Base Line Survey..................................................................................62 1-11.1(7) Precision Levels...................................................................................................62 1-11.1(8) Radial and Station -- Offset Topography................................................................63 1-11.1(9) Radial Topography...............................................................................................63 4 1-11.1(10) Station --Offset Topography................................................................................63 1-11.1(11) As -Built Survey..................................................................................................63 1-11.1(12) Monument Setting and Referencing...................................................................63 1-11.12 Materials..............................................................................................................64 1-11.12(1) Property/Lot Corners.........................................................................................64 1-11.12(2) Monuments.......................................................................................................64 1-11.12(3) Monument Case and Cover................................................................................64 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP........................................................64 2-01.1 Description..............................................................................................................64 2-01.2 Disposal of Usable Material and Debris.....................................................................64 2-01.5 Payment..................................................................................................................65 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS...........................................................65 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs........................................................65 2-02.4 Measurement..........................................................................................................65 2-02.5 Payment..................................................................................................................65 2-03 ROADWAY EXCAVATION AND EMBANKMENT...............................................................65 2-03.3 Construction Requirements......................................................................................65 2-03.4 Measurement..........................................................................................................66 2-03.5 Payment..................................................................................................................67 2-04 HAUL..........................................................................................................................67 2-04.5 Payment..................................................................................................................67 2-06 SUBGRADE PREPARATION...........................................................................................67 2-06.5 Measurement and Payment....................................................................................67 2-09 STRUCTURE EXCAVATION............................................................................................67 2-09.1 Description..............................................................................................................67 2-09.3(1)D Disposal of Excavated Material...........................................................................67 2-09.4 Measurement..........................................................................................................68 2-09.5 Payment..................................................................................................................68 5-04 ASPHALT CONCRETE PAVEMENT..................................................................................69 5-04.2 Materials.................................................................................................................69 5-04.3 Construction Requirements......................................................................................69 5-04.3(5) Conditioning the Existing Surface.........................................................................69 5-04.3(5)A Preparation of Existing Surface...........................................................................70 5 5-04.3(7)A Mix Design........................................................................................................70 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture...............................................71 5-04.3(10)B Control............................................................................................................71 5-04.5 Payment..................................................................................................................71 5-04.5(1)A Price Adjustments for Quality of HMA Mixture...................................................71 5-04.5(1)B Price Adjustments for Quality of HMA Compaction.............................................72 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS........................................................72 5-06.1 Description..............................................................................................................72 5-06.2 Materials.................................................................................................................73 5-06.3 Construction Requirements......................................................................................73 7-01 DRAINS.......................................................................................................................73 7-01.2 Materials.................................................................................................................73 7-01.3 Construction Requirements......................................................................................73 7-01.4 Measurement..........................................................................................................73 7-02 CULVERTS...................................................................................................................74 7-02.2 Materials.................................................................................................................74 7-04 STORM SEWERS..........................................................................................................74 7-04.2 Materials.................................................................................................................74 7-04.2(2) Temporary Stormwater Diversion.........................................................................75 7-04.3(1) Cleaning and Testing............................................................................................75 7-04.3(1)G Abandon Existing Storm Sewer Pipes.................................................................76 7-04.3(2) CCTV Inspection...................................................................................................77 7-04.3(3) Direct Pipe Connections........................................................................................77 7-05 MANHOLES, INLETS, AND CATCH BASINS.....................................................................77 7-05.3 Construction Requirements......................................................................................77 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.....................................................77 7-05.3(2) Abandon Existing Manholes.................................................................................78 7-05.3(3) Connections to Existing Manholes........................................................................78 7-05.3(5) Manhole Coatings................................................................................................79 7-06 TRENCH DRAINS (NEW SECTION)...................................................................................79 7-06.1 Description................................................................................................................79 7-06.2 Materials...................................................................................................................79 7-06.3 Construction Requirements........................................................................................80 6 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS.............................................................80 7-08.3 Construction Requirements......................................................................................80 7-08.3(1)A Trenches............................................................................................................80 7-08.3(1)C Bedding the Pipe................................................................................................80 7-08.3(1)D Pipe Foundation...............................................................................................81 7-08.3(2)A Survey Line and Grade.......................................................................................81 7-08.3(2)B Pipe Laying — General.........................................................................................81 7-08.3(2)E Rubber Gasketed Joints......................................................................................82 7-08.3(2)H Sewer Line Connections.....................................................................................82 7-08.3(2)J Placing PVC Pipe.................................................................................................83 7-08.3(3)A Backfilling Pipe Trenches....................................................................................83 7-09 PIPE AND FITTINGS FOR WATER MAINS.......................................................................84 7-09.3(15)A Ductile Iron Pipe..............................................................................................84 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over).............................................84 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement ....................84 7-09.3(19)A Connections to Existing Mains..........................................................................85 7-09.3(21) Concrete Thrust Blocking and Dead -Man Block...................................................86 7-09.3(23) Hydrostatic Pressure Test...................................................................................86 7-09.3(24)A Flushing and....................................................................................................88 7-09.3(24)D Dry Calcium Hypochlorite................................................................................89 7-09.3(24)K Retention Period..............................................................................................89 7-09.3(24)N Final Flushing and Testing................................................................................89 7-09.3(25) Joint Restraint Systems.......................................................................................89 7-09.4 Measurement..........................................................................................................91 7-09.5 Payment..................................................................................................................91 7-12 VALVES FOR WATER MAINS.........................................................................................92 7-12.3(1) Installation of Valve Marker Post..........................................................................92 7-12.3(2) Adjust Existing Valve Box to Grade........................................................................92 7-12.4 Measurement..........................................................................................................92 7-12.5 Payment..................................................................................................................92 7-14 HYDRANTS..................................................................................................................93 7-14.3(1) Setting Hydrants..................................................................................................93 7-14.3(3) Resetting Existing Hydrants..................................................................................93 7 7-14.3(4) Moving Existing Hydrants.....................................................................................94 7-14.3(7) Remove and Salvage Hydrant.................................................................................94 7-14.5 Payment..................................................................................................................94 7-15 SERVICE CONECTIONS.................................................................................................95 7-15.3 Construction Details.................................................................................................95 7-15.5 Payment..................................................................................................................95 7-17 SANITARY SEWERS......................................................................................................95 7-17.2 Materials.................................................................................................................95 7-17.3 Construction Requirements......................................................................................96 7-17.3(1) Protection of Existing Sewerage Facilities..............................................................96 7-17.3(2)H Television Inspection.........................................................................................96 7-17.4 Measurement..........................................................................................................97 7-17.3(2)1 Abandon Existing Sanitary Sewer Pipes...............................................................97 7-17.5 Payment..................................................................................................................97 7-21 GENERAL SPECIFICATIONS FOR CURED IN PLACE PIPE(CIPP).........................................98 7-21.1 Description..............................................................................................................98 7-21.1(1) Related Work Specified Elsewhere........................................................................98 7-21.1(2) Licensing.............................................................................................................98 7-21.1(3) Contractor and Manufacturer Qualifications.........................................................98 7-21.1(4) Contractor Submittals..........................................................................................99 7-21.1(5) Quality Assurance..............................................................................................100 7-21.1(6) Warranty...........................................................................................................100 7-21.2 Materials...............................................................................................................101 7-21.2 Cured in Place Resin Impregnated Material in General............................................101 7-21.2(2) Resin.................................................................................................................102 7-21.2(3) Physical Properties.............................................................................................102 7-21.3 Construction Requirements....................................................................................103 7-21.3(1) Preparation.......................................................................................................103 7-21.3(1)A Flow Management...........................................................................................103 7-21.3(1)B Cleaning..........................................................................................................104 7-21.3(1)C Point Repairs...................................................................................................104 7-21.3(1)D Manholes........................................................................................................104 7-21.3(2) Liner Installation................................................................................................105 7-21.3(2)A Inversion Method............................................................................................105 7-21.3(2)B Pull/Winch Method.........................................................................................105 7-21.3(2)C Finished Pipe Liner...........................................................................................105 7-21.3(3) Service Connection Restoration..........................................................................106 7-21.3(4) Testing...............................................................................................................106 7-21.3(4)A Material Testing..............................................................................................106 7-21.3(4)B Field Testing....................................................................................................106 7-21.3(4)C Post Installation CCTV Inspection......................................................................106 7-21.4 Measurement........................................................................................................106 7-21.5 Payment................................................................................................................106 7-22 RESIN IMPREGNATED FABRIC CIPP.............................................................................107 7-22.1 Description............................................................................................................107 7-22.1(1) Related Work Specified Elsewhere......................................................................107 7-22.2 Materials...............................................................................................................107 7-22.2(1) Cured in Place Pipe Liner....................................................................................107 7-22.2(2) Resin.................................................................................................................107 7-22.2(3) Physical Properties.............................................................................................107 7-22.3 Construction Requirements....................................................................................107 7-22.3(1) Preparation.......................................................................................................107 7-22.3(1)A Cleaning..........................................................................................................107 7-22.3(2) Installation........................................................................................................107 7-22.3(2)A Resin Impregnation.........................................................................................107 7-22.3(2)B Water, Air or Steam Curing...............................................................................108 7-22.3(2)C Cool Down.......................................................................................................108 7-23 RESIN IMPREGNATED FIBERGLASS CIPP.....................................................................109 7-23.1 Description............................................................................................................109 7-23.1(1) Related Work Specified Elsewhere......................................................................109 7-23.1(2) Reference Specifications, Codes, and Standards..................................................109 7-23.1(3) CIPP Liner Samples.............................................................................................109 7-23.1(4) CIPP Liner Handling............................................................................................110 7-23.2 Materials...............................................................................................................110 7-23.2(1) General Specifications........................................................................................110 7-23.2(2) Chemical Resistance...........................................................................................110 9 7-23.3(3) Component Properties.......................................................................................110 7-23.3(4) Finished and Cured CIPP Liner Properties............................................................111 7-23.2(5) Dimensions........................................................................................................111 7-23.3 Construction Requirements....................................................................................111 7-23.3(1) Installation Procedures......................................................................................111 7-23.3(1)A Installation Process..........................................................................................111 7-23.3(1)B Curing.............................................................................................................111 7-23.3(2) Finished Product................................................................................................112 8-02 ROADSIDE RESTORATION..........................................................................................112 8-02.3(4)A Topsoil Type A.................................................................................................112 8-02.3(16) Lawn Installation..............................................................................................112 8-02.3(16)A Lawn Installation...........................................................................................112 8-02.3(16)A1 Qualifications of Workmen...........................................................................112 8-02.3(16)A2 Submittals...................................................................................................112 8-02.3(16)A2a Certification of Material..............................................................................112 8-02.3(16)A2b Manufacturer's Certificates of Conformance...............................................112 8-02.3(16)A2c Schedule for Installation.............................................................................112 8-02.3(16)A3 Product Handling.........................................................................................113 8-02.3(16)A4 Site Information...........................................................................................113 8-02.3(16)A5 Sod..............................................................................................................113 8-02.3(16)A5a Other Materials.........................................................................................113 8-02.3(16)A6 Execution.....................................................................................................113 8-02.3(16)A6a Installation Preparation..............................................................................113 8-02.3(16)A6b Sod Installation..........................................................................................114 8-02.3(16)B Lawn Establishment.......................................................................................114 8-02.3(16)B Lawn Establishment and Final Acceptance......................................................114 8-02.3(16)B1 Establishment Period...................................................................................114 8-02.3(16)B2 Guarantee....................................................................................................115 8-02.3(16)B3 Final Acceptance..........................................................................................115 8-09 RAISED PAVEMENT MARKERS....................................................................................115 8-09.5 Payment................................................................................................................115 8-13 MONUMENT CASES..................................................................................................115 8-13.1 Description............................................................................................................115 ff 8-13.3 Construction Requirements....................................................................................115 8-13.4 Measurement........................................................................................................116 8-13.5 Payment................................................................................................................116 8-14 CEMENT CONCRETE SIDEWALKS................................................................................116 8-14.3(4) Curing................................................................................................................116 8-14.4 Measurement........................................................................................................116 8-14.5 Payment................................................................................................................116 8-17 IMPACT ATTENUATOR SYSTEMS.................................................................................117 8-17.5 Payment................................................................................................................117 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL......................................117 8-20.2(1) Equipment List and Drawings.............................................................................117 8-22 PAVEMENT MARKING...............................................................................................117 8-22.1 Description............................................................................................................117 8-22.3(5) Installation Instructions.....................................................................................118 8-22.5 Payment................................................................................................................118 8-23 TEMPORARY PAVEMENT MARKINGS.........................................................................118 8-23.5 Payment................................................................................................................118 9-03.8(7) HMA Tolerances and Adjustments.......................................................................119 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS.................................................119 9-05.4 Steel Culvert Pipe and Pipe Arch(RC)......................................................................119 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)........................................................120 9-05.7(2)A Basis for Acceptance(RC).................................................................................120 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC)...............................................................120 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)....................................................120 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)....................................................................120 9-05.12 Polyvinyl Chloride (PVC) Pipe................................................................................121 9-05.12(3) CPEP Sewer Pipe..............................................................................................121 9-05.14 ABS Composite Sewer Pipe...................................................................................121 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.................................................................121 9-05.22 High Density Polyethylene Piping..........................................................................122 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene SanitarySewer Pipe...........................................................................................................123 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe.............................................124 9-05.24(2) Polypropylene Sanitary Sewer Pipe...................................................................124 9-08 PAINTS.....................................................................................................................124 9-08.8 Manhole Coating System Products..........................................................................124 9-08.8(1) Coating Systems Specification............................................................................124 9-14 EROSION CONTROL AND ROADSIDE PLANTING..........................................................125 9-14.1(1) Topsoil Type A....................................................................................................125 9-14.6(8) Sod....................................................................................................................125 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES....................................................125 9-23.9 Fly Ash(RC)............................................................................................................125 9-30 WATER DISTRIBUTION MATERIALS.............................................................................125 9-30.1 Pipe.....................................................................................................................125 9-30.1(1) Ductile Iron Pipe..................................................................................................126 9-30.1(2) Polyethylene Encasement..................................................................................126 9-30.2 Fittings..................................................................................................................126 9-30.2(1) Ductile Iron Pipe................................................................................................126 9-30.2(2) Galvanized Iron Pipe..........................................................................................127 9-30.2(3) Steel Casing Pipe................................................................................................127 9-30.2(4) Steel Pipe...........................................................................................................127 9-30.2(4) Spacers and Seals for Steel Casing Pipe...............................................................127 9-30.2(6) Restrained Joint.................................................................................................128 9-30.2(6) Restrained Joint Pipe and Fittings.......................................................................128 9-30.2(7) Bolted, Sleeve -Type Couplings for Plain End Pipe................................................128 9-30.3 Valves..................................................................................................................128 9-30.3(1) Gate Valves (3 inches to 16 inches).....................................................................128 9-30.3(3) Butterfly Valves.................................................................................................129 9-30.3(4) Valve Boxes.......................................................................................................129 9-30.3(5) Valve Marker Posts............................................................................................129 9-30.3(6) Valve Stem Extensions.......................................................................................129 9-30.3(7) Combination Air Release/Air Vacuum Valves.......................................................130 9-30.3(8) Tapping Sleeve and Valve Assembly....................................................................130 9-30.3(9) Blow -Off Assembly............................................................................................130 9-30.5 Hydrants................................................................................................................130 9-30.5(1) End Connections................................................................................................130 12 9-30.5(2) Hydrant Dimensions...........................................................................................130 9-30.6 Water Service Connections (2 Inches and Smaller).................................................131 9-30.6(3) Service Pipes.....................................................................................................131 9-30.6(3)B Polyethylene Pipe............................................................................................131 9-30.6(4) Service Fittings..................................................................................................131 9-30.6(5) Meter Setters.....................................................................................................131 9-30.6(7) Meter Boxes......................................................................................................131 10 Removal of Utility Locate Markings From Sidewalks Required.......................................131 13 02/06/2019 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". 14 02/06/2019 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. 15 02/06/2019 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, 16 02/06/2019 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 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. The City of Renton will provide this study upon request. 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. 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). 17 02/06/2019 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. 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. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Advertisement for Bids, or as otherwise stated in the Bid Documents. 18 02/06/2019 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so 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 i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 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; 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) 19 02/06/2019 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 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: 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 20 02/06/2019 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). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 21 02/06/2019 2. Proposal Form 3. Technical Specifications (if any) 4. Special Provisions 5. Contract Plans 6. Contracting Agency's Standard Plans (if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 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 as follows: 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. 22 02/06/2019 The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 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 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 23 02/06/2019 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 surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As -Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As -Built Information Section 1-05.4(4) is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as -built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as -built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Builts", lump sum. 24 02/06/2019 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. 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 25 02/06/2019 Work corrected or removed and replaced pursuant to Section 1-05.7 "Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 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: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring 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 26 02/06/2019 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. 1-05.11(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: 27 02/06/2019 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 have facilities within the project area are: 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. King County 8. Olympic Pipeline 9. Soos Creek Sewer and Water District 10. Cedar River Sewer and Water District 11. Skyway Sewer and Water District 12. Falcon Ridge Home Owner's Association 13. 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 28 02/06/2019 commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on -site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other 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 a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: 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 29 02/06/2019 Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate 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 30 02/06/2019 working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its 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 02/06/2019 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. 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. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards 32 02/06/2019 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 02/06/2019 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 Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer's data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 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. S. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. 6. The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the 34 02/06/2019 Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment -laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of "quick" conditions or "boils"; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills 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 35 02/06/2019 Contractor shall prepare and submit a revised SWPPPP to the Engineer for review as specified for the original plan. 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. 36 02/06/2019 Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 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. 37 02/06/2019 Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 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 38 02/06/2019 utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.17(4) Resolution of Utility Conflicts 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. 39 02/06/2019 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 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 40 02/06/2019 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 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 41 02/06/2019 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. 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. 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 42 02/06/2019 limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 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 43 02/06/2019 facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours /******X 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 44 02/06/2019 permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit -required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. The contractor's or consultant's point of contact with the City in regard to confined space entry will be the City's assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 "Plans and Specifications". Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be 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 45 02/06/2019 submitted with bid) 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 on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from 46 02/06/2019 the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 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: 47 02/06/2019 The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub -element has a duration exceeding 30 calendar days. 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 48 02/06/2019 schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of 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 49 02/06/2019 following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: Certified Payrolls (Federal -aid Projects) Material Acceptance Certification Documents Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. FHWA 47 (Federal -aid Projects) Final Contract Voucher Certification f. Proaerty owner releases Der 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 02/06/2019 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. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each 51 02/06/2019 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 02/06/2019 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: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of Work 53 02/06/2019 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 02/06/2019 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 02/06/2019 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 02/06/2019 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 02/06/2019 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: See Technical Specifications Division 18 (Measurement and Payment) for Bid Items 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: When the bid proposal includes an item for "Traffic Control," the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 58 02/06/2019 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 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 59 02/06/2019 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 MLITCD, 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: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to 02/06/2019 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 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 61 02/06/2019 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. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 62 02/06/2019 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). 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 63 02/06/2019 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. 64 02/06/2019 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. 65 02/06/2019 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 Contractorto 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. .0 02/06/2019 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. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 1►�Q:���1:Z�1:7e1 �7 � ] :7 � 7e1:7e� � [�I 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 67 02/06/2019 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. 02/06/2019 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: /******X 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 69 02/06/2019 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 70 02/06/2019 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 "f" 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. 71 02/06/2019 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 72 02/06/2019 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. VZO=D7:L1I►&I 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: 73 02/06/2019 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 74 02/06/2019 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 75 02/06/2019 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. 76 02/06/2019 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 77 02/06/2019 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 78 02/06/2019 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. 79 02/06/2019 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. 02/06/2019 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 81 02/06/2019 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). 82 02/06/2019 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. 83 02/06/2019 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. 84 02/06/2019 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. 85 02/06/2019 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 00 02/06/20 t 9 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 87 02/06/2019 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 :: 02/06/2019 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 waterthroughout 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. 89 02/06/2019 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 90 02/06/2019 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. 91 02/06/2019 "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. 92 02/06/2019 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 93 02/06/2019 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. 94 02/06/2019 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 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: 95 02/06/2019 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 96 02/06/2019 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. 7-17.3(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). 7-17.4 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. 7-17.5 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. 97 02/06/2019 "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 98 02/06/2019 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 99 02/06/2019 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 overthe 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 100 02/06/2019 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: 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. 101 02/06/2019 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 10 102 02/06/2019 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 103 02/06/2019 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. 104 02/06/2019 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. 105 02/06/2019 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 1-09.14 106 02/06/2019 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. 107 02/06/2019 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. 108 02/06/2019 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 109 02/06/2019 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. 110 02/06/2019 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. III 02/06/2019 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. 112 02/06/2019 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. S. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. 113 02/06/2019 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 114 02/06/2019 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. E:ff11:MCL1[•1909-11T/4LTA 14►111iLTA /eR1111443i 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 115 02/06/2019 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. 116 02/06/2019 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." E:15VMILTA ll_T41111i_AI14►LIL 116I.STY►�Ia►TAFi 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. 117 02/06/2019 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. fg:3 02/06/2019 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. 119 02/06/2019 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Section 9-0S.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 orAWWA 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 120 02/06/2019 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: 121 02/06/2019 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 122 02/06/2019 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. 123 02/06/2019 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 124 02/06/2019 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 125 02/06/2019 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. 2. Non -restrained joint shall be rubber gasket, push -on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 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. 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 - 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. 126 02/06/2019 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 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. 127 02/06/2019 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 by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. 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: 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. 128 02/06/2019 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: 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. 129 02/06/2019 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. 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 130 02/06/2019 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. 131 TECHNICAL SPECIFICATIONS THIS PAGE INTENTIONALLY LEFT BLANK Table of Contents Division1 General...........................................................................................................................1-1 1.10 General...........................................................................................................................................1-1 1.11.01 Project Description................................................................................................................1-1 1.11.02 Reuse of Documents.............................................................................................................1-1 1.11.03 Electronic Data......................................................................................................................1-2 1.13 Permits and Licenses..................................................................................................................1-2 1.15 Warranty....................................................................................................................................1-2 1.30 Administrative................................................................................................................................1-3 1.31 Responsibilities..........................................................................................................................1-3 1.31.1 Contractor's Responsibility.....................................................................................................1-3 1.31.1.1 Construction Inspection Scheduling....................................................................................1-3 1.31.1.2 Contractor Conducted Progress Meetings...........................................................................1-4 1.31.1.3 Contractor Provided Schedule and Non -working Day Approval..........................................1-4 1.31.2 Owner Inspector's Responsibility...........................................................................................1-5 1.33 Submittals..................................................................................................................................1-5 1.33.1 Submittal and Shop Drawings.................................................................................................1-5 1.33.2 Substitutions...........................................................................................................................1-7 1.33.2.1 Prior to Bid Opening.............................................................................................................1-7 1.33.2.2 After Contract Execution......................................................................................................1-7 1.40 Quality Control...............................................................................................................................1-7 1.42 Reference Specifications............................................................................................................1-7 1.50 Construction Support.....................................................................................................................1-8 1.51 Temporary Utilities....................................................................................................................1-8 1.52 Temporary Facilities...................................................................................................................1-8 1.54 Construction Aids.......................................................................................................................1-8 1.55.26 Traffic Control.......................................................................................................................1-9 1.59 Site Control................................................................................................................................1-9 1.59.1 Surveying and Staking.............................................................................................................1-9 1.70 Execution and Closeout...............................................................................................................1-10 1.75 Testing, Startup, and Operation...............................................................................................1-10 1.75.01 Schedule..............................................................................................................................1-10 1.75.02 Testing.................................................................................................................................1-10 i Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents 1.75.03 Scheduling of Owner Review for Testing............................................................................1-11 1.75.06 Electrical and Control Systems Testing...............................................................................1-11 1.75.30 Startup................................................................................................................................1-11 1.79 Training and Documentation...................................................................................................1-12 1.79.1 Training.................................................................................................................................1-12 1.79.2 Operation and Maintenance Manuals..................................................................................1-12 1.79.3 Construction Record Drawings.............................................................................................1-14 1.80 Performance Requirements.........................................................................................................1-14 1.81 Seismic Restraint and Anchorage.............................................................................................1-14 Division2 Sitework.........................................................................................................................2-1 2.00 General...........................................................................................................................................2-1 2.05 Common Work for Sitework......................................................................................................2-1 2.10 Site Preparation.............................................................................................................................2-2 2.10.2 Clearing and Grubbing............................................................................................................2-2 2.10.4 Dewatering..............................................................................................................................2-2 2.11 Earthwork Materials..................................................................................................................2-3 2.11.1 Common Work for Earthwork Materials................................................................................2-3 2.11.2 General Fill..............................................................................................................................2-3 2.11.3 Structural Fill...........................................................................................................................2-4 2.11.5 Trench Backfill.........................................................................................................................2-4 2.11.7 Gravel Base Course.................................................................................................................2-5 2.11.8 Gravel Top Course...................................................................................................................2-5 2.12 Road Surfacing...........................................................................................................................2-6 2.12.1 Common Work for Road Surfacing.........................................................................................2-6 2.12.2 Cement Concrete Pavement...................................................................................................2-6 2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement(ACP).................................................2-6 2.12.10 Pavement Marking/Striping..................................................................................................2-6 2.20 Earth Moving..................................................................................................................................2-7 2.23 Excavation..................................................................................................................................2-7 2.25 Erosion and Sedimentation Control...........................................................................................2-8 2.25.4 Stormwater Discharge............................................................................................................2-8 2.30 Site Improvements.........................................................................................................................2-8 ii Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents 2.31.2 Temporary Construction Security Fence.................................................................................2-8 2.90 Landscaping....................................................................................................................................2-9 2.90.1 Common Work for Landscaping..............................................................................................2-9 2.90.10 Topsoil.................................................................................................................................2-12 2.90.11 Hydroseed...........................................................................................................................2-12 2.99 Magnetic Markers....................................................................................................................2-14 Division3 Concrete.........................................................................................................................3-1 3.00 General...........................................................................................................................................3-1 3.05 Common Work for Concrete......................................................................................................3-1 3.06 Maintenance of Concrete..........................................................................................................3-3 3.06.30.71 Rehabilitation of Cast -in -Place Concrete.........................................................................3-3 3.10 Forming and Accessories...............................................................................................................3-4 3.11 Formwork...................................................................................................................................3-4 3.11.13 Cast in Place Forming............................................................................................................3-4 3.15 Accessory Materials...................................................................................................................3-5 3.15.19 Concrete Anchors..................................................................................................................3-5 3.20 Reinforcing.....................................................................................................................................3-6 3.21 Reinforcing Steel........................................................................................................................3-6 3.21.13 Reinforcing Steel...................................................................................................................3-6 3.30 Cast -In -Place Concrete...................................................................................................................3-7 3.30.01 Common Work for Cast in Place Concrete............................................................................3-7 3.31 Concrete Materials.........................................................................................................................3-9 3.31.02 Structural Concrete...............................................................................................................3-9 3.31.03 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts ....3-10 3.35 Surface Finishing..........................................................................................................................3-10 3.35.01 Common Work for Surface Finishing..................................................................................3-10 3.35.8 Sacked Wall Finish.................................................................................................................3-10 3.60 Grouting.......................................................................................................................................3-11 3.62 Non -Shrink Grout.....................................................................................................................3-11 3.64 Injection Grouting....................................................................................................................3-13 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents Division4 Masonry (Not Used)........................................................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics...................................................................5-1 5.00 General...........................................................................................................................................5-1 5.05 Common Work for Fabricated Metalwork and Plastics.............................................................5-1 5.05.23 Bolts and Other Connectors..................................................................................................5-5 5.60 Ladders...........................................................................................................................................5-6 5.60.01 Common Work for Ladders...................................................................................................5-6 5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders..........................................................................5-6 Division6 Carpentry........................................................................................................................6-1 6.00 General...........................................................................................................................................6-1 6.05 Common Work for Carpentry....................................................................................................6-1 6.10 Rough Carpentry............................................................................................................................6-1 6.16 Wood Structural Panels.............................................................................................................6-1 6.20 Finish Carpentry.............................................................................................................................6-1 6.20.1 Common Work for Finish Carpentry.......................................................................................6-1 6.22 Millwork.....................................................................................................................................6-2 6.22.13 Standard Pattern Wood Trim................................................................................................6-2 Division 7 Thermal and Moisture Protection....................................................................................7-1 7.00 General...........................................................................................................................................7-1 7.05 Common Work for Thermal and Moisture Protection..............................................................7-1 7.10 Dampproofing and Waterproofing................................................................................................7-1 7.10.11 Ceiling FRP Liner....................................................................................................................7-1 7.20 Thermal Protection........................................................................................................................7-2 7.21 Thermal Insulation.....................................................................................................................7-2 7.21.03 Ceiling Insulation...................................................................................................................7-2 7.70 Roof and Wall Specialties...............................................................................................................7-3 7.72 Roof Accessories........................................................................................................................7-3 7.72.27 Roof Vent..............................................................................................................................7-3 Division 8 Openings (Not Used).......................................................................................................8-1 Division9 Finishes...........................................................................................................................9-1 9.00 General...........................................................................................................................................9-1 9.20 Plaster and Gypsum Board.............................................................................................................9-1 iv Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents 9.29.16 Gypsum Board for Low Occupancy Areas.............................................................................9-1 9.90 Painting and Coating......................................................................................................................9-2 9.90.00 Common Work for Painting and Coating..............................................................................9-2 9.90.01 Color Schedule......................................................................................................................9-5 9.90.02 Unpainted Items...................................................................................................................9-6 9.91 Painting and Coating Systems....................................................................................................9-6 9.91.13.13 - System 3: Exterior of Exposed Ductile Iron Pipe............................................................9-6 9.91.23 Interior Painting....................................................................................................................9-7 9.91.23.10 - System 1: Gypsum Wallboard — Interior, Painted.........................................................9-7 9.91.23.12 - System 2: Wood — Interior, Painted...............................................................................9-8 9.91.33 Submerged and Buried Metals Painting...............................................................................9-8 9.91.33.03 - System 4: Metals Submerged In Wastewater — Non NSF..............................................9-8 Division10 Specialties...................................................................................................................10-1 10.00 General.......................................................................................................................................10-1 10.05 Common Work for Specialties...............................................................................................10-1 10.10 Information Specialties..............................................................................................................10-1 10.14 Signs and Labels.....................................................................................................................10-1 10.14.1 Common Work for Signs and Labels...................................................................................10-1 10.14.8 Electrical and Control Equipment.......................................................................................10-2 Division11 Equipment..................................................................................................................11-1 11.00 General.......................................................................................................................................11-1 11.05 Common Work for Equipment...............................................................................................11-1 11.15 Temporary Sewage Storage During Force Main Access Port Installation at Stonegate Lift Station..............................................................................................................................................11-1 Division 12 Furnishings (Not Used)................................................................................................12-1 Division 13 Special Construction....................................................................................................13-1 13.60 Rehabilitation construction.......................................................................................................13-1 13.63 Rehabilitation of Shy Creek Valve Vault.................................................................................13-1 Division 14 Conveying Systems (Not Used).....................................................................................14-1 Division15 Mechanical..................................................................................................................15-1 15.00 General.......................................................................................................................................15-1 15.05 Common Work for Mechanical..............................................................................................15-1 v Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents 15.11 Open Trench Pipe Installation................................................................................................15-2 15.11.50 Trench Patching................................................................................................................15-2 15.13 Above Grade Mechanical Installation....................................................................................15-2 15.13.02 Exposed Piping Inspection and Testing.............................................................................15-2 15.18 Buried Piping Inspection and Testing.....................................................................................15-4 15.18.03 Valve Testing.....................................................................................................................15-4 15.20 Pipe and Fittings.........................................................................................................................15-4 15.21 Common Work for Pipe and Fittings......................................................................................15-4 15.22 Metal Pipe and Fittings..........................................................................................................15-5 15.22.02 Ductile Iron Pipe and Fittings............................................................................................15-5 15.22.08 Brass/Bronze Pipe and Fittings.........................................................................................15-6 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer — Push on Joint..............................15-7 15.30 Valves.........................................................................................................................................15-7 15.31 Common Work for Valves......................................................................................................15-7 15.32.05 Eccentric (Plug) Valves......................................................................................................15-8 15.32.07 Gate Valves — Small Diameter...........................................................................................15-9 15.35 Air Valves................................................................................................................................15-9 15.35.05 Air Valves — Wastewater...................................................................................................15-9 15.35.05.01 Combination Air and Vacuum Valve - Wastewater .....................................................15-9 15.40 Piping Specialties.....................................................................................................................15-10 15.40.01 Dismantling Joint.............................................................................................................15-10 15.40.03 Pipe, Valve and Conduit Supports...................................................................................15-10 Division16 Electrical.....................................................................................................................16-1 16.00 General.......................................................................................................................................16-1 16.05 Common Work for Electrical..................................................................................................16-1 16.10 Electrical Site Work....................................................................................................................16-7 16.10.1 Common Work for Electrical Site Work..............................................................................16-7 16.10.2 Underground Marking Tape (Detectable Type)..................................................................16-7 16.21.6 Manual Transfer Switch......................................................................................................16-8 16.30 Basic Panel Equipment and Devices..........................................................................................16-9 16.35.2 Nameplates.........................................................................................................................16-9 16.50 Panelboards...............................................................................................................................16-9 vi Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents 16.52 Common Work for Panelboards............................................................................................16-9 16.55 Switches and Protective Devices.............................................................................................16-11 16.55.1 Common Work for Switches and Protective Devices.......................................................16-11 16.55.16 Molded Case Circuit Breakers.........................................................................................16-11 16.55.17 Instantaneous Magnetic Trip Breakers...........................................................................16-11 16.60 Conductors...............................................................................................................................16-12 16.61 Low Voltage Wire and Cable................................................................................................16-12 16.70 Raceways, Boxes and Fittings..................................................................................................16-15 16.71 Raceways..............................................................................................................................16-15 16.72.2 Outlet and Junction Boxes................................................................................................16-17 16.80 Sensors and Controls...............................................................................................................16-18 16.80.1 Common Work for Sensors and Controls.........................................................................16-18 16.82.3 Wastewater Level Float Switches.....................................................................................16-18 16.90 Power Generation....................................................................................................................16-19 16.91 Engine Generator.................................................................................................................16-19 16.91.1 Diesel Engine Generator Set.............................................................................................16-19 16.91.2 Portable Diesel Engine Generator Set..............................................................................16-31 16.92 Transfer Switches.................................................................................................................16-43 16.92.2 Automatic Transfer Switch................................................................................................16-43 16.95 Testing......................................................................................................................................16-45 16.95.1 Common Work for Testing................................................................................................16-45 16.95.3 Conductor Test Report......................................................................................................16-47 Division 17 Automatic Control (Not Used)......................................................................................17-1 Division 18 Measurement and Payment........................................................................................18-1 18.0 General.........................................................................................................................................18-1 Bid Item 1— Mobilization, Demobilization, and Cleanup................................................................18-1 Bid Item 2 —Trench Safety and Shoring...........................................................................................18-1 BidItem 3 — Magnetic Markers........................................................................................................18-1 Bid Item 4 — Vactor Piping Improvements.......................................................................................18-1 Bid Item 5 - Landscape Restoration.................................................................................................18-2 Bid Item 6 —Asphalt Restoration.....................................................................................................18-2 BidItem 7 — Concrete Restoration...................................................................................................18-2 vii Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 12:44 PM © 2019 RH2 Engineering, Inc. Table of Contents Bid Item 8 — East Valley Lift Station Structural................................................................................18-2 Bid Item 9 — East Valley Lift Station Mechanical..............................................................................18-3 Bid Item 10 — East Valley Lift Station Electrical................................................................................18-3 Bid Item 11 - Lind Avenue Lift Station Force Main Access Ports.....................................................18-3 Bid Item 12 — Misty Cove Lift Station Structural..............................................................................18-3 Bid Item 13 — Misty Cove Lift Station Mechanical...........................................................................18-3 Bid Item 14 — Piper's Bluff Lift Station Site Work............................................................................18-3 Bid Item 15 — Piper's Bluff Lift Station Force Main Access Manhole...............................................18-4 Bid Item 16 - Piper's Bluff Lift Station Structural.............................................................................18-4 Bid Item 17 — Piper's Bluff Lift Station Electrical..............................................................................18-4 Bid Item 18 — Shy Creek Lift Station Site Work................................................................................18-4 Bid Item 19 - Shy Creek Lift Station Structural.................................................................................18-4 Bid Item 20 — Shy Creek Lift Station Mechanical.............................................................................18-5 Bid Item 21— Shy Creek Lift Station Electrical.................................................................................18-5 Bid Item 22 — Stonegate Lift Station Coating Removal....................................................................18-5 Bid Item 23 — Stonegate Lift Station Force Main Access Ports........................................................18-5 Bid Item 24 - Stonegate Lift Station Force Main Access Manhole...................................................18-5 Bid Item 25 - Stonegate Lift Station Mechanical..............................................................................18-5 Bid Item 26 — Stonegate Air/Vac Modifications...............................................................................18-6 Bid Item 27 — Rainier Lift Station Electrical......................................................................................18-6 Bid Item 28 — Oakesdale Lift Station Electrical................................................................................18-6 Bid Item 29 — Portable Engine Generator........................................................................................18-6 BidItem 30 — Minor Change............................................................................................................18-6 Bid Item 31— Construction Records................................................................................................18-6 Appendices Appendix A — Construction Records Appendix B — Manhole Cover Details Appendix C — Telemetry Panel Drawings viii Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\Table of Contents.docx 2/11/2019 3:08 PM © 2019 RH2 Engineering, Inc. Division 1 General 1.10 GENERAL Sections in these specifications titled "Common Work for ..." shall apply to all following subsections whether directly referenced or not. Sections in these specifications titled "Related Sections" shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. 1.11.01 Project Description The Phase 1A Lift Station and Force Main Improvements consists of various mechanical, structural, electrical, and force main improvements on multiple lift stations: • The mechanical improvements include the following but are not limited to construction of pigging ports, vactor piping installation inside wetwells, and air release valve modifications. • The structural improvements include the following but not limited to repairing leaks inside valve vault, existing coating removal, ceiling installation and roof modification. • The electrical improvements include the following but not limited to emergency generator installation and its ancillary equipment, modifying and replacing existing control panels, and portable generator replacement. • The force main improvements include the following but not limited to installation of force main access ports and magnetic markers installation. The construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration, asphalt, restoration, and concrete sidewalk restoration. 1.11.02 Reuse of Documents Contractor and any Subcontractor or Supplier shall not: 1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. Reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 3. The prohibitions of this Paragraph will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 1-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General 1.11.03 Electronic Data Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. 2. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 30 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 30-day acceptance period will be corrected by the transferring party. 3. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. 1.13 Permits and Licenses The Owner will secure and pay for the following permits: • Right -of Way Permit The Contractor shall acquire and pay for all other necessary permits which may include: • Electrical Permit A copy of the Owner acquired permits are available at the Owner's office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. 1.15 Warranty The Contractor shall warrant all work and products for a period of one (1) year following project acceptance except for those components and listed warrantees below. The date of project acceptance is defined as the date the final payment is sent to the Contractor from the Owner. Warranties in addition to this warranty are listed in the following sections: • Division 16.91.2 Engine Generator 1-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General 1.30 ADMINISTRATIVE 1.31 Responsibilities 1.31.1 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. The General (or Prime) Contractor is fully responsible for providing his subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on -site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. See Testing, Startup, and Operation section below for details. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Owner are only to monitor and record that project plans and specifications are being complied with and construction is consistent with the design intent. The Contractor shall be responsible for managing, coordinating, and overseeing his subcontractors, suppliers, manufacturers' representatives, or any other persons performing Work. The Contractor shall have a competent representative, familiar with the project and work being performed, on -site at all times. 1.31.1.1 Construction Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 2-woking day prior notice shall be given to the Owner and appropriate reviewing agency for all inspections required for the construction of the project. 2-working day notice is defined as two complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or 1-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General the day after a holiday shall be scheduled a minimum of 2-working day in advance not including the holiday hours or weekend hours.) Contractor shall schedule and arrange for the following inspections and tests with the appropriate reviewing agency and testing company. • Special Inspections as required per IBC Division 17 and as noted on the drawings • Soils and crushed rock compaction • Asphalt materials and compaction 1.31.1.2 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on -site progress meetings at least every two weeks and at other times as requested by the Owner or as required by progress of the work. The Contractor, Owner, and all Subcontractors active on the site must attend each meeting. Contractor to provide an agenda covering the following items at a minimum, as applicable. a. Review minutes of previous meetings. b. Review of work progress. c. Field observations, problems, and decisions. d. Identification of problems that impede planned schedule. e. Review of submittals schedule and status of submittals. f. Review of off -site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Discussion of upcoming required inspections/approvals. 1. Maintenance of quality and work standards. m. Effect of proposed changes on progress schedule and coordination. n. Safety issues relating to work. o. Other business relating to work. 1.31.1.3 Contractor Provided Schedule and Non -working Day Approval Contractor is responsible for providing an up to date construction schedule with each monthly pay estimate and at other times as requested by the Owner or as required by progress of the work. If the current schedule is still in -line with the previous schedule, the Contractor shall inform the Owner with each pay estimate. Non -working day requests shall also be submitted 1-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General by the Contractor with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non -working day requests. 1.31.2 Owner Inspector's Responsibility The Owner may elect to have a Consultant representative on site to inspect, monitor, observe and record construction progress. The Contractor maintains complete responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Consultant to address means and methods issues on site or to direct safety issues on site. The Consultant does not have the authority to stop the work. 1.33 Submittals 1.33.1 Submittal and Shop Drawings Submittals are required for all items installed on this contract. Submittals shall be addressed to: RH2 Engineering, Inc. 22722 29th Dr. SE, Suite 210 Bothell, WA 98021 Attn: Kenny Gomez, P.E. Email: kgomez@rh2.com Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the right to require the Contractor to provide hard -copy submittals at no additional cost to the Owner. Where hard -copy submittals are provided, Contractor shall submit three (3) copies; one set will be returned to the Contractor after review. Electronic submittal via email is acceptable, however the Contractor shall take responsibility to follow up with the Owner to verify that the submittal was received. The Owner assumes no responsibility for emails that do not make it to the recipient. In the case of electronic submittals, only one copy will be returned to the Contractor, either electronically or hard copy at the Owner's discretion. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the Contractor and shall clearly indicate the equipment and materials that will be provided, including any options or additive items. No generic cutsheets or datasheets will be accepted. Items that are installed in the work that have not been approved through the submittal process shall be removed and an approved product shall be furnished, all at the Contractor's expense. Shop drawing review will be limited to general design requirements only, and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8/2-inch by 11-inch, 11-inch by 17-inch, or 22-inch by 34-inch sheets and shall contain the following information: 1-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General • Project Name as it appears on the Document Cover. • Prime Contractor and Applicable Subcontractor. • RH2 Engineering. • Owner's Name. • Applicable Specification and Drawings Reference. • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. • A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re -submittal. The Contractor shall revise and resubmit as necessary. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 12 working days after receipt by the Engineer. Delays caused by the need for re -submittal shall not be a basis for an extension of contract time or delay damages. Shop drawings and submittals shall contain the following information for all items: A. Shop or equipment drawings, dimensions, and weights. B. Catalog information. C. Manufacturer's specifications. D. Special handling instructions. E. Maintenance requirements. F. Wiring and control diagrams. G. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Owner for inspection. 1-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General 1.33.2 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1.33.2.1 Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. 1.33.2.2 After Contract Execution Within 30 calendar days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.40 QUALITY CONTROL 1.42 Reference Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction, Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • City of Renton Construction Special Provisions • City of Renton Amendments, Additions and Deletions to the International Fire Code • City of Renton Amendments to the International Building Code • IBC International Building Code 1-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General • UPC Uniform Plumbing Code • IMC International Mechanical Code • IFC International Fire Code • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1.50 CONSTRUCTION SUPPORT 1.51 Temporary Utilities The Contractor is responsible for providing all necessary water for construction -related fire protection and utilities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical and water accounts to the Owner's name. Temporary electrical power is available at the site. The Contractor may use existing power facilities as shown on the plans. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.52 Temporary Facilities The Contractor is responsible for construction and location of all field offices, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall provide all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety. First aid kits and equipment as required by law shall also be supplied. 1.54 Construction Aids The Contractor or product manufacturer may include work, materials, or components to aid in shipping, storage, installation, or other work for their convenience. Such items shall be removed prior to final project acceptance if they may interfere with the operation or maintenance of permanent work. Some examples include, but are not limited to: • Lifting eyes (remove only if a safety concern or obstruction) &.i Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General • Picking holes (plug) • Intermediate or shipping bracing (remove) • Protective shipping adhesives, coatings or covers (remove and clean residue) 1.55.26 Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest edition and applicable local codes. The Contractor shall limit delay of traffic to 5 minutes. If flaggers are used, orientation meetings per WAC 296-155-305 shall be held each time a new flagger is introduced to the site or if site conditions change significantly. The Contractor is responsible for scheduling such meetings. See Section 1-10, Temporary Traffic Control, of the Special Provisions of the Contract. 1.59 Site Control The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the `Building Construction Limits", "Utility Construction Limits" and "Landscaping Construction Limits", shown unless approved by the Owner in writing. 1.59.1 Surveying and Staking The Contractor is responsible for surveying and staking and shall stake out the locations of the permanent easements, temporary easements, rights -of -way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Owner. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as -built purposes. Contractor to survey the station line(s) and install pins or offset stakes every 50 feet within areas that will not be disturbed by construction. For utility work, 5-foot and 10-foot offset stakes must be provided for major components including, but not limited to: tees, valves, manholes, catch basins, changes in angle 45-degrees or more, and vaults larger than 4-foot square. Replace all damaged survey monuments in accordance with WAC 332-120. The Contractor shall comply with Section 1-11, Renton Surveying Standards, of the Special Provisions of the Contract. 1-9 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General 1.70 EXECUTION AND CLOSEOUT 1.75 Testing, Startup, and Operation 1.75.01 Schedule The placing of all improvements in service shall consist of three parts: "testing", "startup", and "operation". Not less than 20 working days before the anticipated time for beginning testing, the Contractor shall notify and submit to the Owner for approval, a complete plan for the following: 1. Schedules for tests: A. Emergency power system B. Control system 2. Detail schedule of procedures for startup. 3. Complete schedule of events to be accomplished during testing. 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases. Failure to provide proper notification to the Owner may lead to liquidated damages if schedule cannot be maintained. If rescheduling is required because components are not ready for testing the notification requirements are reset and shall provide for 15 working days advance notice in order to reserve Engineer's and/or Owner Representatives' time. 1.75.02 Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Not less than five working days before the anticipated time for beginning the testing, the Contractor shall provide a list of representatives that will be attending the testing. The Owner may request additional representatives at no additional cost if said representatives are identified in these specifications. Qualified product representatives to be on site for the following equipment, at a minimum: • Generator (Refer to Division 16 for testing requirements) The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. At a minimum, the Contractor shall provide: 1-10 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General • Load Bank (generator testing) • Sound Level (dB) measuring device (generator testing) 1.75.03 Scheduling of Owner Review for Testing See Division 1.75.1 Scheduling for scheduling and notification requirements. In addition, the Contractor shall provide further notification two working days and two working hours (to confirm schedule) of the scheduled test to the Owner confirming that the Contractor has successfully completed all preliminary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test in accordance with the section Inspection and Tests of the General Conditions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 2-working day ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $200 per hour per Owner Representative on site (minimum of $400 per scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner at their discretion. The Contractor is required to have all systems pre -tested to their satisfaction prior to calling the Owner for formal testing. The Contractor is required to have all systems pre -tested to their satisfaction prior to calling the Owner for formal testing. 1.75.06 Electrical and Control Systems Testing See Division 16.95 for electrical system testing. The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete: • Temperature sensors and alarms • Local control • Automatic control 1.75.30 Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General Authorized factory representatives shall be provided for the following items: • Generator 1.79 Training and Documentation Failure to provide acceptable final documentation including O&M manuals and as -built drawings will result in non-payment of the appropriate bid item in the schedule of prices. The Contractor shall remove all tags and instructions that come packaged with or attached to equipment used on the project. Deliver all such documents to the Owner bound in a three ring binder or with the Operation and Maintenance Manual. Insert documents in sleeves if they cannot be punched. Scan all such documents to Adobe PDF format and provide with the Operation and Maintenance Manual. 1.79.1 Training At the time that the facility is ready to be put into operation, the Contractor is to conduct an operation and maintenance training meeting with the owner to explain in detail the operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. 1.79.2 Operation and Maintenance Manuals Detailed requirements for specific equipment and systems may also be included in their respective specification sections. Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Owner acceptable manufacturer's operating and maintenance instructions covering equipment and systems installed on the Project requiring operational and/or maintenance procedures and for any additional items indicated by the Owner, including coatings furnished under this contract. At a minimum, provide O&M information for the following: • Generators • Transfer switch • Electrical systems The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of mechanical and electrical equipment: Products A. Equipment Identification including brand name, model number and serial numbers. B. Date of manufacture and date of installation on job site. C. Complete as -built elementary wiring and one -line diagrams. 1-12 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General D. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. Maintenance A. Recommended spare parts. B. Lubrication schedule including the applicable lubricant designation available from the Standard Oil Company of California. C. Recommended preventive maintenance procedures and schedules. Schedule shall be provided for daily, weekly, monthly, quarterly, semi-annually and annually maintenance. D. Disassembly and re -assembly instructions including parts identification and a complete parts breakdown for all equipment. E. Weights of individual components of each item of equipment weighing over 50 pounds. F. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. G. All manufacturers' warranties. Include name, address, and telephone number of the manufacturer's representative to be contacted for warranty, parts, or service information. H. Provide videotapes, video CDs or DVDs utilized in the manufacturer's instruction program for the owner. Operation A. Recommended trouble -shooting and startup procedures. B. Recommended step-by-step operating procedures. C. Emergency operation modes, if applicable. D. Normal shutdown procedures. E. Long term shutdown (mothballing) procedures. F. Equipment specifications and guaranteed performance data. G. General manuals which describe several items not in the contract will not be accepted unless all references to irrelevant equipment are neatly eradicated or blocked out. All operations and maintenance manuals shall be in pdf electronic file format. The pdf files shall be based upon the following types of sources: original pdf files from the manufacturers and / or pdf files created directly from other electronic file formats such as .doc, .docx, .xls, .xlsx, or .dwg but not image formats such as .jpg or .TIF. The use of image formats may be approved, but on a case by case basis. In general, scanning hardcopies into pdf files is not acceptable. Doing so may be approved, but on a case by case basis. Use standard page sizes which are: 8-1/2 inches by 11 inches 1-13 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General 11 inches by 17 inches 22 inches by 34 inches Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. Progress payments for the total contract work in excess of 90 percent completion may not be made until the operation and maintenance manual has been delivered and approved by the Owner, at their discretion. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O & M Manual. See Division 1.15 for details regarding required warranties for specific components. 1.79.3 Construction Record Drawings Prior to receiving final payment for the work, the Contractor shall deliver a complete set of acceptable "As -Constructed" records to the Owner. Plans shall be made on clean, unmarked prints for this project in accordance with the following standards: • Yellow markings or highlights = deleted items • Red markings = new or modified items The Contractor shall provide "as -built" information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner's personnel to locate, maintain, and operate the finished product and its various components. The Contractor shall comply with Section 1-05.4, Renton As -built Information Standards, of the Special Provisions of the Contract. See also electrical plan requirements in Division 16.05. 1.80 PERFORMANCE REQUIREMENTS 1.81 Seismic Restraint and Anchorage Contractor shall furnish seismic restraint for all equipment, piping, valves, conduit, and other mechanical and electrical components. Seismic restraint shall be designed to meet IBC (ASCE 7 Chapter 13 — "Seismic Design Requirements for Nonstructural Components") code requirements. The followinv desi—an values shall be used in calculatinv seismic forces: In = 1.5 1 Sds = 0.97 1 Sd1 =0.498 1 Seismic Design Category = D A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. 1-14 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 1- General Contractor shall install seismic restraints when called for in the contract or recommended by the product manufacturer. Install in accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be installed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Interference with normal operations and maintenance shall be as determined by the Owner. Drilled -in anchors for non -rotating equipment shall be Concrete Anchors unless otherwise specified. 1-15 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\1 GeneraLd— 2/11/2019 11:23 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 2 Sitework 2.00 GENERAL Sections in these specifications titled "Common Vork for ..." shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Sitework This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the Plans. Part 1- General Submittals Submittal information shall be provided to the Owner for the following items: • Erosion and Sedimentation Control Plan • Erosion Control Fence Fabric • Erosion Control Mat • Dewatering Plan • Shoring Plan and Calculations • Dump Site Permits • General Fill • Structural Fill • Pipe Bedding • Trench Backfill • Crushed Surfacing • Paving • Hydroseed • Top Soil Other Items listed in this section or required by the Owner. Site Conditions Explorations of the subsurface soil and groundwater conditions at these project sites were not performed for this project. 2-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework 2.10 SITE PREPARATION 2.10.2 Clearing and Grubbing Part 3- Execution Construction Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the Plans within the construction limits and shall conform to Section 2-01 of the Standard Specifications. Remove and relocate permanent improvements that are within the construction limits, such as mailboxes and traffic signs. Locate mailboxes such that mail service is maintained during construction. Return facilities to original location, or plan location, at completion of local work. Do not remove organic material including plants, grasses, trees and native topsoil unless directed by the Plans. In instances where the Contractor is allowed to clear areas to facilitate construction but is not required to, any areas disturbed by construction shall be surface restored to existing or better condition including matching surface restoration with hydroseed or plantings as shown in adjacent areas required to be modified by the Plans. Where the Contractor is allowed to clear areas to facilitate construction, surface restoration shall be completed at no additional cost to the owner. 2.10.4 Dewatering Part 3 - Execution Installation/ Construction The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep all excavations de -watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Any dewatering systems must be positioned away from all building and utility construction so as to not become a part of the permanent facility. The Contractor shall furnish, install, and operate all necessary machinery, appliances, and equipment to meet these water control requirements, and shall dewater and dispose of the water so as not to cause injury to public or private property or to cause a nuisance to the public. The Contractor shall maintain sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outages, and shall have available at all times competent workmen for the operation of the pump equipment. The dewatering system shall not be shut down between shifts, on holidays or weekends, or during work stoppages. Field Quality Control The quality of all surface and ground water discharged from the site shall meet all State and local requirements. The Contractor shall employ all means necessary to remove suspended Pba Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework solids, oils, trash, and other deleterious materials from surface and ground water prior to discharging. Restoration Any dewatering wells installed by the Contractor shall be removed and backfilled in accordance with applicable Federal and State regulations. 2.11 Earthwork Materials 2.11.1 Common Work for Earthwork Materials Part 1- General Acceptance at Site Owner shall review the site near the end of each pay period to determine the equivalent percentage of earthwork completed compared to the total earthwork lump sum price. Contractor shall be paid based on the percentage completed based on Owner's judgment of percent complete. Part 2 - Products Source Quality Control All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). The Contractor shall provide certification to the owner that the fill is free of these chemicals. 2.11.2 General Fill Part 1— General Summary All fill required for this project that is not specifically defined as another type shall be "General Fill". References Section 9-03.14(3) Common Borrow of the Standard Specifications. Part 2 — Products Components General fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. 2-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Part 3 — Execution Installation/ Construction All general fill shall be compacted in uniform layers not exceeding 12 inches in loose thickness and compacted to at least 90 percent maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.3 Structural Fill Part 1— General Summary All fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill" unless other fill materials are specifically shown on the Plans. The structural fill material has been selected to support the weight of the structure in combination with the existing native material and to prevent adverse movement during an earthquake. The Contractor must take particular care to maintain the integrity of the design by using structural fill where shown. References Where free draining material for use as structural fill is required as indicated on the Plans or needed to maintain compaction in adverse weather conditions, it shall conform with Section 9-03.14(1), "Gravel Borrow" of the Standard Specifications. Part 2 — Products Components Structural fill shall be soil free of organics, debris, and other deleterious materials. The Owner shall determine if native on -site materials are suitable for use as structural fill. Part 3 — Execution Installation/ Construction The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 8 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.5 Trench Backfill Part 1— General Summary All fill placed above the pipe bedding in a trench shall be "Trench Backfill". The trench backfill material has been selected to distribute surface loads over the utility. In addition, the grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench 2-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework walls. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. References Trench backfill shall consist of materials conforming to Section 9-03.19 "Bank Run Gravel for Trench Backfill" of the Standard Specifications or as approved by the Owner. Part 3 — Execution Installation/ Construction Trench backfill shall be placed and compacted above the pipe bedding to finished grade elevations in unrestored areas or to subgrade elevations in restored areas. In unimproved or landscaped areas trench backfill shall be placed in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. In areas where the trench will support roadways or vehicle access areas, trench backfill shall be placed in uniform layers not to exceed 8 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test procedure (modified proctor) from 0 to 4 feet below finished surface, 90 percent below 4 feet. 2.11.7 Gravel Base Course Part 1— General Summary All fill placed under paving, foundations or structures and next to native material shall be "Gravel Base Course" unless otherwise called out on the Plans. References Aggregate for gravel base course under structures, and foundations shall conform to Section 9-03.10 Aggregate for Gravel Base of the Standard Specifications. Aggregate for gravel base course under roadways, paved areas, sidewalks and gravel areas shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. 2.11.8 Gravel Top Course Part 1— General Summary Gravel surface paving as shown on the Plans shall be "Gravel Top Course". References Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top Course and Keystone of the Standard Specifications. 2-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework 2.12 Road Surfacing 2.12.1 Common Work for Road Surfacing 2.12.2 Cement Concrete Pavement Part 1— General References Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. Part 3 — Execution Examination Evidence of pavement damage such as surface cracking, ponding or other variations in surface consistency shall be investigated by the Contractor and reported to the Engineer. Construction Pavement areas damaged by construction activities shall be removed and reconstructed at the Contractor's expense to the road agency's standards. Manhole covers, valve covers, survey markers, and other existing surface features shall be adjusted to the finished grade of the new pavement. Adjustment of utility features to grade shall be in conformance with the local road agency standards. Catch basin grates shall be set 0.1 feet below finish grade. 2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) Part 1— General Definitions The Plans and specifications may call out Hot Mix Asphalt (HMA) or Asphalt Concrete Pavement (ACP). The terms are synonymous. References Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the 2014 Standard Specifications. All HMA shown on the Plans shall be Commercial HMA unless otherwise noted. Furnish, place, spread, and compact HMA to the thickness shown on the Plans. 2.12.10 Pavement Marking/Striping Part 1— General References Pavement marking shall be constructed in accordance with 8-22 of the Standard Specifications and any Owner standards more stringent than the Standard Specifications. 2-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Part 3 — Execution Repair/Restoration Pavement marking damaged or removed during construction shall be replaced by the Contractor. Cost for replacement of damaged or removed markings shall be incidental to the contract. Installation/ Construction Provide markings on all new pavement per the local traffic agency's requirements. Pavement marking shall match marking at the project site unless noted otherwise on the Plans or within these specifications. 2.20 EARTH MOVING 2.23 Excavation Part 1— General Summary The Contractor shall excavate as necessary to construct the improvements shown. Part 2 — Products Materials All excavated material below the organic layer can be re -used as backfill as long as it is properly protected from water saturation, meets the specification for the backfill purpose, and is approved by the Owner. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously approved material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed off -site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Owner. Part 3 — Execution Installation/ Construction Excavation shall include the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the improvements shown on the Plans. Excavation includes utility excavation, structural excavation, and grading excavation. Utility excavation shall be performed to the depths necessary to complete the utility construction work shown. Structural excavation shall be performed to the limits shown and established by the Owner. The base of the excavation shall extend laterally a minimum of 1 feet beyond the structure unless specified otherwise on Plans. 2-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Excavated material may be stockpiled within the construction limits. Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. Examination The base of the excavation shall be evaluated by the Owner to determine if it is suitable for backfilling. The Owner will evaluate the stability of the base of excavation by determining if all significant organic soils or other unsuitable materials have been removed. 2.25 Erosion and Sedimentation Control 2.25.4 Stormwater Discharge Part 3 — Execution Field Quality Control The Contractor shall be responsible for meeting all construction stormwater discharge water quality requirements including State of Washington (WAC 173-220-020), Construction Stormwater Permit requirements and local requirements regardless of weather conditions. If the project is fined by the permitting authority, that stormwater fine shall be paid for by the Contractor at no additional cost to the Owner. 2.30 SITE IMPROVEMENTS 2.31.2 Temporary Construction Security Fence Part 1— General The temporary security fence is needed for the Pipers Bluff site. Related Sections • Division 10.14.7 Signage Part 2 — Products Materials Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with posts directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the Contractor. Extra keys shall be provided to the Owner prior to construction. Part 3 — Execution Installation/ Construction The Contractor shall provide a 6-feet tall temporary construction fence surrounding the construction site. Fence posts shall be spaced at a maximum of 12 feet on center. Contractor shall be responsible for maintaining fence during construction and securing fence after each workday. Posts shall be securely installed directly into the ground or set in temporary concrete 2-8 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework base blocks. Chain link shall be securely attached to the fence posts. The construction fence may be used in combination with the permanent fence provided that the fence is continuous around the site perimeter. 2.90 LANDSCAPING 2.90.1 Common Work for Landscaping Part 1— General Submittals In addition to Division 2.05, provide the following information. Samples of compost Written maintenance instructions recommending proper procedures for maintenance of plant materials. Top Soil - The Contractor shall submit the data for topsoil to be used as determined by an approved testing lab. Data shall include percentage of organic content as determined by incineration process and recommendations on type and quality of additives required to establish satisfactory pH factor, organic content, and supply of nutrients to bring the soil to a satisfactory level for planting. Nursery Material Plant Lists with quantities and sizes (pot volume and/or tree height) planting schedule, indicating approximate planting date. Delivery, Storage, and Handling Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis. and name of manufacturer. Store in such a manner as to prevent wetting and deterioration. Take all precautions customary in good trade practice in preparing plants for transplanting. Spray deciduous plants in foliage with an approved "Anti -Desiccant" immediately after digging to prevent dehydration. Dig, pack, transport, and handle plants with care to ensure protection against injury. If plants cannot be planted immediately upon delivery, properly protect them with soil, wet peat moss, or in a manner acceptable to the Owner. Water plantings as necessary to keep them alive and in healthy condition. Provide dry, loose topsoil for planting bed mixes. Project/Site Conditions Prevent damage to existing features, pavement, utility lines, areas to receive planting and other features remaining as part of final landscaping and/or site improvements. Quality Assurance The Contractor, with the approval of the Owner will select a qualified testing laboratory to test and inspect operations under this Section at the Contractor's expense. Notify testing laboratory of times for inspections. Notify Owner if any undesirable conditions are met during construction so that supplemental recommendations can be made. 2-9 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Comply with all applicable federal, state and local codes and safety regulations. Comply with sizing and grading standards of the latest edition of "American Standard for Nursery Stock." A plant shall be dimensioned as it stands in its natural position. Warranty Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of Division 1 against defects including death and unsatisfactory growth, except for defects resulting from negligence by Owner, abuse or damage by others or unusual phenomena or incidents beyond the Contractor's control. Replace, in size and kind and in accordance with the Plans and Specifications, all plants that are dead or, as determined by the Owner's Authorized Representative, in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches or other causes due to the Contractor's negligence. Such replacement(s) will be at Contractor's expense. Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, unusual floods, freezing rains, lightning storms, winds over 75 miles per hour or other catastrophic "Acts of God". Winter kill caused by extreme cold and severe winter conditions not typical of planting area, unanticipated acts of vandalism or negligence on the part of the Owner and damage caused by wildlife, shall not be covered under this warranty. Maintenance The plant establishment period shall be 365 days in duration. Maintenance of landscaping installed as part of this contract is fully the responsibility of the Contractor during the plant establishment period. During the plant establishment period, it shall be the Contractor's responsibility to ensure the continued growth of all plant materials. This care shall include, but not be limited to, the following: labor and materials necessary for removal of foreign materials, weeds, dead or rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted under this Contract in kind and size; and fertilizing to maintain a healthy growing condition and visually pleasing site. Water trees, plants and groundcover within the first 24 hours of initial planting, and in sufficient amounts thereafter to keep plant materials in a healthy growing condition. Provide maintenance reports to Owner's Authorized Representative monthly, indicating procedures, fertilizing, defective material, etc. Part 2 — Products Materials A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the Plans. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting Plans shall govern. All plants shall be nursery grown under climatic conditions similar to those in the project locale for a minimum of 2 years or transplanted from on -site. All potted plants shall be grown in the containers in which they are sold for a minimum of one year. 2-10 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no additional cost, providing that the larger plants will not be cut back to size indicated. Provide plants indicated by two measurements so that only a maximum of 25 percent are of the minimum size indicated and 75 percent are of the maximum size indicated. Part 3 — Execution Examination Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected and approved by the Owner's Authorized Representative. Notify Owner's Authorized Representative at least 7 working days prior to installation of plant material. Final inspection to determine acceptance of planted areas will be made by the Owner's Authorized Representative, upon Contractor's request. Provide notification at least 10 working days before requested inspection date. Planted areas will be accepted, provided all requirements, including maintenance, have been complied with and plant materials are alive and in a healthy, vigorous condition after final acceptance of the project. Upon one year after Substantial Completion, the Owner will assume plant maintenance. Repair/Restoration All dead plant materials shall be replaced within thirty (30) days of discovery. Re -set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove dead material. Tighten and repair guy wires and stakes as required. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. Field Quality Control Provide plant material record Plans legibly recording actual construction indicating horizontal and vertical locations, referenced to permanent surface improvements. Identify field changes of dimension and detail any changes. Cleaning During landscape work, keep pavements clean and work area in an orderly condition. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris and equipment as instructed by Owner's Authorized Representative. Repair damage resulting from planting operations. Remove any temporary irrigation systems once no longer needed. Remove only after approved by the Owner. 2-11 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework 2.90.10 Topsoil Part 2 — Products Materials Import topsoil for seeding/planting areas. Import topsoil shall be naturally occurring surface soil with a minimum sand content of 60 percent. Topsoil shall have no evident rocks or debris over 1/2-inch Acidity pH range shall be between 5.0 and 6.5. Organic matter content shall be 10 to 20 percent by dry weight. Add dolomite limestone, if required, to obtain pH. Limestone, if used, shall be finely ground, passing a minimum of 90 percent through the U.S. Standard No. 8 sieve and 20 percent through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory (exclude nitrogen, potassium, and phosphorus). Part 3 — Execution Installation In planter areas, soil excavated shall be mixed with organic compost in a ratio of 1/3organic compost to Z/3 sandy loam. In seeding areas, place topsoil and rake or blade to a smooth, consistent surface. Do not compact. Install 2-inch depth topsoil unless specified otherwise on the plans or within the specific seeding/planting specification section. Excess soil shall be disposed of as per Owner's Authorized Representative's instructions. 2.90.11 Hydroseed Part 1— General Related Sections • Division 2.90.21 Erosion Control Matting Scheduling The Contractor shall apply hydroseed within the optimum seeding windows whenever possible. Hydroseed may be used for temporary erosion control only with the approval of the Engineer. Construction practices shall be timed to minimize bare, cleared and excavated areas so that surfaces are hydroseeded and seed germinates and grows stabilizing surfacing as soon as possible. The optimum seeding windows are April 1 through June 30 and September 1 through October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75 percent grass cover is established. Seeding that occurs between October 1 and March 30 will require a mulch layer 2-inches thick until 75 percent grass cover is established. Maintenance The Contractor shall provide temporary irrigation, mulch or plastic sheeting (plastic sheeting for short term protection only, 7 days maximum) to hydroseeded areas as required for establishment and to protect the seed from construction activities at no additional cost to the Owner. Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Part 2 — Products Materials Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with 3 percent tackifier. Mulch may be made up of 100 percent: cottonseed meal; fibers made of wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be plant -based, such as guar or alpha plantago, or chemical -based such as polyacrylamide or polymers. Any mulch or tackifier product used shall be installed per manufacturer's instructions. Any areas that have seed applied by hand shall have a minimum 2-inch thick layer of compost - based mulch or 1-inch layer of topsoil. Slow -release fertilizers shall be used. Fertilizer shall not be agitated more than 20 minutes in the hydromulch machine before it is to be used. On 2:1 slopes and less, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix (MBFM) products may be used in lieu of erosion control mat. BFM/MBFM products are applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24 to 36 hours before rainfall and shall not be installed on wet or saturated soils. Western Washington Hydroseed Mix Install seed, fertilizer, and mulch for hydroseed mix at the following application rates: Seed 180 pounds per acre Fertilizer 90 pounds per acre, 10-4-6 Nitrogen -Phosphorus -Potassium (N-P-K) Mulch 1,500 pounds per acre BFM/MBFM 3,000 pounds per acre (for 2:1 slopes and steeper) Ditch/Pond Seed Mix Proportion Percent Percent Name by Weight Purity Germination Tall or meadow fescue 75-80% 98% 90% Seaside/Creeping bentgrass 10-15% 92% 85% Redtop bent ass 5-10% 90% 80% All Other Areas Seed Mix Name Proportion by Weight Percent Purity Percent Germination Redtop or Oregon Bentgrass 20% 92% 85% Red fescue 70% 98% 90% White Dutch Clover 1 10% 98% 90% 2-13 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Part 3 — Execution Preparation The seedbed should be firm and rough. All soil should be roughened regardless of slope. If compaction is required, slopes must be track walked before seeding. Backblading or smoothing of slopes greater than 4:1 is not permitted if they are to be seeded. Installation All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls, concrete, or other plant material/landscape items shall be hydroseeded, except ditches and swales may have seed applied by hand. Apply seed prior to installing erosion control blankets. Field Quality Control The aforementioned specifications are the minimum requirements for the anticipated conditions. It will be the responsibility of the Contractor to ensure seeded areas establish ground cover and to provide any additional measures necessary to establish ground cover in seeded areas. Any seeded areas that fail to establish at least 75 percent cover (100 percent cover for areas that receive sheet or concentrated flows) shall be reseeded at no additional cost to the Owner. Contractor should expect to provide a temporary irrigation system for dry season work or any work in Eastern Washington. Temporary irrigation systems shall be removed by the Contractor when no longer required. 2.99 Magnetic Markers Part 1— General Summary This section describes a subsurface utility marker using magnetic markers that will be placed along the Lind Avenue, Misty Cove, and Pipers Bluff existing force main pipe. Submittals Manufacturer's literature, illustrations, and specification sheets. Delivery, Storage and Handling Packing, Shipping, Handling, and Unloading: Any broken units will be replaced at no expense to the Owner. Part 2 — Products Materials Magnetic marker shall be Berntsen Deep-1 Underground Magnetic Utility Marker for sewer and drain lines (color green) or approved equal. Magnetic Marker Performance Requirements Magnetic marker shall be able to be located up to 4 feet below grade in compacted soil. 2-14 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 2 - Sitework Part 3 — Execution Installation for Existing Assets The existing assets shall be potholed using a vactor truck at the proposed locations of the magnetic markers, as identified in the plans. The contractor shall hire a private locate company and a survey company to locate the existing force main bends with the documents provided in this Contract. The contractor shall search within a 5-feet diameter of the marked bend from the survey point to locate the fitting. If the bend is not found but the force main pipe is, the contractor shall follow the pipe up to 5 feet in either direction to locate the fitting. The magnetic marker will be installed in the pothole directly above the existing fitting. All potholes shall be repaired to the Owner's standards. Provide the recorded asset record information to the Owner as follows: • Measured depth from ground surface to top of fitting. • Surface point (tack in the ground) and measurements from three surface features around the proximity of the horizontal location around the surface point so that the City crew can record the point using a GPS system. 2-15 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\2 Siteworkdo— 2/11/2019 11:34 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 3 Concrete 3.00 GENERAL Sections in these specifications titled "Common Work for ..." shall apply to all following subsections whether directly referenced or not. 3.05 Common Work for Concrete Part 1- General This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the Plans. References Materials shall conform to the following standards: • Cement - ASTM C-150 • Coarse aggregate - ASTM C-33 • Fine aggregate - ASTM C-33 • Admixtures - ASTM C-494 • Air -entraining admixtures — ASTM C-260 • Fly Ash — ASTM C-618 Submittals Submittal information shall be provided to the Owner for the following items: • Concrete mix design including aggregate gradation and substantiating strength data. • Admixture data • Special placement procedures for hot or cold weather • Concrete anchors • Rebar placement shop drawings • Precast concrete items • Grouts • Form release agent • Injection grouting information per Division 3.64 Concrete mix designs shall be submitted to the engineer for approval a minimum of two weeks prior to placing any concrete. The mix design shall include the amounts of cement, fine and coarse aggregate, water and admixtures, as well as the water cement ratio, slump, concrete yield, aggregate gradation, and substantiating strength data in accordance with ACI 318, Chapter 5. A batch plant inspection may be required, the cost of which shall be paid by the Contractor. Review of mix submittals by the engineer of record indicates only 3-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.do— 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified performance. Part 2 - Products Components Nominal maximum size for aggregates is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well -graded mix. All concrete surfaces exposed to weather or standing water shall be air entrained. Total air content shall be in accordance with IBC requirements unless specified otherwise herein. Air shall be measured at the truck, unless otherwise agreed to. Water used in concrete shall be potable. Fly ash may be substituted for up to 15 percent of the required cement, except where noted. Mixes Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the International Building Code Section 1905, and the requirements of ACI 318. Part 3 - Execution Inspection See Statement of Special Inspections on the Drawings for special inspection requirements. Provide 24-hour notice to Owner prior to needing the required inspections. Also comply with local building department and permit requirements for inspection and notification. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector's inspection or the building department inspection. Testing Concrete strength tests shall be performed per section 1905.6 of the IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. Cylinders used for concrete strength tests shall be 6 by 12. Four by 8 cylinders may be used for mixes with maximum aggregates less than 1-inch, however the testing lab must apply a 0.94 multiplier to the compressive strength test results unless data acceptable to the Engineer is presented that would justify a higher multiplier. All mixes utilizing aggregates over 1 inch shall be tested using 6 by 12 cylinders. When 4 by 8 cylinders are utilized AASHTO T23 requirements shall be followed, and the retainer used with neoprene pads when testing for compressive strength shall be constructed according to ASTM C 1231. 3-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid by the Owner. Give the Owner and testing agency 48-hour notice prior to concrete placement. If Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. If the Contractor schedules a concrete placement and does not notify the Owner and testing agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the testing agency with adequate notification and testing agency cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing agency shall take a minimum of four samples for every 50 yards of concrete placed (and a minimum of four per pour); one for a 7-day test, two for 28 day tests, and one for backup testing in case the other two samples do not meet design strength. Additional samples may be taken to verify strength prior to form removal at the Contractor's expense. 3.06 Maintenance of Concrete 3.06.30.71 Rehabilitation of Cast -in -Place Concrete Part 1- General This division covers that work necessary for repairing spalled and damaged concrete. Repair any areas with deterioration exceeding 1/2-inch, where repar is exposed or where directed by the Owner. Part 2 - Products Materials CONCRETE REPAIR MATERIAL: SikaTop 111 PLUS or equal cement -based repair mortar. Mortar shall be ANSI/NSF Standard 61 approved if in contact with potable water and contain a corrosion inhibitor. See Manufacturer's Literature for primer and auxiliary products appropriate for use with the repair material. SILANE SEALER shall be alcohol based, 95 percent silane. No fillers, sterates or paraffins are allowed. Use DUR A PELL 100 as manufactured by Chemprobe Coating Systems or equal. Part 3 - Execution Preparation The Contractor shall be familiar with the product and methods and be prepared to discuss the repair procedure at the Preconstruction Meeting. 3-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete High pressure power -wash the exposed structure to remove all loose, delaminated concrete to sound concrete. Surface Preparation: Remove loose, delaminated concrete to sound concrete. Where corrosion of the reinforcement exists, continue bulk removal along the reinforcing steel and adjacent areas with evidence of corrosion -induced damage Under -cut all exposed reinforcing steel by a minimum of 3/4-inch. The shape of the prepared cavity should be square or rectangular in shape. The edges of the patches shall be saw -cut perpendicular to the surface to a minimum depth of/2-inch. Repair area shall be a minimum of deep throughout. Use abrasive blasting to remove residual dust, debris, fractured concrete, and contaminants that prevent proper bonding. Following abrasive blasting, blow out repair areas with oil -free compressed air. The final surface texture should be rough with minimum'/g-inch amplitude. Treatment of exposed reinforcement: All signs of corrosion should be removed from exposed reinforcing steel by an abrasive blasting, wire wheel or needle scaler. If the cross -sectional area of the reinforcing steel has been significantly reduced, the engineer should be consulted. Prime reinforcing as recommended by the repair material manufacturer. Installation Surface Saturation: Saturate surface with potable water. The base concrete shall be in a saturated surface dry (SSD) condition prior to application of repair material to prevent a rapid loss of moisture from the repair material and into the substrate. Mixing and Application of Repair Material: Mixing and application shall be in strict accordance with the manufacturer's instructions. Apply the material with adequate pressure before the bond coat dries. Thoroughly consolidate the repair material into the corners of the patch and around any exposed reinforcement in the repair zone. If a second lift is required, thoroughly roughen the surface of the first lift by scoring the soft mortar to achieve an aggressive finish, similar in profile to the prepared concrete substrate. If the second lift will not be immediately applied, keep the first lift moist until application of the second lift. Finish to match existing surface. Cure using curing compound. Apply silane sealer as specified to exposed surfaces and edges of roof slab. 3.10 FORMING AND ACCESSORIES 3.11 Formwork 3.11.13 Cast in Place Forming Part 2 — Products Materials Unless otherwise directed, coat contact surface of forms with colorless, non -staining, mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Form -release agent for interior of potable water storage structures shall be National Sanitation Foundation Standard (NSF) No. 61 approved for use in direct contact with potable water. 3-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Form ties for use in liquid containment structures shall be standard plastic cone snap -ties with 3/4-inch diameter neoprene waterstop washer or removable taper ties. Use Greenstreak X-plugs with removable taper ties or equal. Contractor shall submit to the Engineer form ties to be used for review prior to installation. Part 3 - Execution Installation/ Construction Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Conduits, pipes and sleeves of any material not harmful to concrete and within the limitations of ACI 318, Section 6.3 are permitted to be embedded in concrete with approval of the Engineer. Provide a 3/4-inch chamfer or radius at all exposed corners and edges, unless specifically stated otherwise on the Plans. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Wall and slab forms shall remain in place for a minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs shall remain in place for a minimum of 14 days AND until concrete has developed 28-day design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, keep footings and floor slab areas free of standing water. Field Quality Control Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus 1/4-inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus '/2-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. 3.15 Accessory Materials 3.15.19 Concrete Anchors Part 1 - General Quality Assurance Installation of adhesive anchors shall be performed by personnel certified in accordance with the ACl/CRSI Adhesive Anchor Installer Certification Program. In lieu of certification the installer shall attend on -site training held by the adhesive manufacturer prior to the installation of adhesive anchors. 3-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete Part 2 - Products Materials Concrete Anchors shall be Dewalt, Hilti HIT 500-V3, Simpson SET-XP, or Powers PE1000+ Adhesive Anchors. Threaded rod shall be stainless steel except in dry locations. Part 3 - Execution Installation Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Provide a minimum of 48 hours' notice to Engineer prior to starting installation. Concrete anchors shall not be used to resist tension or fatigue loading without Owner's evaluation and approval. Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer's recommendations. Provide minimum embedment as shown. Holes shall be drilled with carbide -tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted with a mixing nozzle. 3.20 REINFORCING 3.21 Reinforcing Steel 3.21.13 Reinforcing Steel Part 1 - General References ACI — American Concrete Institute- latest edition CRSI Manual of Standard Practice — latest edition Part 2 - Products Materials Grade — ASTM A706, Grade 60 ASTM A615, Grade 60 shall be permitted if- (a)The actual yield strength based on mill tests does not exceed fy by more than 18,000 psi; and, (b) The ratio of actual tensile strength to the actual yield strength is not less than 1.25. Detailing - ACI 318 and ACI 315 Lap requirements - See schedule on Plans or as required by ACI 318 Tie wire - 16 gauge minimum Bar supports shall conform to "Bar Support Specification" CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre -cast concrete 3-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 R112 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. Bar supports for the bottom rebar mat of suspended slabs or beams in water holding structures must be point supports (chairs or dobbies), not continuous. Part 3 - Execution Installation Reinforcing steel shall be detailed in accordance with ACI 315and 318 and as shown on the Plans. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the Plans to the bars. Welding of reinforcing steel shall not be performed unless specifically approved by the Engineer. If approved, Contractor will arrange and pay for all required Special Inspections associated with welding of reinforcing steel. Field Quality Control Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack -welded or otherwise heated. If, within the project warranty period, rust spots appear on the concrete due to failure to achieve proper clearance on the rebar or wire ties, the Contractor shall grind out and patch the areas using a method satisfactory to the engineer. 3.30 CAST -IN -PLACE CONCRETE 3.30.01 Common Work for Cast in Place Concrete Part 1 - General Delivery Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. Part 2 - Products Components If allowed, curing materials shall conform to ASTM C-171 and liquid membrane -forming compounds shall conform to ASTM C-309. When concrete is to be coated or stained, use UV -dissipating form release and curing compounds. 3-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete Part 3 - Execution Preparation Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. At the beginning of the concrete pour for walls taller than 8 feet, place a 11/2 to 2/2-inch thick grout pad prior to placing the concrete for the wall. Grout mix shall consist of fine aggregates, concrete and water in the same ratios as used in the wall concrete. The placement of the concrete shall proceed immediately after the grout placement so as to prevent any cold joints. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. Installation Placement shall be in accordance with IBC, Section 1905. Place no concrete when air temperature is below or expected to be below 40 degrees during the 28-day curing period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Handle concrete from mixer, ready -mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and 3-8 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie cones. Cut or snap off form ties to a depth of 3/4-inch. Chip out rock pockets, holes from form tie removal, and other defects to solid concrete. Repair defects in accordance with 3.01.30.71. Curing All concrete shall be water -cured in accordance with ACI 308.1 unless approved in advance by the Owner. If allowed, curing compound shall be applied immediately after finishing or form removal. When plastic or burlap covers are used to augment or protect curing, extend sheeting beyond the edges of the concrete and secure against wind lift. Inspect and adjust curing systems daily, including over weekends and holidays. Concrete structures that require differential backfil. as shown on the Plans or as required for construction shall cure for a minimum of the following prior to placing backfill: • Backfill equal or greater than 24 inches: 7 days AND 28 day strength requirements. • Backfill between 6 and 24 inches: 3 days AND 80-percent of the 28 day strength requirements. 3.31 CONCRETE MATERIALS 3.31.02 Structural Concrete Part 1 - General Summary All concrete as shown on the Plans not used for liquid containment and below -grade structures, ringwalls, and mass concrete and not called out otherwise. Use water reducers as required to achieve slump. Hydraulic Concrete may be substituted. Performance Requirements 28-day compressive strength - 4500 psi minimum Slump - Without plasticizers; 4 inches for floor and roof slabs, 7 inches for walls. With plasticizers, maximum 9 inches or as desired for placement. Part 2 - Products Mixes Water/cement ratio - 0.40 Nominal maximum aggregate size — 3/4-inch (AASHTO Grading No. 67) 3-9 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete Entrained air ratio — 4.5 percent minimum to 7.5 percent maximum (ACI 318, Table 4.4.1) 3.31.03 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts Part 1- General Summary All concrete for non-structural applications including thrust blocks, driveways, sidewalks, equipment pads, and fence post foundations. Hydraulic or Structural Concrete may be substituted. Performance Requirements 28-day compressive strength — 4500 psi minimum Part 2 - Products Mixes Water/cement ratio - 0.45 maximum Nominal maximum aggregate size — 3/4-inch (AASHTO Grading No. 67) Entrained air ratio — 4.5 percent minimum to 7.5 percent maximum (ACI 318, Table 4.4.1) 3.35 SURFACE FINISHING 3.35.01 Common Work for Surface Finishing Part 2 - Products Finishes Each concrete area that requires finishing shall conform to one of the following requirements: • Equipment Pads - Sacked Wall Part 3 - Execution Preparation Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. If rainfall is possible, tent the work area prior to the pour and maintain protection until the concrete is cured sufficiently to resist damage. 3.35.8 Sacked Wall Finish Part 1— General References Provide sacked finish in accordance with Section 6-02.3(14)A of Standard Specifications. 3-10 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete 3.60 GROUTING 3.62 Non -Shrink Grout Part 1- General Summary Use Precision Non -Shrink Grout for grouting all equipment base plates, pipe supports, and base plates for metalwork. Precision Non -Shrink grout may also be used for all other non - shrink grouting operations. General Purpose Non -Shrink grout may be used for any applications other than those noted for Precision Non -shrink Grout. Non -shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. Storage and Handling Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change Part 2 - Products Materials Precision Non -Shrink Grout: Provide a high -precision, fluid, non -shrink, quartz or non -catalyzed metallic aggregate grouting material. Provide a ready -to -use grout that hardens free from bleeding, settlement, or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable, plastic or damp -pack. Provide precision, non -shrink natural aggregate grout that when cured produces the following properties: a. Compressive Strength at fluid consistency (ASTM C 109-90-Modified): 3500 psi (24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days. b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to 32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C 939 and remain fluid at temperature range minimum and maximums for the 30-minute working time. All materials including water must be mixed and tested at temperature minimum/maximums. c. Modulus of Elasticity at 28 days at fluid consistency (ASTM C 469): 3.00 by 106 psi (27.0 GPa) minimum, 3.9 by 106 (27.0 GPa) maximum. d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 by 10-6/ degrees Fahrenheit maximum (13.5 by 10-6/ degrees Celsius). e. Flexural strength at 28 days for fluid consistency (ASTM C 78): 1300 psi (7.9 MPa). f. Resistance to rapid freezing — thawing (ASTM C 666, Procedure A): 300 cycles- min RDF 90 percent. 3-11 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete g. Split tensile strength at 28 days at fluid consistency (ASTM C 496): 450 psi (3.1 MPa). h. Pass 24-hour grout test under stated temperature, time and fluidity constraints. See MBT Protection and Repair 24-hour Grout Form. Precision non -shrink grout shall be Masterbuilders 928 or Embeco 885 Grout or approved equal. General Purpose Non -Shrink Grout: General Purpose Non -shrink grout shall meet the compressive strength and nonshrink requirements of CRD-C 621, Grades B and C; Corp or Engineers Specification for Non -shrink grout; and ASTM C 1107, Grades B and C. General Purpose Non -shrink grout shall be Masterflow 713 Plus or Embeco 636 Plus or approved equal. Provide curing compounds as recommended by the grout manufacturer. Water to be used in mixing the grout shall be potable. Mines Comply with grout manufacturer's recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45 degrees Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius) minimum/maximum. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold conditions to achieve minimum as mixed temperatures. Part 3 - Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least 1/4-inch (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry at time of grouting. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer's recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. 3-12 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 3 — Concrete Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45 degrees Fahrenheit (7 degrees Celsius). Wet cure exposed shoulders for 48 hours followed by two coats of curing compound for best results. The minimal requirement is to wet cure until grout has reached final set, followed by two coats of curing compounds. 3.64 Injection Grouting Part 1- General Summary This section is for the repair of cracks at least 0.005 inches wide in water holding structures that result in excessive leakage. All requirements shall be in accordance with ACI 503-7 and as specified herein. References Excessive leakage shall be as determined in Section 1.75.10.2. All products in contact with potable water shall have NSF61 certification. Quality Assurance A meeting with the Contractor, Owner and Engineer is required to review the procedures at least five working days in advance of the work. Core holes as required per ACI 503.7 shall be repaired per Section 3.01.30.71. Acceptance criteria given in 1.5.7.1 of ACI 503.7 may be waived if, upon additional leak testing, excessive leakage is eliminated as determined by the Engineer. Submittals Submittals shall be in accordance with ACI 503.7-07, Specification for Crack Repair by Epoxy Injection. Provide documentation showing the proposed repair products used successfully on at least five similar projects. Part 2 - Products Materials Materials shall be in accordance with ACI 503.7-07, Specification for Crack Repair by Epoxy Injection. Part 3 - Execution Execution shall be in accordance with ACI 503.7, Specification for Crack Repair by Epoxy Injection. 3-13 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\3 Concrete.docx 2/11/2019 11:44 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 4 Masonry (Not Used) 4-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\4 Masonry.docx 2/11/2019 11:46 AM © 2019 RH2 Engineering, Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 5 Fabricated Metalwork and Structural Plastics 5.00 GENERAL This division covers that work necessary for furnishing and installing all fabricated metalwork as described in these specifications and as shown on the plans. Sections in these specifications titled "Common Vork for . . . shall apply to all following subsections whether directly referenced or not. 5.05 Common Work for Fabricated Metalwork and Plastics Part 1 - General Related Sections • Division 1.88 Location designations • Division 9.90.00 Common work for painting and coating • Division 9.91.13.12 Metals in contact with concrete • Division 9.91.13.01 Exterior metals • Division 9.91.23.01 Metals interior • Division 9.91.33 Submerged metals • Division 1.81 Seismic restraint Submittals Submittal information shall be provided to the Owner for the following items: • FRP Data Sheets verifying specification requirements • Calculations and plans stamped by a professional engineer licensed in the State of Washington for all Contractor- or Manufacturer -designed components or assemblies. • Hand rail and guardrail Inspections Unless otherwise noted on the plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 2-working day notice to the Engineer prior to the inspection time. Two (2) working day notice is defined in Division 1, Contractor Responsibility. Quality Assurance Only prequalified welds (as defined by AWS) shall be used. Fabricator shall be registered and approved by American Institute of Steel Construction (AISC) to perform shop fabrication without special inspection. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will forward this to the Building Official. 5-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 FM and LS Improvements — PH 1A Division 5 — Metalwork and Plastics If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on shop fabricated items. The Contractor shall also reimburse the Owner for all Special Inspections required by the IBC for field welding not specifically shown on the plans. Contractor shall alert Owner at least 20 working days in advance if such Special Inspections will be required in order to procure the services of a testing lab. Special Inspection by the Owner does not relieve the Contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. Part 2 - Products Materials Structural Steel Structural steel shall conform to the following requirements: Plates, shapes, angles, rods - ASTM A36, Fy >_ 36 ksi Special Shapes, Plates - ASTM A572, Fy >_ 50 ksi Stainless Steel Stainless steel shall be type 316 (non -welded) or type 316L (welded) or as called out. Plates - ASTM A240 Fasteners - ASTM F593 See Section 15.22.4 for information on pipe used for mechanical applications. All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. Aluminum Plates - ASTM B209, Type 6061-T6 Pipe - ASTM B210 Type 6061 Aluminum materials in contact with concrete or other metals or other masonry materials shall have surfaces coated per Division 9. Galvanized Steel Base metal shall be as specified for Mild Steel. Hot -dip galvanized after fabrication in accordance with ASTM A 924/A 924M. Finishes: For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM A 653/A 653M. For pieces that WILL be painted, galvanneal with zinc/10 percent iron coating in accordance with ASTM A 653/A 653M Fiberglass Reinforced Plastic (FRP) Structural Shapes All FRP components shall be equal to that manufactured by Strongwell. 5-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 FM and LS Improvements — PH 1A Division 5 — Metalwork and Plastics Fiberglass reinforced plastic (FRP) structural shapes shall be produced using the pultrusion process. Mechanical and physical properties (from ASTM coupon specimens) must be submitted to the Engineer for approval. Pultruded structural shapes are to have the minimum longitudinal mechanical properties listed below: Property ASTM Method Value Units Tensile Strength D-638 30,000 206psi Pa Tensile Modulus D-638 2.5 x 106 17.2psi GPa Flexural Strength D-790 30,000 (206) psi (MPa) Flexural Modulus D-790 1.8 x 106 12.4psi GPa Flexural Modulus(Full Section N/A 2.8 x 106 19.3psi GPa Short Beam Shear (Transverse) D-2344 4,500 (31psi (MPa Shear Modulus(Transverse) N/A 4.5 x 105 3.1psi GPa Coefficient of Thermal Expansion D-696 8.0 x 10-6 in/in/°F 1.4 x 10 -6) cm/cm/°C) Flame Spread E-84 25 or less N/A Seal cut edges and holes according to manufacturer's instructions with a polyester resin compatible with resin matrix of structural shape and corrosion resistance equal or superior to the grating. Glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. All finished surfaces of FRP items and fabrications shall be resin -rich, free of voids and without dry spots, cracks, crazes or unreinforced areas. All glass fibers shall be well covered with resin to protect against their exposure due to wear or weathering. Manufactured Units Design of Contractor- or Manufacturer -designed components or assemblies shall meet the specific component requirements as provided here -in, as well as all applicable state and federal codes. Design shall include gravity loads and seismic loads in accordance with ASCE 7-10 Chapter 13 "Seismic Design Requirements for Nonstructural Components". Design criteria shall be as provided herein for components, and as provided on the plans. Contractor -designed components and assemblies shall be shop welded and field bolted if possible. Field welding will NOT be allowed unless specifically shown, or there is no reasonable alternative. Finishes Isolate and coat dissimilar metals to prevent galvanic corrosion. Non -exposed structural steel: Mill finish or as shown on plans Exposed structural steel (damp or wet locations): Division 9 5-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 FM and LS Improvements — PH 1A Division 5 — Metalwork and Plastics Aluminum: Division 9 Galvanized steel: Division 9 Stainless steel: Uncoated or Division 9 Fiberglass: Uncoated Part 3 - Execution Fabrication All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by AISC and/or AWS certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding inspection shall be performed in accordance with the applicable AWS provisions and Chapter 17 of the IBC. Shop welding requiring inspection or testing per IBC Chapter 17 must be tested by an independent testing laboratory certified by AWS and approved by the owner at the Contractor's expense. Field welding, where required or allowed, will be inspected by a representative of the owner at the owner's expense. This does not relieve the Contractor of responsibility of performing his own inspections and testing to ensure that all items are properly constructed. All shop welds shall be ground smooth. Any shop paint on metal surfaces adjacent to joints to be field welded shall be wire brushed to remove the paint film prior to welding. Where steel items to be welded are galvanized, galvanizing must first be removed by grinding with a silicon carbide wheel, by grit blasting or by sand blasting. Any cutting or grinding equipment used on stainless steel must be new or only previously used on other stainless steel material. Coating All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be field welded. Installation Fabrications shall be installed as shown on the approved shop drawings. All members shall be accurately located and erected plumb and level. Metal fabrications shall be installed or erected as based on the American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings", latest edition, plus all referenced code requirements. Temporary bracing, such as temporary guys, braces, false -work, cribbing, or other elements, shall be provided by the Contractor in accordance with the requirements of the "Code of Standard Practice", wherever necessary to accommodate all loads to which the structure may be subjected, including construction loads. Such bracing shall be left in place as long as may be required for safety. As erection progresses, the work shall be securely bolted or welded to compensate for all loads during construction. 5-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 FM and LS Improvements — PH 1A Division 5 — Metalwork and Plastics No permanent bolting or welding shall be performed until the structure has been properly aligned. 5.05.23 Bolts and Other Connectors Part 2 - Products Materials Bolts and other connectors not specifically called out otherwise shall be in accordance with the following. Under no circumstances shall the fasteners be of lesser strength or higher corrosion potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet, damp or corrosive locations shall be Stainless Steel, alloy 304 in raw domestic or treated domestic water, alloy 316 in treatment process and sewage applications, and alloy 317 for acidic transport. Bolts and nuts shall meet ASTM F593B (bolts 1/4-inch to 11/2-inch in diameter with 30 ksi yield) and F594B (nuts). Use Nitronic_60_bolts_and nuts_for strong_chlorine_environments.. Steel and cast iron fabrications: Connection bolts for dry locations shall be ASTM A307 galvanized or zinc plated bolts. Structural Plastic Fabrications: Connection bolts shall be ASTM A307 galvanized in dry applications and Stainless Steel in wet, damp or corrosive locations. Aluminum Fabrications: Connection bolts shall be ASTM A307 galvanized. Aluminum fasteners may be allowed where high strength is not needed (e.g. mounting expanded metal screens, or louver fins), confirm with Engineer prior to use. Steel screws must be galvanized or zinc plated. 300 Series stainless steel fasteners allowed only with the use of isolating washers. Stainless steel fabrications: Fasteners to match same stainless series as structure (e.g. 300 series fasteners with 300 series structure) Bolts installed into hardened concrete and CMU shall be Concrete Anchors as specified herein. Bolts and studs shall be long enough that at least two threads extend beyond the face of the tightened nut. For mechanical pipe (non-structural) connections, see Division 15, "Common Work for Pipe and Fittings". Part 3 - Execution Installation All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. 5-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 FM and LS Improvements — PH 1A Division 5 — Metalwork and Plastics Dissimilar metals: In damp locations, isolate dissimilar metals using nylon isolation sleeves and washers, Cooper B-Line Nylon Headed Sleeve Kit or equal. For wet locations: avoid dissimilar metals unless specifically approved or shown. Use similar metals with welded connections. If approved or shown, use galvanized mild steel bolts installed into prepped and coated holes with additional field coating over the top of bolt. 5.60 LADDERS 5.60.01 Common Work for Ladders Part 1 - General Design Requirements Ladders shall meet the requirements set forth in the IBC, ASCE 7, OSHA 1910.27 and WAC (Washington Administrative Code) 296-876. Safety cages, platforms, and fall prevention devices shall be provided as shown on the plans. They shall comply with WAC Section 296-876-60065 through 296-876-60080. Ladders shall extend the full distance from base landing to top access plus extension. Ladders that are short shall be field extended by method approved by the Engineer or replaced with proper length ladder. Part 2 - Products Materials All ladders and ladder accessories shall be hot -dipped galvanized steel, aluminum, or fiberglass as indicated on the plans. Fabrication Ladders shall be shop assembled, pre -drilled and prepared for field attachment of standoff clips, or as otherwise shown. 5.60.10 Fiberglass Reinforced Plastic (FRP) Ladders Part 2 - Products Materials FRP ladders shall be made from FRP structural shapes as specified. Ladder side rails shall be produced by the pultrusion process. The side rails shall be 2-inch square tube with a wall thickness of 0.25-inch. The rungs shall be 1-inch minimum diameter thermal cure clear solid rod with a nonslip footing surface. All joints and rungs shall be epoxied and riveted. 5-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 FM and LS Improvements — PH 1A Division 5 — Metalwork and Plastics Fabrication Ladders shall be shop assembled, pre -drilled and prepared for field attachment of standoff clips. All cut or machined edges shall be sealed with a resin compatible with the resin matrix used in the structural shape. 5-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\5 Fabricated Metal Work and Structural Plastics.docx 2/11/2019 11:50 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 6 Carpentry 6.00 GENERAL This division covers that work necessary for furnishing and installing all carpentry as described in these specifications and as shown on the plans. Sections in these specifications titled "Common Work for ..." shall apply to all following subsections whether directly referenced or not. 6.05 Common Work for Carpentry Submittals Submittal information shall be provided to the Owner for the following items: • Wood Trim 6.10 ROUGH CARPENTRY 6.16 Wood Structural Panels Part 1- General Design Requirements Wood structural panels shall conform to the requirements of Performance Standard for Wood -Based Structural Use Panels, DOC PS1 or PS2, United States Department of Commerce, National Institute of Standards and Technology. Thickness shall be as shown on the plans. Composite panels are not allowed. Wood structural panels shall meet requirements of ANSI/AFPA SDPWS: American Forest & Paper Association/American Wood Council Special Design Provisions for Wind and Seismic, 2005 edition. Part 3 - Execution Construction Provide blocking at unframed panel edges where noted on the plans. Nail sheathing as shown on the plans. If not shown, provide nailing as follows, at a minimum: 8d nails at 6 inches on center at framed panel edges, trusses and diaphragm boundaries and 12-inches on center elsewhere. 6.20 FINISH CARPENTRY 6.20.1 Common Work for Finish Carpentry Part 1 - General Summary Furnish all architectural woodwork shown on the plans and specified herein. Architectural woodwork includes all exterior and interior non-structural woodwork exposed to view in finished project including shelving, millwork, trim, and plastic laminates. 6-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\6 Carpentry.docx 2/11/2019 11:54 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 6 - Carpentry Related Sections • Division 9.90.00 Common Work for Paint and Coating • Division 9.91.23.12 Interior Paint References The "Quality Standards" of the Architectural woodwork institute (AWI) shall apply and, by reference, are hereby made a part of this specification. Any reference to premium, custom, or economy in this specification shall be defined as the latest edition of the AWI "Quality Standards". Part 2 - Products Quality Control Discard material with defects which might impair the quality of work, and units which are too small to fabricate the work with minimum joints or optimum joint arrangement. Finish trim boards are to be selected for straight and un-warped / un-curled shape. Part 3 - Execution Installation Set carpentry work accurately to required levels and lines, with member plumb and true and accurately cut and fitted. All exposed trim work is to be mitered at corners. Where long runs require more than one board, ends to be cut at 45 degrees. Securely attach carpentry work to substrates by anchoring and fastening as shown and as required by recognized standards. Countersink nail heads on exposed carpentry work and fill holes. Use common wire nails or finishing screws, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. Fill nail holes with putty prior to painting. Provide adequate end and edge distances. Install hardware specified or required to complete the project. Adjust movable parts to operate perfectly at time of final acceptance. Make further adjustments required during the guarantee period. 6.22 Millwork 6.22.13 Standard Pattern Wood Trim Part 2 - Products Materials Trim board material shall be as shown on the plans. If not shown on the plans, trim board shall have a smooth, untextured finish. Board shall be high density fiberboard (HDF), oak or fir. 6-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\6 Carpentry.docx 2/11/2019 11:54 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 6 - Carpentry Part 3 - Execution Installation Trim board shall be installed straight and true. All corners shall be mitered. Where gaps between the trim and the mating surface are unavoidable, such gaps shall be caulked. 6-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\6 Carpentry.docx 2/11/2019 11:54 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 7 Thermal and Moisture Protection 7.00 GENERAL This division covers furnishing all labor, materials, and equipment for providing a structure which is completely weather -tight. Sections in these specifications titled "Common Work for ..." shall apply to all following subsections whether directly referenced or not. 7.05 Common Work for Thermal and Moisture Protection Part 1- General Submittals Submittal information shall be provided to the Owner for the following items: • Ceiling insulation • Vents 7.10 DAMPPROOFING AND WATERPROOFING 7.10.11 Ceiling FRP Liner Part 1— General Panels and moldings shall originate from the same manufacturer. Delivery, Storage, and Handling: Store liner in clean cool, dry, well -ventilated area indoors in accordance with manufacturer's instructions. Store liner panels flat and do not stack panels on skids more than five skids high. No moisture is allowed to collect on or in-between panels. Part 2 — Products Manufacturers Ceiling liner shall be equal to Crane Composites, ISC Duroglass FRP Ceiling Panels or approved equal. Ceiling Liner Panel Ceiling liner panel type shall be general-purpose, Class C panels with nominal thickness of 0.090-inches. Ceiling liner panel shall have a dimension of 4 feet by 8 feet. Liner shall have pebbled or linen type finish. The color of ceiling panel shall be white. Accessories Moldings shall be PVC and provided by the same manufacturer and same color as liner panels. Moldings shall include but not limited to: dividers, outside corners, inside corners, end caps, and angles. 7-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\7 Thermal and Moisture Protection.docx 2/11/2019 11:57 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 7 — Thermal and Moisture Protection Fasteners shall be nylon rivets, 1-piece, non -corroding, same manufacturer and color as liner panels. Adhesive shall be water based or solvent based adhesive compatible with FRP liner panels. Part 3 — Execution Installation Examine areas prior to liner installation. All ceiling defects shall be repaired prior to liner installation. Pre -condition liner panels before installation per manufacturer's recommendation. Liner panels shall be plumb, level, square, and in proper alignment. Layout liner panels to minimize joints and full panels shall be used where possible. Cut liner panels in accordance with manufacturer's instructions for proper installation. Install liner panels with non -corroding fasteners. Use fastener type and size as required for installation. Expansion and Contraction: • Install liner panels with gap at ceiling between panels in accordance with manufacturer's recommendations to allow for expansion and contraction of panels due to changes in temperature. • Allow for expansion and contraction of liner panels when pre -drilling holes for fasteners and when installing around penetrations, including but not limited to HVAC grilles and electrical conduits. Molding and Sealants: Install moldings and silicone sealant with liner panels in accordance with manufacturer's recommendations to achieve moisture resistant installation. • Remove excess silicone sealant during installation or trim after silicone has cured. Clean liner panels promptly after installation. Do not use harsh or abrasive cleaning materials or methods that would damage liner panels or finish. 7.20 THERMAL PROTECTION 7.21 Thermal Insulation 7.21.03 Ceiling Insulation Part 1— General Performance Requirements Insulation shall be craft -paper -faced batt with a minimum R value of 49. Part 2 — Products Manufacturers Ceiling insulation shall be equal to Owens Corning. 7-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\7 Thermal and Moisture Protection.docx 2/11/201911:57 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 7 — Thermal and Moisture Protection Part 3 — Execution Installation Provide and install ceiling insulation as shown on the project Plans. Place insulation with craft paper face down and as recommended by the manufacturer. Insulation shall be placed to the extents possible to cover the attic. Place baffles above the insulation as the slope of the roof meets the building edge. 7.70 ROOF AND WALL SPECIALTIES 7.72 Roof Accessories 7.72.27 Roof Vent Part 2 — Products Manufacturers The roof vent shall be Air Vent Inc, RVG55 or approved equivalent. Materials The vent hood shall be constructed of galvanized steel. The vent shall have the equivalent of 50 square inch of open space for air to pass through. No back -draft damper, damper box, or fan shall be supplied. Part 3 — Execution Installation Install roof vent per manufacturer's recommendation. 7-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\7 Thermal and Moisture Protection.docx 2/11/201911:57 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 8 Openings (Not Used) Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\8 Openings.docx 2/11/2019 12:00 PM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 9 Finishes 9.00 GENERAL This division covers work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Sections in these specifications titled "Common Vork for . . . " shall apply to all following subsections whether directly referenced or not. 9.20 PLASTER AND GYPSUM BOARD 9.29.16 Gypsum Board for Low Occupancy Areas Part 1 - General Summary This section covers work within infrequently occupied facilities, process or industrial buildings. This section includes the following areas: 1. Piper's Bluff Lift Station Control Building Related Sections • Division 9.29.13 Gypsum Board for High Occupancy Areas • Division 9.91.23.10 Interior Painting— Gypsum Wallboard Part 2 - Products Components Gypsum board shall be selected based on the installed application (see below) and as recommended by the Gypsum Association GA-223-96. Gypsum board shall be 5/8-inch thick, unless otherwise noted. Type Application ASTM Regular Interior Walls and Ceilings C 1396 Type Xor C Fire -Rated Construction C 1396 Soffit Board Exterior Soffits and Ceilings C 931 Water -Resistant Gypsum Backing Board Tile Base C 630 Joint treatment: U.S. Gypsum Company Perm -a -Tape or equivalent. Protect exposed corners with U.S. Gypsum Company Perm -a -Tape or equivalent moldings embedded in joint compound per manufacturer's recommendations. Finishes Finish -sand all areas to smooth, even surfaces suitable for paintings. 9-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes Part 3 - Execution Installation Provide and install all necessary components, including furring, as necessary to install gypsum board in accordance with local building code and Gypsum Associations standards (GA-216 and GA-600). Install gypsum board in such a manner as to maintain fire and sound transmission rating. Apply square edge with the long dimension parallel with supports. Abut sides and edges to vertical framing members, top and bottom plates or headers. Attach using nails spaced at 8 inches O.C. at all edges, and 8 inches O.C. on intermediate support. 9.90 PAINTING AND COATING 9.90.00 Common Work for Painting and Coating Part 1— General Scope The work specified in this Section covers the furnishing and installation of protective coating, complete in place. Shop coating and/or factory applied finishes on manufactured or fabricated items may be specified elsewhere. Regardless of the number of coats previously applied, at least two coats of paint shall be applied in the field to all coated surfaces unless otherwise specified herein. Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers intended for use for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide Safety Data Sheets (SDS) for all materials to be used including solvents. Provide NSF certification for all finishes in potential contact with potable water. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon Contractor -provided schedule, update schedule weekly or as necessary. Provide manufacturer's approval of coating system applicator. If product being used are manufactured by a company other than the specified reference standard, provide complete comparison of proposed products with specified projects including application procedures, coverage rates, and verification that product is designed for intended use. Information must also be provided that demonstrates that the manufacturer's products are equal to the performance standards of products manufactured by Tnemec Corporation, which is the reference standard. Performance Requirements All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) certified for contact with potable water. Certification from the NSF or UL shall be 9-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes supplied in writing at the time of the submittal process for Finishes. Contractor shall be responsible for verifying all finishes used on the project are compliant with primary and secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument. In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Quality Assurance The Contractor shall be responsible for compatibility of all shop and field applied paint products including the use of primer, intermediate and top coats by different manufacturers if applicable. For any Contractor initiated substitutions, the Contractor shall verify complete compatibility between coatings provided for the project. If coatings are not compatible per manufacturer's review it shall be the Contractor's responsibility to remove incompatible coatings fully and replace with compatible coating systems. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. The Contractor shall be responsible for obtaining written documentation from equipment/material manufacturers regarding the date at which shop prime coatings are applied and shall strictly adhere to the coating manufacturer's recommendations for recoat time intervals. The Contractor shall submit to the Engineer such documentation upon request. Storage and Handling Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials shall be subject to inspection by the Owner. Store paint supplies as recommended by the manufacturer and as approved by the Owner. Extra Materials For any products that have a shelf life longer than one year, provide one unbroken gallon container of each type and color of paint and each type of solvent and thinner used, as requested by the Owner. Dispose of all extra materials not desired by the Owner. Waste Products The Contractor shall be responsible for the collection, containment, transportation, and disposal of all waste products generated for this project. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Cleaning and disposal shall comply with all federal, state, and local pollution control laws. Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Site Conditions Contractor shall take any and all measures necessary to prevent over -spray of structures and/or components in the field from both preparation and coating work. Should over -spray 9-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes occur, the Contractor is responsible for all costs associated with any damage that occurs as a result of over -spray. Part 2 — Products Manufacturers The following coating system manufacturers are approved subject to compliance with the Specifications contained herein: 1. Tnemec Company 2. Sherwin Williams The specified coating shall be understood as establishing the type and quality of the coating desired. Other manufacturers' products will be accepted provided sufficient information is submitted to allow the Engineer to determine that the coatings proposed are equivalent to those named. Proposed coating shall be submitted for review in accordance with Division 1. Requests for review of equivalency will not be accepted from anyone except the Contractor, and such requests shall not be considered until after the Contract has been awarded. Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test reports to prove compliance with specified performance criteria. Part 3 — Execution Examination The Owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. Preparation Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications, whichever are stricter. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures, humidity, and all other environmental conditions shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. Materials shall be mixed, thinned, and applied according to the manufacturer's printed instructions. Dry Film Thickness (DFT) shall be as stated here in or applied based on coverage rates of square feet per gallon (sq. ft./gal). 9-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes Installation/ Construction Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified herein shall govern. Finished coating on all items shall be clean, undamaged, and of uniform thickness and color. Coating shall be done in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met, regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. The manufacturer's recommended drying time shall be construed to mean "under normal conditions". Where conditions are other than normal because of weather, confined spaces, or other reason, longer drying times may be necessary. The manufacturer's recommendation for recoating time intervals shall be strictly adhered to. Field Quality Control The prime Contractor shall be completely responsible for coating quality. The Contractor shall provide both wet and dry film gauges, and make such available to the Engineer when requested. If coating inspector finds anomalies and/or defects, the Contractor shall re -prep and recoat those areas per the coating manufacturer's instructions. Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that meets minimum thickness and does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall performance and/or appearance of the finished project. 9.90.01 Color Schedule Colors used for finish coatings on process equipment, piping, and building surfaces shall conform to the following schedule. All finishes shall be glossy unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform to this section. Factory coatings which are damaged during shipment or installation shall be recoated in the field in accordance with these specifications. Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. The contractor shall allow no less than 15 working days from the time the Owner is provided with color selections for the Owner to make color choices. The Owner will finalize the color schedule for painted items after award of the contract. The schedule outlined below shall be used for bidding purposes. Contractor shall provide a pallet of colors from the manufacturer of not less than five color choices. 9-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes FINISH SCHEDULE Description Coating System Color General - Exterior Coatings Bollards 2 Yellow General - Interior Coatings Wood - Interior Trim (Painted, typ. w/in Process Building s 9 White Gypsum Wallboard - Ceilings and Walls 7 White Lift Station Piping 16 Match existin 9.90.02 Unpainted Items Do not coat aluminum or stainless steel items unless specifically directed otherwise below or as shown on the plans. Field painting is not required for factory prefinished equipment items (e.g. pumps, motors, blowers, etc.) unless otherwise specified. Do not coat shop epoxied meters or control valves unless noted otherwise on the plans or herein. Do not coat small diameter pilot systems such as galvanized iron, copper, or brass pipe and fittings associated with control valves unless noted otherwise on the plans or herein. Do not coat over nameplates, labels, and identification tags. 9.91 Painting and Coating Systems Refer to 9.90.00 for coating application requirements. 9.91.13.13 - System 3: Exterior of Exposed Ductile Iron Pipe Part 1- General This Section applies to all ductile/cast iron and ferrous metals, including bituminous coated pipe and materials unless specified otherwise. Do not coat stainless steel materials unless specified otherwise. This Section applies to all pipe materials and equipment, including manufacturer applied coating systems. For the purposes of this coating system, metals which are located below the top of the exterior wall within a water bearing structure or are located within a vault or manhole shall be considered as under immersion service conditions. Location: all ductile iron p pe exterior inside the vault. Pipe color shall match existing. Part 2 - Products 1. Tnemec a. Primer option 1: Series 1 Omnithane (2.5 to 3.5 Mil DFT). b. Primer option 2: Series N69 or N140 (2.5 to 3.5 Mil DFT) may be used if the time between prime coat and intermediate coat is less than 60 days. If more than 60 days occurs, surface will need re -preparation per the manufacturer's instructions. 9-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes c. Intermediate Coat: Series N69 Hi -Build Epoxoline II (6 to 8 Mil DFT) d. Finish Coat: Series 73 Endura-Shield (3 to 5 Mil DFT) 2. Sherwin Williams a. Primer: Corothane 1 Mio-Zinc Primer (2.5 to 3.5 Mil DFT) b. Intermediate: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT) c. Finish: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT) Part 3 - Execution Surface Preparation 1. Ferrous Metals a. SSPC-SP10 Near white blast cleaning 2. Ductile and Cast Iron Materials a. It is strongly recommended that any ductile iron or cast iron pipe or materials to have a special exterior coating should be purchased factory primed without the standard asphalt coating. No field removal of asphalt coatings is allowed. b. All oils, grease, and other contaminants shall be removed using solvent cleaning prior to abrasive blasting or power tool cleaning. Blemishes or staining on the prepared surface are acceptable if such items cannot be removed by light scraping with a knife. SSPC-SP10 blue -gray with surface profile of 2.0 Mil, minimum. Do not burnish the surface. Clean all surfaces of dust and loose residue immediately prior to coating. See NAPF 500-03-04/05. 9.91.23 Interior Painting 9.91.23.10 - System 1: Gypsum Wallboard — Interior, Painted Part 1- General 1. Gypsum wallboard ceilings, walls, and other similar surfaces located in a conditioned environment (i.e. building). Part 2 - Products 1. Tnemec a. Prime Coat: Series 151-1051 Elasto-Grip (180 to 400 square feet per gallon) b. Finish Coat: Series 113 Hi -Build Tneme-Tufcoat (4 to 6 Mil DFT) 2. Sherwin Williams a. Primer: PrepRite ProBlock Int/Ext Latex Primer Sealer B51 Series (180 to 200 square feet per gallon) b. Finish Coat: Pro -Industrial Water Based Catalyzed Epoxy B73 Series (4 to 6 mil DFT) 9-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes Part 3 - Execution Surface Preparation Surface clean, dry and free of contaminates. 9.91.23.12 - System 2: Wood — Interior, Painted Part 1- General Interior painted wood surfaces, including, but not limited to trim and other similar surfaces. Part 2 - Products 1. Tnemec a. Primer: Series 151-1051 Elasto-Grip (1.0 to 1.5 Mil DFT) b. Intermediate Coat: Series 1029 EnduraTone (2 to 4 Mil DFT) c. Finish Coat: Series 1029 EnduraTone (2 to 4 Mil DFT) 2. Sherwin Williams a. Primer: PrepRite ProBlock Int/Ext Latex Primer Sealer B51 Series (1.0 to 1.5 Mil DFT) b. Intermediate Coat: Sher-Cryl HPA B66-350 Series (2 to 4 Mil DFT) c. Finish Coat: Sher-Cryl HPA B66-350 Series (2 to 4 Mil DFT) Part 3 - Execution Surface Preparation Surface clean, dry and free of contaminates. 9.91.33 Submerged and Buried Metals Painting 9.91.33.03 - System 4: Metals Submerged In Wastewater — Non NSF Part 1— General This section applies to all metals submerged and/or regularly in contact with wastewater. Location: ductile iron p pe exterior inside the wetwell and valve vaults; and the exterior and interior surfaces of the welded steel assembly for the force main access ports. Pipe exterior color shall be lightgreen and pipe interior shall be white/ beige. Part 2 — Products Materials 1. Tnemec (Epoxy) a. Primer: -Series 435 PermaShield (12 to 15 Mil DFT) b. Finish Coat: Series 435 PermaShield (12 to 15 Mil DFT) 0.1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 9 — Finishes 2. Sherwin Williams a. Primer last hold primer): Copoxy Primer (3 to 5 Mil DFT) b. Intermediate Coat: Macropoxy 80 (5 to 7 Mil DFT) c. Finish Coat: Macropoxy 80 (5 to 7 Mil DFT) Part 3 — Execution Preparation Surface preparation SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be 2.0 Mils, minimum. Bolts must be masked with painter's tape or similar prior to the application of coating system. Do not apply coating on the bolts. Remove painter's tape once coating system has dried to the touch 9-9 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\9 Finishes.docx 2/12/2019 11:04 AM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 10 Specialties 10.00 GENERAL This division covers that work necessary for fabricating and installing all furnishings and accessories as described in these specifications and as shown on the Plans. Sections in these specifications titled "Common Vork for ..." shall apply to all following subsections whether directly referenced or not. 10.05 Common Work for Specialties Part 1- General Submittals Submittal information shall be provided to the Owner for the following items: • Equipment Signs 10.10 INFORMATION SPECIALTIES 10.14 Signs and Labels 10.14.1 Common Work for Signs and Labels Part 2 - Products Materials Unless otherwise specified, text shall be white on a background color shown below. Purpose Plate Color General Black Warning Red Electrical Black Domestic Water Blue Raw Water Purple Waste Water Green Chemical Orange or Brown Part 3 - Execution Installation Install signs/markers directly on the devices in a location that does not interfere with the device operation or maintenance. If the device is too small or otherwise impractical to mount marker, locate marker as close as possible to the device on an adjacent surface. 10-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\10 Specialties.docx 2/11/2019 12:09 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 10 — Specialties 10.14.8 Electrical and Control Equipment Part 2 - Products Materials Name plates and service legends shall be phenolic -engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/10-inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. Part 3 — Execution Installation Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panel board, switchboard, motor control center, motor starter, disconnect switch, and fused switch. All components provided under this specification, both field- and panel -mounted, shall be provided with permanently -mounted nametags. The Engineer shall have complete control over the hardware to be labeled and the labeling provided. Provide labels as directed. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the 10-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\10 Specialties.do— 2/11/2019 12:09 PM © 2019 RH2 Engineering Inc. Division 11 Equipment 11.00 GENERAL This division covers that work necessary for providing and installing all equipment as described in these specifications and as shown on the plans. Sections in these specifications titled "Common Vork for ..." shall apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment Part 1— General Submittals Submittal information shall be provided to the Owner for the following items: • Workplan for installing force main access ports along the Stonegate Lift Station force main. 11.15 Temporary Sewage Storage During Force Main Access Port Installation at Stonegate Lift Station Part 1— General Summary During the installation of the force main access ports, the sewage within the force main will need to be emptied. Below is the description of one alternative to store the existing sewage in the force main and the incoming sewage to the lift station temporarily. Contractor may submit other alternatives for review. All work described below must be coordinated closely with the City crew. It is the City's intention to minimize the use of the emergency storage vault for the construction of the force main access port. The Stonegate Lift Station consists of a wet well, a valve vault that houses the meter and check valves, and an emergency storage vault. The force main can be drained by opening the check valve inside the valve vault. The isolation valve between the emergency storage and the wet well will then be opened. The sewage inside the force main will then be drained to the wet well and will overflow into the overflow vault. After the force main has been drained, the incoming sewage will be diverted into the overflow as well by closing the isolation valve to the wet well and open the isolation valve into the overflow vault. The emergency storage vault will also be used during the wet well coating removal. Submittals The Contractor shall submit three copies of the construction sequencing on how they plan to drain the force main for the access port installation if the Contractor is using another approach. The submittal shall contain but not limited to the following: • Step by step description on how to drain the force main • All equipment that will be needed for this operation (including backup equipment) 11-1 Z:\Bothell\Data\REN\117-037\Specs\PH lA\Tech\lI Equipment.docx 2/11/2019 12:12 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 11- Equipment • Anticipated downtime of the lift station • City's crew involvement during the process Project Conditions The approximate volumes of the components are listed below: o Emergency storage vault volume: approximately 25,000 gallons o Force main pipe volume (from lift station to air vac location): approximately 9,000 gallons. o Incoming flow rate (based on data taken during summer time): 30 gallons per minute. Part 3 — Execution Construction Sequencing and Coordination The Contractor shall provide City with the schedule and duration of the installation. Provide a minimum of 48-hour notice to the City prior to commencing with the work. Isolation valves can only be operated by the City crew. Contractor shall clean the emergency overflow storage after completing with the installation of the force main access manholes and the wetwell coating removal. 11-2 Z:\Bothell\Data\REN\117-037\Specs\PH lA\Tech\lI Equipment.docx 2/11/2019 12:12 PM © 2019 RH2 Engineering Inc. Division 12 Furnishings (Not Used) 12-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\12 Furnishings.docx 2/11/2019 12:13 PM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 13 Special Construction 13.60 REHABILITATION CONSTRUCTION 13.63 Rehabilitation of Shy Creek Valve Vault Part 1 - General Submittals Submittal information shall be provided to the Owner for the following items: • Valve vault rehabilitation methods • Valve vault rehabilitation materials Part 2 - Products Materials One of the following options or an approved equivalent must be utilized for repair and resurfacing of the valve vault. Option 1: The Contractor shall adhere to the following requirements: 1. Repair products shall be used to fill voids, bugholes, and/or smooth transitions between components. Repair materials must be compatible and shall be used and applied in accordance with the manufacturer's recommendations. 2. Resurfacing products shall be used to fill large voids, lost mortar in masonry structures, smooth deteriorated surfaces and rebuild severely deteriorated structures. 3. The following products may be accepted and approved as compatible repair and resurfacing products for use within the specifications: A. 100% solids, solvent -free epoxy grout. B. Factory blended, rapid setting, high -early strength, non -shrink, calcium aluminate repair mortar to be trowel or pneumatically spray applied to the entire surface. 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. 2. Product: Raven 705CA - Cement Mortar having the following characteristics: a. Product Type: Calcium aluminate mortar b. Tensile Strength, (ASTM C496): > 685 psi c. Compressive Strength, (ASTM C109): > 9,200 psi @ 28 days d. Flexural Strength, (ASTM C293): > 1,650 psi e. Shrinkage @ 90% R.H. (ASTM C596): 0% f. Adhesion to Concrete, (ASTM C882): > 4,000 psi 13-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\13 Special Constraction.docx 2/11/2019 12:17 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 13 — Special Construction g. Freeze/Thaw (ASTM C666): 100 Cycles, no visible damage h. Density of wet mix: 129 — 139 lbs. /ft3 i. Applied Density: 135 lbs. /ft3 (+/- 5 lbs. /ft3) C. Factory blended, rapid setting, high -early strength, non -shrink, Portland cementitious repair mortar to be trowel or pneumatically spray applied to the entire surface. 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. 2. Product: Raven 755 - Cement Mortar having the following characteristics: a. Product Type: Portland cement mortar b. Tensile Strength, (ASTM C496): > 800 psi c. Compressive Strength, (ASTM C109): >9,000 psi @ 28 days d. Flexural Strength, (ASTM C293): >1,500 psi e. Shrinkage @ 90% R.H. (ASTM C596): 0% f. Adhesion to Concrete, (ASTM C882): > 2,000 psi g. Freeze/Thaw (ASTM C666): 100 Cycles, no visible damage D. Factory blended, High Performance Polymer Cement repair mortar to be spray, trowel or otherwise manually applied to the entire surface. 1. Manufacturer: Raven Lining Systems, Broken Arrow, Oklahoma 800-324-2810 or 918-615-0140 fax. 2. Product: Raven 760HPPC — Polymer Cement Mortar having the following characteristics: a. Product Type: Polymer Cement Mortar b. Tensile Strength, (ASTM C496): > 700 psi c. Compressive Strength, (ASTM C109): > 5,120 psi @ 28 days d. Compressive Strength, (ASTM C579): > 5,210 psi @ 28 days e. Flexural Strength, (ASTM C580): > 1,240 psi f. Shrinkage @ 90% R.H. (ASTM C596): 0% g. Adhesion to Concrete, (ASTM D7234): > 200 psi E. Factory blended, non -shrink, hydraulic cement to be used for infiltration remediation. 1. Manufacturer: As applicable 2. Product: Hydraulic cement having the following characteristics: a. Product Type: Hydraulic cement 13-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\13 Special Constenction.docx 2/11/2019 12:17 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 13 — Special Construction b. Compressive Strength, (ASTM C109): >1,000 psi @ 1 hour, > 2,500 psi @ 24 hours c. Shrinkage @ 90% R.H. (ASTM C596): 0% F. Hydrophobic or Hydrophilic injectable chemical grout to be used for the remediation of high volume infiltration or crack repair and/or soil stabilization and void filling. 1. Manufacturer: As applicable 2. Product: Chemical grout as appropriate for infiltration, crack repair and soil stabilization. G. (OPTIONAL) Fiberglass woven roving cloth using E-Glass, 9 oz/yd2 minimum weight; typical of Hexcel or BFG Industries style #7500. O tion 2: 1. Patching Material (Strong -Seal QSR): Strong -Seal QSR, a quick -setting fiber -reinforced calcium aluminate corrosion resistant cementitious material, shall be used as a patching material and is to be mixed and applied according to manufacturer's recommendations and shall have the following requirements: Compressive Strength ASTM C109 > 800 psi, 1 hr. > 1,800 psi, 24 hrs. Bond ASTM C882 > 1,600 psi, 28 days Calcium Aluminate Cement Sulfate resistant Applied Density 105 lbs pcf +/- 51bs Shrinkage ASTM C596 0% at 90% R.H. Placement Time 5 to 10 minutes Set Time 15 to 30 minutes 2. Infiltration Control Material (Strong -Seal Strong -Plug) Strong -Plug, a rapid -setting cementitious product specifically formulated for leak control, shall be used to stop minor water infiltration and shall be mixed and applied according to manufacturer's recommendations and shall have the following minimum requirements: 13-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\13 Special Constenction.docx 2/11/2019 12:17 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 13 — Special Construction Compressive Strength ASTM C109 > 1,000 psi, 1 hr. > 2,500 psi, 24 hrs. Sulfate Resistance ASTM C267 No weight loss after 15 cycles @ 2,000 ppm Freeze/Thaw ASTM C666 "Method A" 100 cycles Pull Out Strength ASTM C234 14,000 lbs. Set Time <1.0 minute 3. Grouting Material Strong -Seal Grout 250, a cementitious grout, shall be used for stopping very active infiltration and filling voids and shall be mixed and applied according to the manufacturer's recommendations. The cementitious grout shall be volume stable, and have a minimum 28-day compressive strength of 250 psi. Strong -Seal Grout 1000, a cementitious grout, shall be used for the same application as Grout 250, but is designed for special soil conditions, and shall be used per manufacturer's recommendations. The cementitious grout shall be volume stable and have a minimum 28-day compressive strength of 1,000 psi. Chemical grouts may be used for stopping very active infiltration and shall be mixed and applied per manufacturer's recommendation. Warranty Contractor shall warrant all valve vault rehabilitation work against defects in materials and workmanship for a period of five (5) years, unless otherwise noted, from the date of final acceptance of the project. Contractor shall, within a reasonable time after receipt of written notice thereof, repair defects in materials or workmanship which may develop during said five (5) year period, and any damage to other work caused by such defects or the repairing of same, at his own expense and without cost to the Owner. Part 3 - Execution Delivery, Storage, and Handling of Materials Materials are to be kept dry, protected from weather and stored under cover. Condition of Existing Products The Contractor shall adhere to the following requirements: 1. Standard Portland cement or new concrete (not quick setting high strength cement) must be cured a minimum of 28 days prior to application of any coating product(s). 2. Remove existing coatings and any loose and unsound material prior to application of the repair materials which may affect the performance and adhesion of the repair materials. 3. Thoroughly clean and prepare existing products to effect a seal with the repair materials. 13-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\13 Special Constenction.docx 2/11/2019 12:17 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 13 — Special Construction Site Preparation The Contractor shall adhere to the following requirements: 1. Appropriate actions shall be taken by Contractor to comply with local, state and federal regulatory and other applicable agencies with regard to environment, health and safety during work. 2. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be rehabilitated. 3. Temperature of the surface to be rehabilitated should be maintained between 40 and 120 deg F. No application shall be made to frozen surfaces or if freezing is expected to occur within the substrate within 24 hours after application. 4. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. 5. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive to be rehabilitated and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein. Surface Preparation The Contractor shall adhere to the following requirements: 1. Oils, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts, or other contaminants which may affect the performance and adhesion of the repair materials to the substrate shall be removed. 2. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that only sound substrate remains. 3. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the repair materials. 4. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface suitable for the specified repair materials. 5. Infiltration shall be stopped by using a material which is compatible with the repair products. 6. The area between the valve vault and the valve vault access hatch shall be a termination point of the specified repair materials. 13-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\13 Special Constenction.docx 2/11/2019 12:17 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 13 — Special Construction Application of Repair and Resurfacing Products The Contractor shall adhere to the following requirements: 1. Areas where rebar has been exposed shall be repaired in accordance with the Project Engineer's recommendations. Areas where rebar has been exposed and is corroded shall be first prepared in accordance with the Surface Preparation Section. The exposed rebar shall then be abrasive blasted and coated with a coating product specified by the Project Engineer. 2. Repair products shall be used to fill voids, bugholes, and other surface defects. 3. Resurfacing products shall be used to repair, smooth or rebuild surfaces with rough profiles. These products shall be installed to minimum thickness as recommended within manufacturers published guidelines. Should structural rebuild be necessary, these products shall be installed to a thickness as specified by the Project Engineer. 4. Repair and resurfacing products shall be handled, mixed, installed and cured in accordance with manufacturer guidelines. 5. All repaired or resurfaced surfaces shall be inspected for cleanliness and suitability. Testing and Inspection The Contractor shall adhere to the following requirements: 1. During application of the repair materials, thickness measurements shall be taken, documented and attested to by Contractor for submission to Owner. 2. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor. 3. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place. 13-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\13 Special Constenction.docx 2/11/2019 12:17 PM © 2019 RH2 Engineering Inc. Division 14 Conveying Systems (Not Used) 14-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\14 Conveying Systems.docx 2/11/2019 12:18 PM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 15 Mechanical 15.00 GENERAL This division covers the work necessary for furnishing and installing mechanical appurtenances and accessories as described in these Specifications and shown on the Plans. Sections in these specifications titled "Common Vork for ..." shall apply to all following subsections whether directly referenced or not. 15.05 Common Work for Mechanical Part 1- General Summary Provide the necessary piping, plumbing, fittings, and appurtenances to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for the complete piping system installation and operation may not have been shown. Provide fittings, pipe, and appurtenances necessary, whether shown on the Plans or not, to make all piping systems complete, tested and ready for operation. Some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. Related Sections • Division 1.81 Seismic Restraint and Anchorage • Division 1.82 Pressure Ratings References All products in contact with drinking water to be low -lead (less than 0.25 percent) content in compliance with NSF/ANSI 372. Submittals Submittal information shall be provided to the Owner for the following items: • Ductile iron pipe • Ductile iron fittings • PVC pipe and fittings • Isolation valves • Other mechanical components listed in this division or required by the Engineer 15-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Part 2 — Products Materials All valves, meters, hydrants, specialties, appurtenances, and other such mechanical and plumbing components that are of similar purpose shall be of a single manufacturer and model line. Do not "mix and match" unless specifically stated otherwise or allowed by the Engineer. The intention of this requirement is to maintain consistency across all components installed on the project for function, maintenance, aesthetics, and details of installation. 15.11 Open Trench Pipe Installation 15.11.50 Trench Patching Part 1- General Scheduling and Sequencing The Contractor shall be required to patch all trenches installed within the existing pavement with Commercial Hot Mix Asphalt to the depth as shown in the plans. Trench patches shall be installed no later than the second Friday following excavation for trenches parallel to the road, and no later than two days following excavation for trenches crossing the road and across intersections. On trenches parallel to the roadway, the Contractor shall provide and maintain crushed surfacing base course to a smooth and level grade with the existing pavement until final patching is complete. On trenches crossing the roadway or intersections, the Contractor shall provide and maintain asphalt hot or cold mix until final patching is complete. Maintenance Crushed surfacing shall be inspected and repaired continuously, including over weekends and other non -working periods. Temporary patching, regardless of material used, shall be incidental to the project cost. No additional payment will be made. Part 3 - Execution Field Quality Control Pavement patching that must be removed and replaced due to any failed testing will not warrant additional payment. 15.13 Above Grade Mechanical Installation 15.13.02 Exposed Piping Inspection and Testing Part 1— General Summary This section is for the pigging port inside the valve vaults. 15-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Part 3 - Execution Preparation The Contractor shall provide all required personnel and equipment and complete all tests required to demonstrate the integrity of the finished installation for the approval of the Owner and all agencies having jurisdiction. The pipeline shall be secured to prevent movement under pressure. The Contractor shall furnish and install temporary blocking where permanent blocking is not required and remove it after testing. All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other equipment necessary for performing the test shall be furnished and operated by the Contractor. Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. Tests/Inspection Hydrostatic Pressure Testing All water mains and appurtenances shall be tested under a hydrostatic test pressure equal to that specified under Division 1.82 of these Specifications. If not stated, the hydrostatic testing pressure shall be 150 psi. The Owner has the right to require more stringent test criteria than stated in this Specification or in the pressure rating section if it is determined that field conditions warrant such measures. The Owner will furnish the water necessary to fill the pipelines for testing purposes at a time of day when sufficient quantities of water are available for normal system operation. The Contractor is responsible for the proper disposal of any waste, including water. Visible leakage is unacceptable and shall be corrected. Should the test section fail to meet the specified pressure test successfully, the Contractor shall locate and repair the defects and then retest the pipeline at his own expense. Prior to calling out the Owner or Engineer to witness the pressure test, the Contractor shall have all equipment completely set up and ready for operation, and shall have successfully performed the test to assure that the pipe is in a satisfactory condition. The Owner shall witness the test; if the test does not pass inspection for any reason, additional trips required to witness another test shall be done at the Contractor's expense. Before applying the specified test pressure, air shall be expelled completely from the system. The test shall be accomplished by pumping the main up to the required pressure; stop the pump for a minimum of 15 minutes up to a maximum of 60 minutes as directed by the engineer, and then pump the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping pressure on the system being tested. Sections to be tested shall be isolated and pumped to test pressure. Test pressure shall be sustained for a minimum of 30 minutes with no loss in pressure throughout the test duration with Engineer present and on site throughout test duration. If test results show drop of pressure, Contractor shall repair leaks and retest until testing is passed in presence of 15-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Engineer. Engineer shall bleed off pressure from pump to piping connection once test is passed to verify system piping was tested. 15.18 Buried Piping Inspection and Testing 15.18.03 Valve Testing Part 3 - Execution Testing All valves shall be pressure tested. Do not exceed the rated working pressure of the valve when operating the valve. Bleed off test pressure prior to operating. Test all valve bonnets for tightness. Test all valves for water tightness under differential working pressure. To perform this test, pressurize pipe section with valve in place, close valve and relieve pressure on seat side of the valve. The valve shall not pass water during a 5-minute test period. Operate all valves at least once from closed -to -open -to -closed positions while valve is under working (not test) pressure. 15.20 PIPE AND FITTINGS 15.21 Common Work for Pipe and Fittings Part 2 - Products Components Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. In the event that dissimilar metals are adjacent (for example: stainless steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used. Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified. All relevant subsections of AWWA C100, C200, and C500. All bolts and studs shall be long enough so that no less than two threads extend beyond the face of the nut. Non -submerged flange bolts to be ASTM A307 Grade A, zinc plated. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Stainless steel shall not be used where in contact with chlorine or chlorine solutions. Stainless steel bolts may be used in lieu of Nitronic but must be assembled using appropriate lubricant or tape. For installations in domestic water, lubricant, or tape must be approved for domestic water service. Cobas Stainless Steel Thread Sealing Tape or approved equal. All shackled thrust restraint systems shall be of stainless steel or Cor-Ten (ASTM 242) construction and manufactured by Star National Products (Ohio) or approved equal. All components of any stainless steel or Cor-Ten system shall include all stainless steel or Cor-Ten components. Bolts, nuts, washers, tie rods, and other components shall be one material and not intermixed. 15-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Finishes For conditions other than submerged, all nuts and bolts shall be zinc plated, and suitable for above and below grade locations as required. Where above grade/exposed piping is specially coated, the connecting nuts and bolts shall be coated using the same system. Part 3 - Execution Construction All piping and related equipment to be joined together shall be connected as shown on the Plans, Specifications, as recommended by the manufacturer or as required by standard industry practices if not otherwise specified. 15.22 Metal Pipe and Fittings 15.22.02 Ductile Iron Pipe and Fittings Part 1 - General Design Requirements Ductile iron pipe shall have thickness designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures to meet the requirements of Division 1.82. The pipe thickness shall not be less than that of Class 52 pipe. The pipe thickness for fire hydrant runs shall not be less than Class 52. Part 2 - Products Manufactured Units Pipe shall be cement -lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless otherwise specified, and shall conform to ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push -on -joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. When requested, furnish certification from the manufacturer of the pipe and gasket being supplied that inspection and all of the specified tests have been made, and the results comply with requirements of this standard. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile iron fittings shall be short -body, cement -lined, and for the pressure rating noted in Division 1.82. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). 15-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Mechanical joint (MJ), ductile iron, compact fittings 3-inches through 24-inches, and 54- inches through 64-inches shall be in accordance with AWWA C153. Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron unless otherwise specified in the Contract Documents. Interior shall be cement lined. Ductile iron flange (FL) fittings shall be in accordance with AWWA C110 and fabricated from ductile iron unless otherwise specified in the Contract Documents with a bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene, bona-n, chlorinated butyl, or cloth -inserted rubber. Gaskets shall be full -face. Gaskets shall be a minimum 1/8-inch thick. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (PE), flanged (FL), or vitaulic (VIC). Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and coat the exterior per specification division 9.91.13.13. Part 3 - Execution Installation The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. The amount of deflection at each pipe joint shall not exceed 3-degrees per joint (11 inches over 18 feet), or the manufacturer's printed recommended deflections, whichever is less. 15.22.08 Brass/Bronze Pipe and Fittings Part 1- General References Brass to be low -lead content in compliance with NSF/ANSI 372 to have no more than 0.25 percent lead content. Brass nipples: ASTM B687 Brass fittings: ANSI/ASME B16.15 (threaded) Class 125 lb. (up to 200 psi water), 250 lb. (up to 400 psi water); B16.18 (soldered). Part 2 - Products Materials Brass pipe, nipples, and fittings to have threaded ends. 15-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer — Push on Joint Part 1- General Design Requirements Pipe and fittings shall meet the requirements of ASTM Specification D3034 for 4-inch to 15-inch Standard Dimension Ratio (SDR) 35 and F679 for 18-inch to 27-inch. Pipe shall be suitable for use as a gravity sewer conduit. Part 2 - Products Materials Provisions must be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section with a solid cross-section rubber ring, factory assembled, securely locked in place to prevent displacement during assembly. Standard laying lengths shall be 20 feet and 12.5 feet plus or minus 1-inch. At manufacturer's option, random lengths of not more than 15 percent of total footage of each size may be shipped in lieu of standard lengths. All fittings and accessories shall be as manufactured by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 15.30 VA.vES 15.31 Common Work for Valves Part 1— General Design and Performance Requirements Valves noted on the Plans or in other parts of the Specifications shall meet the requirements herein. Valves shall be designed for the intended service. Valve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the Engineer's attention during the bidding process. Valves that do not operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the Contractor's expense. Pressure rating shall be per Division 1.82 unless shown otherwise. Part 2 — Products Components If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95 to 99 percent of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. 15-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Buried valves shall be equipped with an AWWA 2-inch wrench nut with a minimum of 12 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall be equipped with lever actuator for valves 4 inches and smaller, or handwheel actuator for valves 4 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher than 6 feet above the finished floor shall be equipped with chainwheel operator. Buried valves where the operator nut is more than 3 feet below the valve box lid shall be provided with a solid shaft valve nut extension to reach between 18-inch and 36-inch of the ground surface. Extension shall attach to the nut with a set screw. Diameter of extension shall be appropriate for the valve size and length of extension, but under no circumstances shall be less than 1 inch for 4-foot-long extension rods, or 1.25 inch for rods longer than 4 feet. Extension shall function without excessive twisting. Part 3 - Execution Installation Install valves in strict accordance with the manufacturer's instructions and as shown on the Plans. Verify alignment and adjustments after installation. Provide buried valves with all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. 15.32.05 Eccentric (Plug) Valves Part 2 — Products Manufacturers Valves shall be equal to M&H/Kennedy Valve Company Eccentric Plug valves, Pratt eccentric valves, or Dezurik eccentric valves. Manufactured Units Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non -lubricated eccentric type with resilient faced plugs and furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a 1/8-inch welded overlay of not less than 90 percent pure nickel, with a raised seat area, so that the plug face contacts only nickel; or 2) seat shall be factory -coated with heat -fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with neoprene with a cylindrical seating surface eccentrically offset from the center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure and the plug in the closed position. Valves shall have sleeve -type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. 15-8 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re -packable under pressure without removing bonnet or actuator. Valves utilizing 0-ring seals or non-adjustable packing shall not be acceptable. Valves shall be equipped with gear actuators oriented as shown on the Plans. Gearing shall be enclosed in steel housing and suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into actuator. Actuator shaft shall be supported on permanently lubricated bronze bearings and indicate valve position. An adjustable stop shall be provided to set closing torque and provide seat adjustment. Valve surfaces shall be coated internally and externally with a heat -fused thermoset epoxy or thermoplastic nylon. Exposed nuts, bolts, springs, and washers for buried service valves shall be stainless steel. 15.32.07 Gate Valves — Small Diameter Part 2 — Products Manufactured Units Gate valves 2 inches and smaller for steel or brass pipe shall be Crane No. 438 or equal with non -rising stem, screwed bonnet, solid wedge disc, bronze construction and threaded ends. Gate valves 2 inches and smaller for copper piping shall be Crane No. 1320 or equal with stem, screwed bonnet, solid wedge disc, bronze construction and solder or screw ends. 15.35 Air Valves 15.35.05 Air Valves — Wastewater 15.35.05.01 Combination Air and Vacuum Valve - Wastewater Part 2 — Products Manufacturers Combination air and vacuum valves for sewer force mains shall be equal to A.R.I. model D-025. Manufactured Units Provide air valve's body and cover fabricated from polyethylene. Provide all necessary parts, small piping, fittings valves and securement as shown on the plans and Owner standard plans for a fully functioning unit. Part 3 — Execution Installation If not detailed on the plans, valves shall be attached to sewer force main via tap, brass pipe and an isolation ball valve and fittings as necessary. Outlet shall be provided with a brass male x female threaded return bend to direct air away from any mechanical or electrical components and sewage back to wetwell or gravity sewer manhole. 15-9 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical 15.40 PIPING SPECIALTIES 15.40.01 Dismantling Joint Part 1— General Design Criteria Dismantling joint shall be accessible and capable of repeated installations and removals and capable of the testing and working pressures as specified in Division 1.82. Joint adjustment range of no less than 2-inches for 12-inch diameter and smaller pipe, and 3-inches for 14-inch diameter and larger pipe. Joint assembly to include limiting rods to prevent pull-out. Part 2 — Products Manufacturers Dismantling joint shall be Romac DJ400 with limit rods or equal. Part 3 - Execution Installation Install per the manufacturer's instructions. Set the assembly at the midpoint of the adjustment range unless specifically called out otherwise on the plans. 15.40.03 Pipe, Valve and Conduit Supports Part 1 - General Summary This section includes providing pipe supports, hangers, guides and anchors. Related Sections • Division 1.81 Seismic Restraint • Division 05.05.23 Bolts and other Connectors References Pipe supports furnished under this section shall comply in all respects with the requirements of the following standards. • ANSI/ASME B31.1 Power Piping • ANSI/MSS SP-58 Pipe Hangers & Supports - Materials, Design and Manufacture • ANSI/MSS SP-69 Pipe Hangers and Supports - Selection and Application Performance Standards Piping systems, including connections to equipment, shall be properly supported to prevent deflection and stresses. Supports shall comply with ANSI/ASME B31.1, except as otherwise indicated. 15-10 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Size hanger rods, supports, clamps, anchors, brackets and guides in accordance with ANSI/MSS SP 58 and SP 69. Support plumbing drainage and vents in accordance with the Uniform Plumbing Code. Submittals Pipe hanger/support design calculations Shop drawings of engineered pipe hangers/supports, including details of concrete inserts. Drawings shall include location plan showing location of the hanger/support in relation to the structure and/or equipment. Part 2 — Products Manufacturers Pipe supports, hangers, guides and anchors shall be Anvil, Unistrut, Tolco, Standon or equal. Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. Components Provide and install all equipment necessary for compete support systems including, but not limited to, base, riser pipe, anchor bolts, hanger rod, support cradle or clamp, and fasteners. For East Valley Lift Station all supports, rods, clips, etc. shall be 316 L stainless steel. Bolts shall be in accordance with 05.05.23. Except as otherwise noted, pipe support components shall comply with the types in ANSI/MSS SP-58. Submerged Supports: Submerged piping shall be supported with hangers, brackets, clips, or fabricated supports and stainless -steel anchors. Point Loads: Any meters, valves, heavy equipment and other point loads on PVC, fiberglass and other plastic pipes shall be supported on both sides according to the manufacturer's recommendations to avoid pipe stresses. Supports on plastic and fiberglass piping shall be equipped with extra wide pipe saddles or stainless steel shields. No support shall have metal pieces in contact with plastic process piping. Finishes Unless otherwise noted, all fabricated pipe supports, other than stainless steel or non-ferrous supports, shall be blast -cleaned after fabrication and hot -dip galvanized in accordance with ASTM 123. Other than stainless steel and non-ferrous supports, supports shall be coated in accordance with Division 9.91.13.1. 15-11 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 15 - Mechanical Part 3 - Execution Installation Piping shall be rigidly anchored to walls, slabs and ceilings by means of suitable pipe supports, wall brackets or pipe hangers. Pipe supports, hangers, brackets, anchors, guides and inserts shall be installed in accordance with the manufacturer's installation instructions and ANSI/ASME B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. Stand -on Pipe Support: Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Riser Supports: Risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. Support SSpacing: Pipe supports shall be placed to meet the following maximum spacing, unless otherwise noted or shown on the Plans: maximum vertical support spacing of 5 feet; and maximum horizontal support spacing of 10 feet. Support shall be provided at horizontal bends, base of risers (vertical bends), floor penetrations, connections to pumps, blowers, and other equipment, valves and appurtenances. Support spacing shall meet the local plumbing code where applicable. Support spacing may be increased from that noted above provided adequate calculations are provided supporting the change. Support Anchorage: Concrete anchors shall be as specified in Division 3, Concrete Anchors. All channel strut type supports shall have a minimum of 2 anchors per support. Suspend pipe hangers from hanger rods, secure with double nuts. Securely anchor plastic pipe, valves and headers to prevent movement during operation of valves. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. Provide ductile iron elbows or tees supported from floors with base fittings. Support base fittings with metal supports, or when indicated on the Plans, concrete piers. Do not use chains, plumbers' straps, wire or similar devices for suspending, supporting or restraining pipes. Install riser clamps at floor penetrations and where indicated on the Plans. Field Quality Control Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other work. Properly support, suspend or anchor exposed pipe, fittings, valves and appurtenances to prevent sagging, overstressing or movement of piping and to prevent thrusts or loads on or against connected pumps, blowers or other equipment. 15-12 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\15 MechatucaLd— 2/11/2019 12:21 PM © 2019 RH2 Engineering Inc. Division 16 Electrical 16.00 GENERAL The Contractor shall provide all labor, material, tools, equipment and services required to complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and specifications. Sections in these specifications titled "Common Wlork for..." shall apply to all following sections whether directly referenced or not. The Contractor shall reference Section 1.33.2 regarding substitutes and "or -equals. 16.05 Common Work for Electrical Part 1— General Summary Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically, dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. Permits and Fees The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. Related Sections See the following sections for items that may be provided and/or installed with other electrical equipment. 1. 10.14.8 Signs for electrical equipment Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. Definitions Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not otherwise designated on the Plans. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. 16-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. The words "plans" and "drawings" are used interchangeably in this specification and in all cases shall be interpreted to mean "Plans". The word "provide" shall be interpreted to mean furnish and install. Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include as a minimum a wiring diagram or connection schematic and an interconnection diagram. Wiring Diagram or Connection Schematic 1. This plan or plans shall include all of the devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). Interconnection Diagram 1. This diagram shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified in the equipment complete with individual terminal identification. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Spare wires and cables shall be shown. A. Submittal information shall be provided to the Owner for the following items: 1. Circuit Breakers 2. Conduit and Fittings 3. Wire and Cables 4. Wastewater Level Float Switch 5. Automatic Transfer Switch 6. Manual Transfer Switch 7. Engine Generator Set 8. Other Electrical Components listed in this division and/or required by the Engineer. 16-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Project Conditions Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and approved by both the Owner and the Engineer. Construction Power: See Division 1.51 Part 2 — Products Source Quality Control Provide adequate space and fit for the electrical installation, including, but not limited to, determination of access -ways and doorways, shipping sections, wall and floor space, and space occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown on the plans. All equipment shall be readily accessible for maintenance, shall have electrical clearances in accordance with NEC and shall be installed in locations which will provide adequate cooling. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. Materials Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. Components Fasteners for securing to walls, floors, and the like shall meet the requirements of Division 05.05.23. NEMA Rating Unless otherwise noted, provide enclosures as follows: 1. Class 1, Division 1 & 2 Locations: NEMA Type 7 2. Indoors unclassified Locations: NEMA Type 12 3. Corrosive Locations: NEMA Type 4X 4. Outdoors and/or Wet Locations: NEMA Type 4X 16-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 5. Electrical rooms: NEMA Type 1 Accessories Wire Identification 1. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. Part 3 — Execution Installation General 1. Complete the wiring, connection, adjustment, calibration, testing and operation of mechanical equipment having electrical motors and/or built-in or furnished electrical components in accordance with electrical code, UL listing requirements and manufacturer's instructions. Install electrical components that are furnished with mechanical equipment. 2. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. 3. Complete the procurement, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical devices, components accessories and equipment which is not shown or specified but which is nonetheless required to make the systems shown and specified properly functional. Workmanship 1. Assign a qualified representative who shall supervise the electrical construction work from beginning to completion and final acceptance. 2. Provide all labor using qualified craftsmen, who have had experience on similar projects. 3. Ensure that all equipment and materials fit properly in their installations. 16-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Field Services 1. Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start-up and operation of the equipment, and to correct any problems which occur during testing and start-up. Installing Equipment 1. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. 2. Install all floor -mounted equipment on 31/2-inch high reinforced concrete pads. 3. Install all equipment and junction boxes to permit easy access for normal maintenance. Cutting, Drilling and Welding Provide any cutting, drilling, and welding that is required for the electrical construction work. 2. Structural members shall not be cut or drilled, except when approved by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Metal Panels Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls '/a -inch from the wall and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 Mils minimum. Seismic Requirements 1. See Division 1.81 Load Balance 1. Balance electrical load between phases as nearly as possible on panelboards, motor control centers, and other equipment where balancing is required. 2. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. Field Quality Control Minor Deviations The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved by the owner to provide for minor adjustments and deviations from the locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner's approval, without extra cost. 16-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 2. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. Project Record Plans 1. A set of Plans shall be maintained at the job site showing any deviations in the electrical systems from the original design. A set of electrical Plans, marked in red to indicate the routing of concealed conduit runs and any deviations from the original design, shall be submitted to the Engineer for review at the completion of the project prior to final acceptance. 2. After testing and acceptance of the project the Contractor shall furnish in the O&M manuals an accurate connection schematic and interconnection diagram for every service entrance panel, pump control panel, motor control center, and instrumentation panel provided this project. Cleanup and Equipment Protection Equipment Protection Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. Cleaning Equipment Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. Painting Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. Final Cleanup 1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Owner. 2. Lamps and fluorescent tubes shall be cleaned, and defective units replaced at the time of final acceptance. 16-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 1— General Description of Work The work included in this section consists of furnishing and installing conduit, fittings, handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified herein and as indicated on the plans for a complete and functional underground electrical system. Special vaults, grounding, trench backfill requirements may be specified with the particular equipment or electrical system involved. Part 2 — Products General Materials and equipment shall conform to the respective specifications and standards; and to be the specifications herein. Electrical rating shall be as indicated on plans. Raceways and conduit shall be provided per Section 16.70. Wire and cable shall be provided per Section 16.60. Part 3 — Execution Construction Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 12 inches minimum, except gas line separation shall be 12 inches both vertical and horizontal. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod, roots or debris for backfill. 16.10.2 Underground Marking Tape (Detectable Type) Part 2 — Products Manufacturers Tape shall be Brady "Detectable Identoline — Buried Underground Tape", or equal. 16-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Materials Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 Mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Part 3 — Execution Installation Unless noted otherwise on plans, approved underground marking tape shall be installed in the trench twelve inches above and directly over the conduit or raceway. 16.21.6 Manual Transfer Switch Part 1— General Design Switch shall be heavy duty safety switch, double throw type, non -fused manually operated, NEMA 4X Stainless Steel enclosure, 600 volt, 3 phase, amperage as shown on Plans. Part 2 — Products Manufacturers Materials, equipment and accessories specified in this section for the manual transfer switch shall be products of: 1. Eaton (Cutler Hammer) 2. General Electric 3. Schneider Electric (Square D) 4. Siemens 5. Or approved equal Part 3 — Execution Ground Electrode System The grounded conductor and ground bus shall be connected to the grounding electrode system, via the grounding electrode conductor as indicated on system one -line diagram. The system shall be as indicated in Article 250-66 of the National Electrical Code. See Division 16.15 for additional grounding requirements and specifications. Underground Secondary Service Install in accordance with Plans and Division 16.10. 16-8 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 16.30 BASIC PANEL EQUIPMENT AND DEVICES 16.35.2 Nameplates Part 2 — Products Manufactured Units Standard nameplates shall be made of 1/16-inch thick machine engraved laminated phenolic having black letters not less than 3/ 16-inch high on white background. One -inch high lettering shall be used for the large nameplates required for the control panels and motor control centers. Part 3 — Execution Installation Nameplates shall be provided on all electrical devices including but not limited to motor control equipment, MCC cubicles, control stations, junction boxes, panels, motors, instruments, switches, indicating lights, meters, and all electrical equipment enclosures. Each motor control center compartment and control panel shall have a nameplate designated the equipment and its identifying number and size or rating. Data shall be as shown on the Plans and reviewed via the submittal process. Nameplates shall have name, number and/or function as is applicable for clear identification. Provide one large nameplate for each motor control center and/or control panel identifying the equipment as indicated on the Plans. Nameplates on steel panels shall be secured with stainless steel drive screws. Where it is proposed that nameplates will be secured with pressure sensitive tape or bonding cement, the process and samples shall be submitted to the Engineer for acceptance. Nameplates shall be provided for identifying all operator interface (lights, switches, etc.) and other devices that are located outside or inside the panels. Nameplates shall be provided for identifying all relays and devices that are located inside the panels. Special Functions Provide warning nameplates on all panels and equipment, which contain multiple power sources. Lettering shall be white on red background. 16.50 PANELBOARDS 16.52 Common Work for Panelboards Part 1— General Description of Work This section covers the furnishing and installation of all panelboard equipment complete. 16-9 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Quality Assurance Provide products specified in this Section that are listed and labeled as defined in NEC Article 100. Standards and Codes All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. All material and equipment specified herein shall confirm with all applicable NEMA, ANSI, and IEEE standards. All materials and equipment specified herein, and their installation methods shall conform to the latest published version of the NEC. Part 2 — Products Manufacturers Materials, equipment, and accessories specified in this section shall be products o£ 1. Eaton/Cutler-Hammer 2. Schneider Electric/Square D Company 3. Allen-Bradley 4. Siemens Components Circuit Breakers 1. Provide thermal -magnetic unless otherwise indicated, quick -make, quick -break, molded case, of indicating type showing ON/OFF and TRIPPED positions of operating handle. Mount breakers in all panelboards so that the breaker handles operate in a horizontal plan. 2. The bus connection shall be bolt -on circuit breakers in all panelboards. In power distribution panelboards, 225-ampere frame sizes and greater may be plug-in type where individual positive locking device requires mechanical release for removal. 3. Trip Mechanism: a) Individual permanent thermal and magnetic trip elements in each pole. b) Test button on cover. c) Variable magnetic trip elements with a single continuous adjustment 3X to 10X for frames greater than 100 amps. d) Two and three pole breakers shall have common trip. e) Automatic opens all poles when overcurrent occurs on one pole. 0 Calibrated for 40 degrees C ambient, unless shown otherwise. 16-10 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Part 3 — Execution General Install in accordance with NECA 407, NEMP PB 1.2 and manufacturers' written installation instructions. 16.55 SWITCHES AND PROTECTIVE DEVICES 16.55.1 Common Work for Switches and Protective Devices Part 1— General Design Requirements Overcurrent devices shall be NEMA rated. Extra Materials Provide one fuse for each ungrounded conductor and a minimum of one spare fuse per phase of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the project. Part 3 — Execution Installation Overcurrent protection devices and safety switches shall be centered 60 inches above the finished floor unless noted otherwise on the Plans. 16.55.16 Molded Case Circuit Breakers Part 1— General Design Requirements Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees Celsius. Part 2 — Products Manufactured Units Molded case circuit breakers shall be quick -make and quick -break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip -free. Each breaker shall have trip indication independent of the "ON" or "OFF" positions. 16.55.17 Instantaneous Magnetic Trip Breakers Part 1— General Design Requirements The magnetic trips shall be adjustable and accessible from the front of all these breakers. 16-11 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Part 2 — Products Manufactured Units Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. 16.60 CONDUCTORS 16.61 Low Voltage Wire and Cable Part 1— General Design Requirements This section is for power and control conductors for 600 volts or less. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. Part 2 — Products Materials Conductors 1. Solid and stranded copper wire shall be 600 volt Type THW, THWN, or THHW, Class B stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation shall not be allowed. Aluminum conductors shall not be allowed. 2. Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG and larger. Aluminum conductors shall not be allowed. Splices 1. For Lighting Systems and Power Outlets: Wire nuts shall be twist -on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. 3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. 4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. 16-12 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Terminations 1. Crimp type terminals shall be self -insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. 2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. 3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. Finishes Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: 1. 120/208 Volt, 3 Phase: Red, black and blue. 2. 277/480 Volt, 3 Phase: Yellow, brown and orange. 3. 120/240 Volt, 1 Phase: Red and black. Part 3 — Execution Location (Installment) Schedule Provide the following conductors for the following applications 1. Use stranded copper conductors for all power and control circuits unless noted otherwise on plans or below. Size as noted on the plans. 2. Contractor may use solid copper conductors for lighting and receptacle circuits using screw -type terminals. Size as noted on the plans. 3. Size #14 AWG wire or smaller shall not be allowed on power circuits. Installation Conductor Splices 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted shall be completed using an approved splice kit intended for the type o conductor and the application. The splice shall be in accordance with the splice kit manufacturer's instructions. 2. Underground Splices: All underground outdoor splices when approved by Engineer shall be completed in an accessible pull box or handhole using an approved watertight epoxy resin splice kit rated for the application up to 600 volts. Splices will not be allowed to be direct buried. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pull box, junction box, handhole, and manhole using 16-13 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motors circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. Part 3 — Execution Installation Cable Installation 1. Cables shall be continuous from initiation to termination without splices. 2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. 3. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. Conductor Identification Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pull box, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 500 Vdc insulation 16-14 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. 16.70 RACEWAYS, BOXES AND FITTINGS 16.71 Raceways Part 1— General Design Requirements Conduit sizes not noted on Plans shall be in accordance with NEC requirements for the quantities and sizes of wire installed therein. Part 2 — Products Components Conduit and Fittings 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6 and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the NEC. 2. PVC Coated Rigid Steel Conduit (PVC-GRS): PVC coated conduit shall meet the GRS standard above plus have a 40 Mi1PVC factory applied PVC coating. 3. Flexible Metal Conduit(Flex-LT): Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. Conduit & Cable Supports 1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one -hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one -hole PVC or epoxy coated clamps or PVC conduit wall hangers. 2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be 1/2-inch all -thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. Conduit Sealants 1. Moisture Barrier Types: Sealant shall be a non -toxic, non -shrink, non -hardening, putty type hand applied material providing an effective barrier under submerged conditions. 2. Fire Retardant Types: Fire stop material shall be a reusable, non -toxic, asbestos -free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. 16-15 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Part 3 — Installation Raceway Applications Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. ABOVE GRADE CONDUITS (non -corrosive areas) shall be: 1. GRS for power and control wiring. 2. GRS for instrumentation and telecommunications wiring. ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be: 1. PVC-GRS for power and control wiring. 2. PVC-GRS for instrumentation and telecommunications wiring. CONCEALED ABOVE GRADE CONDUITS shall be: 1. GRS for all wire and cable types. BELOW GRADE CONDUITS IN DIRECT EARTH shall be: 1. PVC-GRS for all wire and cable types. Installation All conduits shall be concealed in the floor, walls, ceiling slab or beneath the floor slab. Surface mounted conduit will not be accepted unless noted otherwise on the construction plans. Size of Raceways: 1. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance with NFPA 70. 2. Unless specifically indicated otherwise, the minimum raceway size shall be: a) Conduit: 3/4-inch All raceways shall contain a separate grounding conductor. Spare conduits shall contain one 3/16-inch diameter nylon pull rope. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. Conduit shall not be routed on exterior of structures except as specifically indicated on the plans. 16-16 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. Securely fasten raceways at intervals and locations required by NEC, or the type of raceway employed. Provide all required openings in walls, floors and ceilings for conduit penetration. 1. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. 2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames in masonry and concrete, and by requesting openings in advance. 3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural members and rebar. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located five feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. Install explosion -proof seal -offs in hazardous areas shown on the Plans and as required by the N.E.C. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. All conduit openings not encased in a panel shall be sealed with duct seal. 16.72.2 Outlet and Junction Boxes Part 1— General Design Requirements In corrosive areas, all junction boxes shall be NEMA 4X. Outlet boxes and switch boxes shall be designed for mounting flush wiring devices. Outlet boxes shall not be less than 4-inch square and 1 '/2-inch deep. Ceiling boxes shall withstand a vertical force of 200 pounds for five minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for five minutes. Part 2 — Products Materials Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of '/s-inch at every point, and not less than '/a -inch at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. 16-17 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. Sheet metal boxes shall conform to UL 50, with a hot -dipped galvanized finish conforming to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon -steel sheets. Non-metallic boxes shall be hot -compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of 1/8-inch. Finishes Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. 16.80 SENSORS AND CONTROLS 16.80.1 Common Work for Sensors and Controls Part 1— General Design Requirements Provide sensors and controls scaled and rated for their intended application. Part 3 — Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position, central to the room unless allowed otherwise by the Engineer. 16.82.3 Wastewater Level Float Switches Part 2 — Products Manufacturers Switches shall be Anchor Scientific, Inc., Roto-Float Type S, or equal. Manufactured Units Float switch shall be mercury tube switch -type enclosed in a sealed polyurethane float. A weight shall be on the cord near the float switch. 2/C # 16 flexible type SJO oil -proof, 300-volt cord shall be integral with the float switch and shall be of sufficient length to reach the splice handhole with an additional five feet of slack cord. Part 3 — Execution Installation Level switches shall be provided for the following: • Secondary High Level Pump Start 16-18 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical • Secondary Low Level Pump Stop The float switch shall indicate to the control system that the liquid level, at which the switch has been positioned, has been reached. 16.90 POWER GENERATION 16.91 Engine Generator 16.91.1 Diesel Engine Generator Set Part 1- General Definitions Operational Bandwidth: The total variation from the lowest to highest value of a parameter over a range of conditions indicated, expressed as a percentage of the nominal value of the parameter. Standby Rating: Power output rating equal to the power the generator set delivers continuously under normally varying load factors for the duration of the power outage. Local Availability: A manufacturer's authorized dealer with a service department that is within 100 miles of the project installation site. Design Criteria Provide two self-contained exterior rated standby engine generator systems to automatically operate the load criteria listed in the rating section of these specifications during prime power failure conditions. Insulate, enclose, or guard exposed parts subject to high -operating temperatures or energized electrically, and moving parts which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. Design, construct, and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and proof of torsional acceptability shall be provided by the manufacturer. Performance Criteria The engine generator set provided shall not have a standby rating less than 40 kW (Piper's Bluff) and 50 kW (Shy Creek) at 0.8 PF with fan. Rating of diesel engine -generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. 16-19 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Generator shall meet the following requirements: 1. Standby rating — 40 Kilowatt (Piper's Bluf� 2. Standby rating — 50 Kilowatt (Shy Creek) 3. Voltage — 277/480 volts 4. Phase — 3 phase 5. Frequency — 60 Hertz 6. Insulation — Class H 7. Wiring — 12 lead reconnectable 8. Ambient Temperature —115 degrees Fahrenheit (max), -20 degrees Fahrenheit (min) Allowable temperature rise in the generator shall not exceed 257 degrees Fahrenheit over 115 degrees Fahrenheit ambient temperature. The alternator shall produce a clean AC voltage waveform, with not more than 5 percent total harmonic distortion at full linear load, when measured from line to neutral, and with not more than three percent in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. The generator set shall accept a single step load of 100 percent of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating and shall meet all applicable exhaust emission requirements at the time of commissioning. The generator specified for this project was sized using Cummins PowerSuite software. Due to variations by generator manufacturers and the software used by manufacturers for determining the size of a generator, it is the Contractor's and generator supplier's responsibility to verify the size of the generator to ensure that the generator will perform as specified. All sizing reports shall be submitted by the Contractor and approved by the Owner prior to equipment order. If the supplier/Contractor prepared sizing report requires a larger generator than was is specified, the larger generator shall be provided at no additional cost to the Owner. Refer to the tables below for load step information and the Plans for electrical load details. 16-20 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Piper's Bluff Lift Station LoadStep Load Description 1 Pump 1 2 Pump 2 3 Lighting Transformer 7.5 kVA, Single -Phase) Shy Creek Lift Station Load Step Load Description 1 Pump 1 2 Pump 2 3 Pump 3 4 Lighting Transformer 5 kVA, Single -Phase) Submittals The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. 2. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: 1. Engine make 2. Number of cylinders 3. Bore (in inches) 4. Stroke (in inches) 5. Generator make and type 6. Generator electrical rating, kVA 7. Cubic inch displacement Fuel oil consumption 8. Exciter and type 9. Horsepower at rated load 10. Enclosure size, exterior dimensions 16-21 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Provide factory test results. See Source Quality Control below. 1. Provide field test results. See Site Test requirements under Part 3 of this specification. 2. Provide five (5) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. Project Conditions Interruption of existing electrical service: Do not interrupt electrical service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than two working days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner's written permission. 3. Engine generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 4. Minimum Temperature: 0 degrees Fahrenheit 5. Maximum Temperature: 115 degrees Fahrenheit. 6. Relative Humidity: 0-95 percent 7. Altitude: Sea level to 1200 feet Coordination Coordinate size and location of concrete bases for package engine generator set and fuel tanks. Cast anchor -bolt inserts into concrete bases. Concrete, reinforcement and formwork requirements are specified with concrete. Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall penetrations for exhaust systems. Quality Assurance The engine generator set shall be supplied by a manufacturer who has been regularly engaged in the production of engine -generators sets and associated controls for a minimum of 20 years, thereby identifying one source of supply and responsibility. The packaged engine generator set and auxiliary components shall be provided through one source from a single manufacturer. The manufacturer shall provide factory -trained service and parts support through a factory authorized dealer/supplier that is regularly doing business in the area of installation. The factory authorized dealer/supplier shall maintain a service center capable of providing training, parts, and emergency services within 50 miles of the project site. 16-22 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Warranty The electrical standby system, including the engine generator set, exerciser and transfer switch, shall be guaranteed for two years or 1,500 hours operation from date of start-up service and acceptance, whichever occurs first. Extra Materials A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. The following spare parts shall be furnished for each generator: 3 - Sets of fuel filter elements and gaskets 3 - Lubricating oil filter elements and gaskets 3 - Air cleaner filter elements 2 - Complete sets of V-belts including fan and alternator drive belts Part 2 — Products Manufacturers Subject to compliance with these specifications, the following manufacturers are approved for bidding: 1. Cummins 2. Caterpillar 3. MTU Ensure engine generator and accessories are provided by the above -named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. Manufactured Units The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs, or brochures, and represents the latest production model. Components Generator 1. Generator shall be a revolving field, 4-pole brushless connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine and connected to the engine using a flexible disc coupling. 16-23 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Voltage Regulator 1. Engine -generator unit shall have a steady state voltage regulator. Generator set shall be capable of recovering to a minimum of 90 percent of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15 percent. 2. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. Electric Starting System 1. Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. 2. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. Cooling System 1. Cooling system shall consist of frame -mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 115 degrees Fahrenheit ambient temperature. 2. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high -coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Provide cooling system water heaters suitable for operation on available site voltage (Contractor to confirm), 60 Hz current to maintain engine water temperature at 120 degrees F at an ambient temperature of 50 degrees F. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling system with a mixture of water, anti -freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of -20 degrees F. Air Cleaners 1. Engine shall be provided with one or more dry -type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. Governor System An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. 16-24 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Lubrication 1. Engine shall have gear -type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. 2. Provide effective lubricating oil filter and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring -loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. 3. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. Frame Engine shall be factory -assembled and aligned on a heavy-duty steel base with integral fuel tank. Batteries shall be housed in an acid -resistant box, which shall be mounted on engine frame and adjacent to the engine. Location of battery housing shall not interfere with maintenance and inspection of the engine. Construct the frame to insure proper alignment of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any direction during installation and shall be provided with suitable holes for foundation bolts and vibration isolators. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by the site location. 2. Set shall have provision for conveniently attaching hoisting slings as well as for fork Eft pick-up. Sound -Attenuated Enclosure The engine/generator system shall be provided with an exterior rated, sound - attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. All access doors shall be lockable. The housing shall be factory installed and allow easy access to the engine -generator and the control panel. The control panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure doors shall not be wider than 36-inch each to allow for convenient access to the enclosure interior. 2. The enclosure shall provide a sound level at full load no greater than 75 dB(A). This sound level shall represent the average measurement taken at eight points located equidistant, 23 feet from the center of the engine generator at full load. The enclosure shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. The total assembly of generator set, enclosure, and sub -base fuel tank (when used) shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100' F. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. 16-25 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 4. Enclosure shall be constructed of minimum 12-gauge steel for framework and 14-gauge steel for panels. All hardware and hinges shall be stainless steel. 5. A factory -mounted exhaust silencer shall be installed inside the enclosure. The exhaust shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. 6. The enclosure shall include the following maintenance provisions: a) Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure, with internal drain valves b) External radiator fill provision. Exhaust System 1. Muffler shall be rated as necessary to comply with City of Renton noise emission standards and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. 2. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. 3. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211, and shall comply with recommendations for exhaust systems as specified by the diesel engine manufacturer. 4. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support the exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. 5. Provide a condensate drain for the muffler through a petcock. 6. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a minimum temperature of 1200°F. The exterior blanket shall be protected with a 0.016 aluminum jacket with weatherproof end cap. Fuel System 1. Engine shall operate on automotive diesel fuel complying with the limiting requirements of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. 2. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. 3. Fuel injection pumps shall be positive action, constant -stroke pumps, actuated by cam - driven gears from engine camshaft. 4. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. 5. Equip fuel system with racor-type, water -removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel line connections or disturbing fuel pumps or any other part of 16-26 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. 6. Provide integral fuel tank mounted between the structural steel skids for engine fuel supply. The tank, as installed shall meet all local and regional requirements for above ground tanks. The tank shall be sized to allow 24 hours of continuous full load operation using the following criteria: a) 12 hours of exercising supply before low fuel alarm b) 12 hours of operation after a low -low fuel alarm 7. Tank shall be especially constructed for mounting in this location by the engine generator manufacturer. Provide tank with the following: a) Fuel level gauge b) Drain c) Fill pipe and vent d) Leak detection provisions, wired to the generator set control for local and remote alarm indication. e) High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. f) Integral lifting provisions. g) Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. 8. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall have flexible sections between tank and engine to absorb vibration. 9. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. Fuel 1. Fill fuel tank completely full at completion of construction. Control Panel and Alarm System 1. The Engine control panel shall be integrally mounted to the engine generator assembly on the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. 2. The control shall have automatic remote start capability from a panel -mounted three - position (Stop, Run and Remote) switch. 3. The generator set shall be provided with alarm and status indicating lamps to indicate non -automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high -intensity LED type. 16-27 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 4. Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown below. 5. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: a. Alarms i. Low oil pressure warning ii. Oil pressure sender failure iii. Low coolant temperature iv. High coolant temperature warning V. Low coolant level vi. Engine temperature sender failure vii. Low DC voltage viii. High DC voltage ix. Weak battery X. Low fuel warning xi. Overload xii. Battery Charger Malfunction xiii. Overcurrent xiv. Under Frequency b. Shutdown Alarms i. Low oil pressure ii. Low -Low Fuel iii. High coolant temperature iv. Fail to crank V. Overcrank vi. Overspeed vii. High AC voltage viii. Low AC voltage ix. Under frequency X. Over current xi. Short circuit xii. Emergency stop 16-28 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical c. Engine control panel shall include the following: i. Oil pressure gauge (psi) ii. Emergency Stop Pushbutton iii. Coolant temperature gauge CF) iv. Operating hour meter (hrs) V. Hand-off Auto Selector switch (H-O-A) vi. AC Frequency meter (hertz) vii. AC Volt meter (0-600v) viii. AC Current Meter (Amps) ix. Load Meter (M d. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on activation of any of the following conditions: i. Low Fuel ii. Low -Low Fuel iii. Generator Run iv. Generator Failure (shutdown) Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. Switch Gear 1. Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, molded case thermal -magnetic type, rated as shown on plans. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel -type ammeter with phase selector switch, a panel -type voltmeter with selector switch, and frequency meter mounted on engine control panel. Battery Charger 1. Provide a battery charger for mounting within the generator enclosure. The battery charger shall be current -limited, automatic -equalizing and float -charging type. The unit shall comply with UL508 and include the following features: 2. Operation: Equalizing -charging rate of 5A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float -charging mode and continues operating is that mode until battery is discharged again. 16-29 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. 4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. 5. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC input or do output of battery charger. Either of these conditions closes contacts that provide a battery charger malfunction indication at the monitoring panel. Finishes Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. Color of diesel engine set enclosure shall be of manufacturer's standard color, unless noted otherwise on Plans. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 1. Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. 2. Gloss, per ASTM D523-89, 80-percent plus or minus 5-percent. Gloss retention after one year shall exceed 50 percent. 3. Crosshatch adhesion, per ASTM D3359-93, 413-5B. 4. Impact resistance, per ASTM D2794-93, 120-160 inch -pounds. 5. Salt Spray, per ASTM B117-90, 1000+ hours. 6. Humidity, per ASTM D2247-92, 1000+ hours. 7. Water Soak, per ASTM D2247-92, 1000+ hours. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. Source Quality Control Engine generator unit shall be tested at manufacturer's plant at full load before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. 16-30 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. Part 3 — Execution Installation Install engine in conformity with the plans and manufacturer's instructions and under manufacturer's direct supervision. Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the plans. Site Test Contractor shall provide sufficient fuel for engine generator on -site testing; following completion of testing Contractor shall fill engine generator fuel tank full prior to project acceptance. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. Upon completion of unit installation, carry out running tests. Operate engine for a period of not less than 2 hours at full rated load. A load bank shall be provided by the Contractor for performing the 2-hour load test. Following load testing, five loss -of -power tests must be performed to verify proper operation of ATS and generator with power being supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when the largest single step of the rated load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. Owner's representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. 16.91.2 Portable Diesel Engine Generator Set Part 1— General Design Criteria Provide one self-contained, exterior rated, trailer -mounted standby engine generator system to operate the load criteria listed in the rating section of these specifications during prime power failure conditions. The supplier of the portable engine generator shall be responsible for obtaining the necessary permits including environmental requirements of National, State and local environmental regulatory agencies in order to operate the portable generator in the State of Washington and be conveyed on public thoroughfares. Insulate, enclose, or guard exposed parts subject to high -operating temperatures or energized electrically, and moving parts which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. 16-31 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. Design, construct, and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and proof of torsional acceptability shall be provided by the manufacturer. Performance Criteria The engine generator set provided shall not have a standby rating less than 60 kW at 0.8 PF with fan. Rating of diesel engine -generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. Generator shall meet the following requirements: • Standby rating — 60 Kilowatt • Voltage — Adjustable. 277/480 volts, 120/208 Volts • Phase — 3 phase • Frequency — 60 Hertz • Insulation — Class H • Wiring —12 lead reconnectable • Ambient Temperature — 115 degrees F (max), -20 degrees F (min) Allowable temperature rise in the generator shall not exceed 257 degrees F over 104 degrees F ambient temperature. The alternator shall produce a clean AC voltage waveform, with not more than 5 percent total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3 percent in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. The generator set shall accept a single step load of 100 percent of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating, and shall meet all applicable exhaust emission requirements at the time of commissioning. 16-32 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Submittals The following information shall be furnished: Evaluation of engine generator size based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. Refer to Plans for electrical load details. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. Literature describing the diesel engine generator set. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: • Engine make • Number of cylinders • Bore (in inches) • Stroke (in inches) • Generator make and type • Generator electrical rating, kVA • Cubic inch displacement Fuel oil consumption • Exciter and type • Horsepower at rated load • Enclosure size, exterior dimensions • Trailer size, exterior dimensions Provide factory test results. See Source Quality Control below. Provide field test results. See Site Test requirements under Part 3 of this specification. Provide five (5) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. Project Conditions Engine generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: • Ambient Temperature: 10 degrees Fahrenheit to plus 115 degrees F. • Altitude: Sea level to 1,200 feet 16-33 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Warranty The electrical standby system, including the engine generator set, exerciser and transfer switch, shall be guaranteed for 2 years or 1,500 hours operation from date of start-up service and acceptance, whichever occurs first. Extra Materials A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. The following spare parts shall be furnished: 3 - Sets of fuel filter elements and gaskets 3 - Lubricating oil filter elements and gaskets 3 - Air cleaner filter elements 2 - Complete sets of V-belts including fan and alternator drive belts Part 2 — Products Manufacturers Subject to compliance with these specifications, the following manufacturers are approved for bidding: • Cummins • Caterpillar • MTU Ensure engine generator and accessories are provided by the above -named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. Manufactured Units The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs, or brochures, and represents the latest production model. Components Generator Generator shall be a revolving field, 4-pole brushless connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. Voltage Regulator Engine -generator unit shall have a steady state voltage regulator. Generator set shall be capable of recovering to a minimum of 90 percent of rated no load voltage following the 16-34 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15 percent. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. Electric Starting System Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries for the portable generator shall be housed in a heavy duty mounting rack bolted to the trailer frame. Location of battery housing shall not interfere with maintenance and inspection of the engine. Cooling System Cooling system shall consist of frame -mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 105 degrees Fahrenheit ambient temperature. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high -coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. Provide cooling system water heaters suitable for operation on a 120-volt, 60 Hz current to maintain engine water temperature at 120 degrees Fahrenheit at an ambient temperature of 50 degrees Fahrenheit. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling system with a mixture of water, anti -freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of -20 degrees Fahrenheit. Provide generator cooling system heater with a (25) foot SO cord with a 20 amp, 2-pole, 3-wire, 125 volt rated male plug connection for supplying power to the proposed coolant heater through a plug-in connection. Air Cleaners Engine shall be provided with one or more dry -type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. Governor System An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. 16-35 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Lubrication Engine shall have gear -type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring -loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. Portable Engine Generator Trailer The portable engine generator set shall be factory assembled and aligned on a structural steel frame and trailer. The assembly shall be constructed to ensure the proper alignment of all rotating parts during operation and transit. The enclosure shall completely enclose the engine, generator, controls and cooling system, and shall be suitable for outdoor storage without corrosion or equipment deterioration. The trailer shall have a Gross Vehicle Weight Rating (GVWR) of 125 percent of the total weight of all installed components, including but not limited to, generator/engine assembly plus all fluids, sound -attenuated enclosure, fuel tank, fuel, and accessories plus 100 percent of the weight of the trailer. GVWR shall be at least 125 percent of payload weight plus the curb weight of the trailer. The towing hitch assembly shall be rated for the GVWR of the trailer. The trailer weight distribution shall be such that the trailer has adequate positive tongue weight. The trailer shall have tandem axles with DOT approved electric brakes and appropriately rated transport tires and rims for the applicable load range. Breakaway lock -up shall be provided so the brakes can be set and locked for unattended operation. Brakes shall be on each wheel. Each axle shall be rated to meet the GVWR requirement specified for this project. Dual wheels and tires on each side of the axle will be acceptable. The complete engine generator with trailer set shall be street legal and licensable per Department of Transportation (DOT) requirements for operation in the State of Washington on highways and streets. The complete engine generator set lighting system shall meet ICC and Washington State licensing requirements. The Supplier shall provide a Manufacturers Statement of Origin (MSO) and a dealer transfer of title form at time of delivery to the Owner for licensing. The Supplier shall supply temporary licensing for transporting engine generator set to the Owner for testing and final delivery. The maximum allowable travel mileage on the trailer prior to final delivery to the Owner shall be less than 500 miles. The trailer shall have the following accessories: 1. Pintle hitch 2. Front retractable dead stand 3. Rear license plate holder 16-36 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 4. Fenders, bumpers with recessed lights, hub caps 5. Two safety chains with grab hooks 6. Four wheel blocks (two for each side of the trailer) for setting when the trailer is parked 7. ICC safety equipment (reflectors, Stop/turn/tail/license lights) 8. Cable storage box with hinged lockable lid 9. Spare wheel, tire and carrier 10. Double rear load leveling jacks 11. Walking platform around EG set suitable for maintenance personnel to access control panel. 12. Exterior flood light (switched) and rotating emergency beacon (24-volt DC) 13. Control panel light (backlight and flood light) (24-volt DC) The enclosure shall have the following accessories: 1. Exhaust silencer mounting brackets 2. Oil, water and fuel drains outside the housing 3. Fuel filler with locking cap Outdoor Weather Protective Enclosure The engine generator systems shall be provided with sound -attenuated enclosures to reduce noise emissions, protect the systems from excessive dirt, dust, ash, weather and vandalism. All access doors shall be provided with metal case cylinder style locks. Provide 4 keys for generator enclosure locks. The housings shall be factory installed and allow easy access to the engine - generators and the control panels. The control panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure doors shall not be wider than 36 inches each to allow for convenient access to the enclosure interior. The enclosures shall provide a sound level at full load no greater than 75 dB(A). This sound level shall represent the average measurement taken at eight points located equidistant, 23 feet from the center of the engine generators at full load. The enclosures shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. Housings shall provide ample airflow for generator set operation at rated load in an ambient temperature of 115 degrees F. The housings shall have hinged access doors as required to maintain easy access for all operating and service functions. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. All sheet metal shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 16-37 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. Gloss, per ASTM D523-89, 80% plus or minus 5 percent. Gloss retention after one year shall exceed 50 percent. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. Impact resistance, per ASTM D2794-93, 120-160 inch -pounds. Salt Spray, per ASTM B117-90, 1000+ hours. Humidity, per ASTM D2247-92, 1000+ hours. Water Soak, per ASTM D2247-92, 1000+ hours. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant and designed to minimize marring of the painted surface when removed for normal installation or service work. Enclosure shall be constructed of minimum 12-gauge steel for framework and 14-gauge steel for panels. All hardware and hinges shall be stainless steel. A factory -mounted exhaust silencer shall be installed inside the enclosures. The exhaust shall exit the enclosures through a rain collar and terminate with a rain cap. Exhaust connections to the generator sets shall be through seamless flexible connections. The enclosure shall include the following maintenance provisions: Flexible coolant and lubricating oil drain lines that extend to the exterior of the enclosure, with internal drain valves. 2. External radiator fill provision. Exhaust System Muffler shall be rated as necessary to comply with City of Bonney Lake, Pierce County, and Washington State noise emission standards, and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. All exhaust piping, including silencer, and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211, and shall comply with recommendations for exhaust systems as specified by the diesel engine manufacturer. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support the exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. Provide a condensate drain for the muffler through a petcock. 16-38 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Fuel System Engine shall operate on automotive diesel fuel complying with the limiting requirements of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. Fuel injection pumps shall be positive action, constant -stroke pumps, actuated by cam - driven gears from engine camshaft. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. Equip fuel system with racor-type, water -removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. Provide portable generator with a dual wall fuel tank mounted to the trailer underneath the engine assembly for engine fuel supply. The portable generator fuel tank shall be baffled to minimize fuel slosh and load transfer during towing, and shall be hydrostatically tested after installation. The tank shall have an integral fuel level gauge, exterior lockable fill connector, exterior rain proof vent, flexibly connected suction and return lines and a drain line routed through the steel base plate. The tank, as installed shall meet all local and regional requirements for above ground tanks. Tank shall be especially constructed for mounting in these locations by the engine generator manufacturer. Provide tanks with the following: 1. Fuel level gauge 2. Drain 3. Fill pipe and vent. Manufacture shall refer to the structural drawings to insure that the walking platform around the stationary engine generator does not interfere with fill pipe and vent. 4. Leak detection provisions, wired to the generator set control for local and remote alarm indication. 5. High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. 6. Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. 16-39 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall have flexible sections between tank and engine to absorb vibration. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. Fill fuel tank completely full at completion of construction. Control Panel and Alarm System The Engine control panel shall be integrally mounted to the engine generator assembly on the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. The control shall have automatic remote start capability from a panel -mounted three - position (Stop, Run, and Remote) switch. The generator set shall be provided with alarm and status indicating lamps to indicate non- automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high -intensity LED type. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: Alarms 1. Low oil pressure warning 2. Oil pressure sender failure 3. Low coolant temperature 4. High coolant temperature warning 5. Low coolant level 6. Engine temperature sender failure 7. Low DC voltage 8. High DC voltage 9. Weak battery 10. Low fuel warning 11. Overload 12. Battery Charger Malfunction 13. Overcurrent 14. Under Frequency Shutdown Alarms 1. Low oil pressure 2. Low -Low Fuel 3. High coolant temperature 16-40 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 4. Fail to crank 5. Overcrank 6. Overspeed 7. High AC voltage 8. Low AC voltage 9. Under frequency 10. Over current 11. Short circuit 12. Emergency stop Engine control uanel shall include the following: 1. Oil pressure gauge (psi) 2. Emergency Stop Pushbutton 3. Coolant temperature gauge (°F) 4. Operating hour meter (hrs) 5. Hand-off Auto Selector switch (H-O-A) 6. AC Frequency meter (hertz) 7. AC Volt meter (0-600v) 8. AC Current Meter (Amps) 9. Load Meter (M Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. Generator Control Connections The generator shall have a readily -accessible terminal block location for means of connecting a control cable. Terminal blocks for the following signals shall be included: 1. Generator Remote Start 2. Generator Not in Auto Alarm 3. Generator Fail Alarm 4. Generator Low Fuel Alarm 5. Generator Run Status Switch Gear Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, molded case thermal -magnetic type. Mount breaker in engine control panel. Field 16-41 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel -type ammeter with phase selector switch, a panel - type voltmeter with selector switch, and frequency meter mounted on engine control panel. Batter�: Charger Provide generator battery charger mounted to the portable generator with a (25) foot SO cord with a 20 amp, 2-pole, 3-wire, 125 volt rated male plug connection for supplying power to the proposed battery charger through a plug-in connection. Operation: Equalizing -charging rate of 5A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float -charging mode and continues operating in that mode until battery is discharged again. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC input or do output of battery charger. Either of these conditions closes contacts that provide a battery charger malfunction indication at the monitoring panel. 120V Convenience Outlet Provide portable generator with a duplex, 20 amp rated convenience outlet for use by the City when the generator is in operation. Provide circuit breaker, transformer, conduit and wiring to provide the convenience outlet. EG Mounted Generator and Receptacle Cabinet The proposed portable engine generator shall each be provided with a NEMA 4 stainless steel enclosure with Crouse -Hinds 200 Amp Arktite receptacle. Receptacles shall be female. Source Quality Control Engine generator unit shall be tested at manufacturer's plant at full load before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. 16-42 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. Part 3 - Execution Installation Provide engine generator to Owner's shops. Coordinate delivery schedule, site test and time with Owner. Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the plans. Site Test Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. Upon delivery of unit installation, carry out running tests. Operate engine for a period of not less than 2 hours, in which five starts of the engine generator set shall be made and power supplied to load bank. Engine generator shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when sudden application of rated load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. Owner's representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. Contractor shall provide load bank for site test. Contractor shall provide fuel for site test. 16.92 Transfer Switches 16.92.2 Automatic Transfer Switch Part 1— General Design Criteria The transfer switch shall be shall be NEMA 4X (Stainless Steel) rated and equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3-phase. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all classes of load and continuous inductive duty. The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of 42,000 Amps. The switch shall be capable of enduring 6000 cycles of complete opening and closing at rated current and voltage at a rate of 6 cycles per minute without failure. 16-43 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical The switch shall be double throw inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously. The operating current shall be obtained from the source to which the load is to be transferred. Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting current. All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts. Part 2 — Products Manufactured Units The automatic transfer switch shall be supplied by the Manufacturer of Engine generator system. Components The transfer switch shall include the following accessories: Undervoltage Sensor: Adjustable solid state low voltage sensing relays (pick up 85 to 98 percent of normal voltage set at 98 percent; drop out 75 to 100 percent set of 90 percent of pickup setting). Provide for each phase on both utility and backup power sources. Time Delay Start and Stop on Drop Out: Solid state adjustable time delay on start (0 to 15 seconds). Set start delay for 15 seconds. Timer will send start signal to gen set CP, where louver timer will allow 15 second delay for louvers to open prior to starting gen set. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after normal power is restored and retransfer occurs. Set at five minutes. Time Delay Transfer and Retransfer: Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at five minutes for retransfer to normal. Set at three seconds for transfer to emergency. With or Without Load Selector Switch: Switch to select exercise with or without station load. Normal -Test Switch: Switch such that in the "Normal" mode the transfer switch will operate automatically and in the "Test" mode the generator will start for test purposes. This switch shall work in conjunction with the "With" or "Without" load switch. Exerciser Clock: Provide solid state exerciser clock to set the day, time, and duration of generator set exercise/test period. Provide with/without load selector switch for the exercise period. The exerciser clock shall have the capability to program two separate exercises. Programmed Transition: The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 0.5 to 60 seconds when transferring from on-line power source to the other to allow residual voltages to decay before application of the source. Set at 60 seconds. Position lights for normal and emergency potions indication and for normal and emergency power available. 16-44 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Switch position indication limit switches for normal and generator positions. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS common trouble alarm, 3) Normal Position. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5-inch, analog, 2-percent accuracy. Provide a phase selector switch to read L-L voltage and current of both power sources. Operator Interface Display: Provide operator interface display that allows operators to adjust all settings and see all values. Control Board: Provide current generation hardware and firmware for the control board. 16.95 TESTING 16.95.1 Common Work for Testing Part 1— General Submittals Test reports shall be submitted to the Engineer prior to final acceptance in accordance with Division 1.33 of these specifications. Scheduling and Coordination The Contractor shall inform the Engineer in advance of testing in accordance with the requirements listed in Division 1 of these specifications. Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as intended. Part 2 — Products Source Quality Control Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. Part 3 — Execution Site Testing Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. 16-45 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical Insulation Resistance, Continuity, and Rotation: Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. Electric Motors: Perform voltage, current and resistance tests on all motors 1/2 horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500-volt megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not exist. Conduct special test as required for service and/or system ground. Contractor shall conduct a point-to-point test of all reconnected instrumentation and control wiring at each telemetry panel. Contractor shall confirm test with Engineer and Owner present, during startup. Contractor shall provide a qualified electrician for the duration of the testing to demonstrate and troubleshoot all wiring connections to Engineer. Field Quality Control General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. Operational Tests: Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. 16-46 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.do— 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 16 - Electrical 16.95.3 Conductor Test Report Conductor Test Report Page 1 of 1 PROJECT: OWNER: Contractor Co. Name: Tested by: Phone Number: Test Date: Race- V C way Operating Load Voltage Insulation Resistance - OHMS Label 1 (2) (3) VAB VCB VCA VAN VBN VCN A-B B-C GA A-G B-G C-G A B D L F G Refer to raceway and wire schedule and one -line diagram for description of feeder identified by label shown on this report 2. Visual Inspection — Check when completed 3. Continuity Test — Check when completed 16-47 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\16 Electrical.docx 2/11/2019 12:32 PM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 17 Automatic Control (Not Used) 17-1 Z:\Bothell\Data\REN\l17-037\Specs\PH 1A\Tech\17 Automatic Control.docx 2/11/2019 12:34 PM © 2019 RH2 Engineering, Inc. THIS PAGE INTENTIONALLY LEFT BLANK Division 18 Measurement and Payment 18.0 GENERAL It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal, but required according to the plans and specifications and general practice, shall be included in Contractor's bid price. Bid Item 1— Mobilization, Demobilization, and Cleanup Lump sum price covers complete cost of furnishing, installing and testing, complete and in -place, all work and materials necessary to: move and organize equipment and personnel onto each of the multiple job sites; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction, move all personnel and equipment off site after contract completion, cleanup site prior to final acceptance; providing temporary erosion and sedimentation control; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10 percent of value of total contract. Bid Item 2 — Trench Safety and Shoring Lump sum price shown shall cover the complete cost of trench safety and shoring including: all labor, materials, and equipment for the installation of the shoring work as detailed in the contract specifications; as required by applicable codes and standards, whether shown on the Plans or not. Payment shall be lump sum based on percentage of completion. Bid Item 3 — Magnetic Markers The unit price per each shall be full compensation for furnishing and installing the magnetic markers along the existing force main as shown on the plans and detailed in the specifications. The work associated with this bid item includes but is not limited to the following: locating, surveying, and potholing the existing force main using a vactor truck as outlined in the Specifications; providing and installing the magnetic markers; providing record information; backfill and repair the potholes; providing traffic control. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed below. Payment shall be per each of the magnetic markers installed. Extra work beyond what is described in the Specifications will be paid using the Minor Change bid item. Bid Item 4 — Vactor Piping Improvements Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing the vactor piping extension as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. 18-1 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 18 — Measurement and Payment Bid Item 5 - Landscape Restoration The unit price per square foot shall cover the complete cost of providing all work, materials, and equipment necessary for the landscape restoration from the magnetic markers and force main access ports installation. The work includes but is not limited to the following: restoring the landscape area to existing or better condition as shown on the plans and detailed in the specifications. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. Payment shall be per square foot of landscape restoration as directed by the City. Bid Item 6 — Asphalt Restoration The unit price per square foot shall cover the complete cost of providing all work, materials, and equipment necessary for the road repair from the magnetic markers and the force main access ports installation. The work includes but is not limited to the following: place and compact the proposed crushed surfacing top course, and place and compact HMA as shown on the plans and detailed in the specifications. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. Payment shall be per square foot of road repair as directed by the City. Bid Item 7 — Concrete Restoration The unit price per square foot shall cover the complete cost of providing all work, materials, and equipment necessary for the concrete sidewalk or driveway from the magnetic markers and force main access ports installation. The work includes but is not limited to the following: place and compact the proposed crushed surfacing top course, and place and restore concrete sidewalk or driveway as shown on the plans and detailed in the specifications. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. Payment shall be per square foot of concrete sidewalk or driveway as directed by the City Bid Item 8 — East Valley Lift Station Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for filling the emergency storage chamber inside the wetwell with concrete; core drilling the existing wall; providing temporary pumping and installing pipe between the emergency chamber and wetwell as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. 18-2 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 18 — Measurement and Payment Bid Item 9 — East Valley Lift Station Mechanical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for adjusting the existing pump and railing system inside the emergency storage chamber; and installing a pigging port inside the existing vault as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 10 — East Valley Lift Station Electrical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for all East Valley Lift Station electrical work as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 11 - Lind Avenue Lift Station Force Main Access Ports The unit price per each shall cover the complete cost of providing all work, materials, and equipment necessary for the installation of the force main access ports, structures and piping including providing traffic control; providing temporary pumping as shown on the plans and detailed in the specifications. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed above. Payment shall be per each force main access ports installed. Bid Item 12 — Misty Cove Lift Station Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for modifying the abandoned wetwell into a sanitary sewer manhole as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 13 — Misty Cove Lift Station Mechanical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing a pigging port as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 14 — Piper's Bluff Lift Station Site Work Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing an access gate on the existing fence as shown on the Plans and detailed in the contract. Payment shall be lump sum upon completion. 18-3 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 18 — Measurement and Payment Bid Item 15 — Piper's Bluff Lift Station Force Main Access Manhole The unit price per each shall cover the complete cost of providing all work, materials, and equipment necessary for the installation of the force main access manhole and piping including providing traffic control and temporary pumping as shown on the plans and detailed in the specifications. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed above. Payment shall be per each force main access manholes installed. Bid Item 16 - Piper's Bluff Lift Station Structural Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing the ceiling and roof vent at the existing electrical building as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 17 — Piper's Bluff Lift Station Electrical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for all Piper's Bluff Lift Station electrical work as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 18 — Shy Creek Lift Station Site Work Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for removing existing pad and asphalt; installing the proposed emergency generator pad; perform fine grading; and place and compact HMA as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 19 - Shy Creek Lift Station Structural Lump sum price shown shall cover the complete cost of providing all work, materials, and equipment necessary for the coating removal inside the existing wet well and valve vault and preparatory work, chemical grouting, and cementitious grouting of the valve vault to stop flowing leaks as shown on the Plans and detailed in the contract. The lump sum price shall include full payment for all labor, materials, supplies, equipment, and tools necessary to pressure -wash the interior of the valve vault, remove loose grout, inject chemical grout through the valve vault wall to stop flowing leaks, apply filament -reinforced cementitious grouting, and any other work necessary to stop leaks. Costs for removal and off -site disposal of waste material and necessary safety equipment and ventilation, shall be included in this pay item. Should the existing valve vault be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the Owner shall be included in this pay item. Payment shall be lump sum. 18-4 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 18 — Measurement and Payment Bid Item 20 — Shy Creek Lift Station Mechanical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing a pigging port inside the existing vault as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 21— Shy Creek Lift Station Electrical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for all Shy Creek Lift Station electrical work including emergency generator pad as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. Bid Item 22 — Stonegate Lift Station Coating Removal Lump sum price shown shall cover the complete cost of providing all work, materials, and equipment necessary for the coating removal inside the existing wet well as shown on the Plans and detailed in the contract. Payment shall be lump sum. Bid Item 23 — Stonegate Lift Station Force Main Access Ports The unit price per each shall cover the complete cost of providing all work, materials, and equipment necessary for the installation of the force main access ports, structure, and piping including providing traffic control, providing temporary pumping as shown on the plans and detailed in the specifications. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed above. Payment shall be per each force main access ports installed Bid Item 24 - Stonegate Lift Station Force Main Access Manhole The lump sum price shall cover the complete cost of providing all work, materials, and equipment necessary for the installation of the force main access manhole and piping including providing traffic control and temporary pumping as shown on the plans and detailed in the specifications. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed above. Payment shall be lump sum based on percentage of completion. Bid Item 25 - Stonegate Lift Station Mechanical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing a pigging port inside the existing vault as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion. 18-5 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 18 — Measurement and Payment Bid Item 26 — Stonegate Air/Vac Modifications Lump sum price shown shall cover the complete cost of providing all work, materials, and equipment necessary for modifying the existing air vacuum release valve assembly including traffic control and surface restoration as shown on the plans and detailed in the specifications. Payment shall be lump sum. Bid Item 27 — Rainier Lift Station Electrical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for all Rainier Lift Station electrical work as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion Bid Item 28 — Oakesdale Lift Station Electrical Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for all Oakesdale Lift Station electrical work as shown on the Plans and detailed in the contract. Payment shall be lump sum based on percentage of completion Bid Item 29 — Portable Engine Generator Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for the portable engine generator as detailed in the specifications. Payment shall be lump sum based on percentage of completion. Bid Item 30 — Minor Change Payments or credits for changes amounting to $10,000 or less may be made under the Bid item "Minor Change". At the discretion of the City, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes, in the Washington State Department of Standards and Specifications Manual. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04.5, Procedure and Protest by the Contractor, in the Washington State Department of Standards and Specifications Manual. Payments or credits will be determined in accordance with Section 1-09.4, Equitable Adjustment, in the Washington State Department of Standards and Specifications Manual. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the Bid by the Contractor Bid Item 31— Construction Records Lump sum price shown shall cover the complete cost of providing all mark-up plans necessary for the Owner to create accurate construction records as detailed in the 18-6 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. City of Renton Winter 2018/19 LS and FM Improvements — PH 1A Division 18 — Measurement and Payment specifications. The work includes surveying all structures and utilities to determine their constructed locations and elevations, records of all mechanical and electrical equipment for maintenance purposes. Failure to comply with the as -built requirements and furnish acceptable construction records will result in non-payment of this bid item. Payment for this work will not be made prior to the final payment. Cost for this bid item shall be $5,000. 18-7 Z:\Bothell\Data\REN\117-037\Specs\PH 1A\Tech\18 Measurement and Payment.docx 2/11/2019 12:38 PM © 2019 RH2 Engineering Inc. THIS PAGE INTENTIONALLY LEFT BLANK Appendices THIS PAGE INTENTIONALLY LEFT BLANK Appendix A CONSTRUCTION RECORDS THIS PAGE INTENTIONALLY LEFT BLANK MISTY COVE LIFT STATION CONSTRUCTION RECORDS THIS PAGE INTENTIONALLY LEFT BLANK ��{1 i � iQ mil✓ PIPER'S BLUFF LIFT STATION CONSTRUCTION RECORDS THIS PAGE INTENTIONALLY LEFT BLANK LLI Q z C) LLJ 0 CK r1 a R 2 h Co A 1 -G t 11 2 5 n .v _ EJ J C LL. J m cn W 0- 0- . NE 114 SECTION 10, TOWNSHIP 23 N, RANGE 5 E, W.M. --jr ,�,.- ___ y I I X y - i---I------•----- ------------•---•...--------..._ . .. t:;� -- ---r --'_ Y. _� - ... -.. , IPER S BL fjj j j ; a^`�: I'' . r ..- .- .. -- . _ ....... 4• [ i - 5 .. ..... - _ _ , -I . t�$F- � , � . . ". QQppty{( . . _. _ L . : J ` . . 1 L -'II i ! If 1 ? E 4 { - . .-- _ — -.— ,-___ -�_-____--.--_ __--- -_ r -.. Ov,i2�17" ! ' '` _.. - 1, .-..—_. - _ ._-_ - _ yl� - % , `l��11 T 7 € e fj . - , - , "... � �' __ _, ``� i}l�� + - . , Y '' r r �`r r 1 ....../'4 i 1 i ss�,1s f _3- - - ROAD 'A + ..-..-- - -- - - --- .- —_ � �06.� , - _ —� .1. _ {_ - - .. ` i . _ 2a. 5' .. - - - - - - - ` P�,f s ;E 6 `.;` --�-- i 4 -- -- `' y -- 1. r - • --- e..........� .. _ .....- ... - Y�I.` it {. ..... _ _ -- - --- -- T_ - - { - -- - - - .-. , - r - - f -- _.-- I -_ k - -- _ �.._�=- - ......... _ .- . - _...-....._......... _ .. .. a n r O 44 5 ' ,-�...:......-.: �:w•..� .�, r. N 77"W - - a - r - _ m - •. ... \ , . t 51.14L _ ,. — _ - 5]. - — _._ / :;-- �� IF vx 51.14 ,.. - - - - to ` � ~'''•h 51 - W)l � :L I l 1= f�l..lfdF C)f E..f r\ ; , / 14 �51 r7.. ao ... _ ,. 9 - \ .� a ..� .. �' iY'� 14 �• I .... _._ 1 "5T%_ _ _. 1. ` ... Olt I ' I - PARCEL A � ALLEY ` "I - -- - ---% ` , ' ` N �J \ ` _ 3 r : ; \ p �•y•� �� . I 7 ' o , 2 ❑ 3 3 4 3 5 5 � 7 4.988 sq.ft. _ . .......%��:r; ', ` R W \ I s, , 5,3p8 s ff. "? n 4; 566 s ft. l� " `� 4, 566 sq. ft. " N 4 566 rq. ft. 0 4, 566 sq. ft. ❑ 4 566' ft. 4, 566 s . ft. v F. F1.. EL. 436.3 t I' ;� F.F. EL., 455 0 Q F.F. EL. 454.5 a P F.F. EL. 451.0 � h F.F. EL. % 48.9- -_ n n F.F. EL. 445.0 r `•F.F. EL. 441.1 , "� N F.F. EL. 437.591 ` I r a �, �, \ W� ARCEL C TRA T Q '', Lr 1 i ` \ 5i - I (did �01 p ` 0 `. f/ o p \ °' v 0, � ti G ` \ _(11 ; _ . _, � I \ N .. _ .. - '10,740 39. R. 1 r \ f �� \ 1 \ I � ;f.9. \ \ ?% _ �" Y \ N6872'17"W 1 • - i \ 3 t -- n I \ \ Y, n L. a 51.14 4� 51.14' _ _ ___51.1_' n ri — `� ❑ \ 1 ;l� ` to a _ - \ •� -••� `1 D ii7 _ _ _ _ _ ._ 42 ALLE ,' , 1 -1 .i,,r, I I I 3 Y A14' 43 51.14'' tn 'N I 9 `` � v � �, `` �'�`' (` o :� �N �. I/ 'r n �, - `, ,\ f --- - I - %"< f�2!! N8i 87? 7"W 4 51.14' v 4,551•s ft. ` \v 't�� \'A W) ' r� f I s �'f - t? . oa , ! � ' -- --- \ F. F. EL. 442. 6 ` _ Q a f I I 1 - l r , \ to a A - - F — \ \% \ [� \ \ I ; y! 1 t f \ iI , f Al"\\ ff 2 �� ` PARCEL D t I c- ', (' - '' 1, I . f ! y LLB L •` 3 , f ' ... .. L,+✓ 7 `, I1 i i ` . • 1 �� F L `F j kk _ _ _. _ _- . _ Nast' CT A _- _ . N 'l 11 `\ �% ❑ �6 3 3 ` 3 2'17"W. r t ) `pry_ 75 y r 3 ++ N <'k L n [ 5,309 s . ff. N �/ TRA t - r , 1-; ❑ -Z �� rr] 1 n \ q +� 4,562 sq. ff. N j� . _ .... 4,562 s ft. N N r N 93 ;� ❑ �� p 8 8 +q , i i STORM DRAINAGE &WATER [QUALITY t � ` LLJ � v I F.F. EL. 460. 0 9 F F ' EL 456.0 A q u n , . 4; 562 s�T: ft. N 4, 562 s . ft. �V `V 4 562 s . ft. '° "' 1 I W g . ;E,T ` \ f, �Y 1 a p v a F.F. EL. 454.:' F. F. EL. 452. 0 �' P 450.0 n q N n, ,, r z ¢ n `, y I o °� v FF EL. Po FF. EL. 448.0 ai 4,562 sq.ff. 13% SEW (PR►uA7 j TION €i - r !_;1 " \� v� ❑ oa v F.F. EL. 446.0 { r `, \ \ i s ( , I t 5, 197 sq. ft. \ ' 2D 771 S�. R € \ �p�p ` i L r � FF. EL. 4467%, ; \` \ Q \ 1 . f r \ -. Q 'i �� - N --- - - I , ' 8 , �sl \ , ,I .0 =- `\ 1 f ,,IT ' 1 , ,'+. yr 1 , --- - - - -- - - ` --•--• •— -- -- 1 i11",r '/f/o �rl�%C - )�o _ -.. - . _ 1 • ��v - 1 �' t ❑ `� `r I -- ` - - \, �' %1 i V \ , ti r 2 \ I N. 4y 1 % l9. 1 6•�. 11 -- �- �- - r - -- — — r 51 - - 14' -._... f Ii " 51.1,4 - _ - . v _ ,•, 51.1.1' ' - v � r it ,�-.. 51.14' � Fz � ' � - s88`f2'i7"E _,. a,. 51.14'L-�9: �� Il 1 ! ` . - % R 1 _ � 'r 1 C; ., 5, .. c _i 01 r� .L �•.... I r ` . �'! - "_:_'� �-� - r--f .� 1. 13 +� ++ ', ` ay�� F SS9 i11 '09"E - ', \ �.� RD D A r4 , , f 1 ` I nr• ''- - - -� r \ !�`L� . �,�6,.� 2.55 - N89171 09 W. ; iy89b1 �09"w ; W,1 4 ` e 1 o ` \ 0 p o 50.01 , , 1 = `�$' r` 'jr • ` IjN .. I , . . \ ' - ___ , . - � I " I I � 11 + 22.5 --- 60.6 \ - - •_ N88_ '12'17"W 5.\ ' ..V 'p 2. 6,9" � t 1 X . 3 000' 44.58' \ 51.21' 51.21 •-+ ?;il..; .< r.» �r /, it �l , ---�•� 4 6'- , 5 "I I\ � [`I ry�y `� 51:21 -,.. , > : 51.22' .-� _: �. �-- _ - . - p�' -_ - _- -- -- ✓ 51. 51.23 Rom\ S89i71 D9" \ l 42.31 L 92 , I- -- -- - % i - f/ /��f/� ��-�f.- f f= �r% ti, TRACT D, ,� r! ` I P A R C E L B ' ` \ \ 2v Jwnrr USE DRIVEwa r ;��+', , _ - ---- �­­ . �`� I \ &asolsl rI' ;; TRACT "C' ;. � 1 w Lu 9 7776.E PRESERVATION T RAcf, � o- �: 3 , , 1 1 1" i.. 17 , L 1+ a , 3 3 ' i _. L" \ + " (SiE WNG LOTS , 6,998sq:'ft.�' e ) `\ f " _ -• % 78 u� N 1 ❑ 3 3 ` 3 'N N N 27 AND 28) i4 N . \ '' N �5 23 sq. ff. \ P 4, 502 sq. ff. !v. n 4 501 s ft. ° +` 20 IN �, °❑' -!N� 2� °' 23 r. ,mar a ' 3 n; P rn \ n F� \ 'an z f • FF. EL. 465.0 :� Q , , a• �, 4.5DD sq. ft. n ro 24 N 25 . 2fi ❑ P. 28 \ o . . � , ;' i n F.F. EL. 463.E ❑ F F, EL. 462. 7 ❑ ❑ !` Q 4, 500 sq, ft. ^ v 4, 5O0 sq. ft. n oo Ri, ❑ 2T v � , . Ili!r s . , EF s v v F.F. EL. 46 ]. 6 "� ❑ F F EL. 460.5 COA 4, 500 sq. ft. �, !� +` ¢.500 s .'ft. n ; 4, 979 s . ft. \ ❑ , ra f - , 2 o 'v F.F. EL. 459.0 ro P a � a 5, 725 s ft. 2 Y' .� � f f � � ❑ F. F. EL. 45Z 0 ro a F.F. EL. 453.0 • � W0 P F. F. EL. 448.9 4, 958 sq. ft. q - , n � 1 � F.F. EL= 443.0 ` \ ` Y J [ , ! s%,{{ t ❑ $ F.F. EL. 444.1' r `i . .,l \ - --- --- p .L [ % € . __ / , \ _.. I f • 1[ .! i •1 Fr i f l 1' ti.-..!' \ �' ��y i fr17 { -_.. __ _-.... _.. { � -• E y r F _.-. -- -�---� f .. 1 frf 'i�' .. -, .7 r- ... � � i ~ y/ j I _ t q n l 0 __ •__ -- J -. 60. D3., l! \ 51.21„' Il , f'f%i�lJ %!.`LifY�r% ! f , 1 - .-. .-_. .11 __ \ _1 \ \ `. �,�� 9 ! � �� [ 51.21_- -- .-_ _. - - - - - _..-_ 51- 51 ` . - _•� -, T '. NOTE 22 5 1.22' , 51.23' 51.23; 5146' ' j �'• , _ - :� \ i i , , r. 1> _ [.I� ".. �!. ,�• �7. ! � � f�F.. � �� i � 3f5 W 831.34' I f I���f %`S � 1. . SQ55 50iD2' t ,, `---i 5r - 6D.7 ' - i 1 F.F. EL. SHOWN ARE FOR MAIN FLOOR LEVEL% / 1 R I BUILDING PAD ELEVATIONS I , 1 I I i ' ` SURVEYOR'S Na TES LEGAL DESCRIP TION: i- J LEGAL DESCRIPTION (Continued): 1 [ PROJECT CONTACTS: I. ALL 777LE INFORMATION SHOWN ON THIS MAP HAS BEEN EXTRACTED FROM RAINIER 777LE PARCEL A; PARCEL D; APPLICANT / OWNER ................. WESTPA C DEVELOPMENT, LLC INSURANCE COMPANY ALTA COMMITMENT ORDER NO. 631899 DATED MARCH 26, 2012 AS TO PARCEL THE SOUTH 91,2 FEET OF THE NORTH 121.2 FEET OF THE WESTERLY 1/3RD OF THE NORTH HALF THE WESTERLY ONE-774IRD OF THE FOLLOWING DESCRIBED TRACT .................7449 W. MERCER WAY A, ALTA COMMITMENT SECOND REPORT ORDER NO 632213 DATED APRIL 4, 2012 AS TO PARCEL B, OF THE NORTHEAST QUARTER OF THE NORTHWEST QUARTER OF THE NORTHEAST QUARTER OF THE NORTH HALF OF THE NORTHEAST QUARTER OF 774E NORTHWEST .....MERCER ISLAND, WA 98040 ALTA COMMITMENT ORDER NO. 635067 DA TED MAY 17, 2012 AS TO PARCEL D AND FRIST AMERICAN SEC77ON 10, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, QUARTER OF THE NORTHEAST QUARTER OF SECTION 10, TOWNSHIP .................(206 619-2992 717LE INSURANCE COMPANY SUBDIVISION GUARANTEE ORDER h0. 4209--1942044 DATED AUGUST 20, 2012 AS TO PARCEL C; IN PREPARING THIS MAP, D.R. STRONG CONSULTING ENGINEERS INC. HAS CONDUCTED NO INDEPENDENT 777LE SEARCH NOR IS D.R STRONG CONSULTING ENGINEERS INC. AWARE OF ANY 7771.E ISSUES AFFEC77NG THE SURVEYED PROPERTY OTHER THAN THOSE SHOWN ON THE MAP AND DISCLOSED BY REFERENCED 777LE INSURANCE COMPANY COMMITMENTS: D.R. STRONG CONSUL 77NG ENGINEERS INC. HAS RELIED WHOLLY ON THE 777LE COMPANY REPRESENTATIONS OF THE 77TLE'S COND177ON TO PREPARE THIS SURVEY AND THEREFOR D.R. STRONG CONSULTING ENGINEERS INC. QUALIFIES THE MAP 5 ACCURACY AND COMPLETENESS TO THAT EXTENT. 2. THIS SURVEY REPRESENTS VISIBLE PHYSICAL IMPROVEMENT COND177ONS EXIS77NG ON APRIL 18, 2012. ALL SURVEY CONTROL INDICATED AS "FOUND" WAS RECOVERED FOR THIS PROJECT IN APRIL, 2012. J. PROPERTY AREA - 217,369zE SQUARE FEET (4.99011 ACRES). 4. ALL DISTANCES ARE IN FEET. 5. THIS IS A FIELD TRAVERSE SURVEY. A LEICA F7VE SECOND COMBINED ELECTRONIC TOTAL STA 77ON WAS USED TO MEASURE THE ANGULAR AND DISTANCE RELATIONSHIPS BETWEEN THE CONTROLLING MONUMENTA RON AS SHORN. CLOSURE RA 770S OF THE TRAVERSE MET OR EXCEEDED THOSE SPECIFIED IN WAG 332-130-090. ALL MEASURING INSTRUMENTS AND EQUIPMENT ARE MAINTAINED IN ADJUSTMENT ACCORDING TO MANUFACTURER'S SPECIFICA77ONS 6. U71LI71ES 07HER THAN THOSE SHOWN MAY EXIST ON THIS SITE. ONLY THOSE U77LI77ES NTH EVIDENCE OF THEIR INSTALLA77ON VISIBLE AT GROUND SURFACE ARE SHOWN HEREON. UNDERGROUND U77UTY LOCA77ONS SHOWN ARE APPROXIMATE ONLY. UNDERGROUND CONNECTIONS ARE SHO141V AS STRAIGHT LINES BETWEEN SURFACE U77LITY LOCA77ONS BUT MAY CONTAIN BENDS OR CURVES NOT SHOWN. SOME UNDERGROUND LOCA77ONS SHORN HEREON MAY HAVE BEEN TAKEN FROM PUBLIC RECORDS D.R. STRONG CONSUL77MG ENGINEERS INC. ASSUMES NO LIABILITY FOR THE ACCURACY OF PUBLIC RECORDS rt Call! 2 Working Days Before You Dig 1-800-424-5555 Utiliies Underground Location Center (ID,MT,ND,OR,WA) IA Ec32162 ONAL EXCEPT THE WEST 30 FEET FOR ROAD AS CON VE YED BY DEED RECORDED UNDER RECORDING NO. 3263478, SITUATE IN THE COUNTY OF KING, STATE OF WASHINGTON. PARCEL 9; THE SOUTHERLY 117 FEET OF 771E NOR, ; . HALF OF THE NOR THEA 5 T QUARTER OF THE NORTHWEST QUARTER OF THE NORTHEAST QUARTER'OF SEC77ON 10, TOWNSHIP 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, EXCEPT THE WEST 30 FEET ROAD; TOGETHER WITH THE NORTH 15 FEET OF THE SOUTH HALF OF 774E NORTHEAST QUARTER OF 7HE NORTHWEST QUARTER OF 774E NOR7HEAST QUARTER OF SECT70N 10, TOWNSHIP 23 NOR7N, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON; EXCEPT THE WEST 30 FEET THEREOF CONVEYED TO ICING COUNTY FOR ROAD BY DEED RECORDED UNDER RECORDING NO. 3263478, SITUATE IN 7HE COUNTY OF KING, STATE OF WASHIN GTOM. PARCEL C; THE NORTH HALF OF THE NORTHEAST QUARTER OF THE NOR7HWEST QUARTER OF THE NORTHEAST QUARTER OF SEC77ON 10, TOWNSHIP 23 NORTH, RANGE 5 EAST, W M., IN KING COUNTY, WASHINGTON; EXCEPT THE SOUTHERLY 117 FEET THEREOF,• AND EXCEPT THE SOUTHERLY 183.00 FEET OF THE NORTHERLY 213 00 FEET OF THE WESTERLY ONE-THIRD OF SAID NORTH HALF; AND EXCEPT 774E WEST 30 FEET THEREOF CONVEYED TO KING COUNTY FOR ROAD BY DEED RECORDED UNDER RECORDING NUMBER. 3263478, RECORDS OF SAID COUNTY. D. R. STRONG DCONSUL VNG ENGINEERS ENGINEERS PLANNERS SURVEYORS 70604 NE 36th PL, >#10I KIRKLAN,D, WA 98033 O 425 827 3063 F 425.827.2423 www.drstronp. cam 1 l REVIEW COMMENTS #1 (04.03.1 NO. REVISION 23 NORTH, RANGE 5 EAST, W.M., IN KING COUNTY, WASHINGTON, EXCEPT 774E SOUTH 117 FEET THEREOF', AND EXCEPT THE WEST 30 FEET FOR ROAD, • AND EXCEPT THE NORTH 30 FEET FOR ROAD; AND THE NORTH 91.2 FEET OF THE ABOVE DESCRIBED WESTERLY ONE- THIRD. VERTICAL DATUM: NA VD 88 PER CITY OF RENTON VER77CAL CONTROL BENCHMARK: CITY OF RENTON POINT NO. 1907. CHISELED SQUARE IN SE CORNER CONCRETE MAILBOX BASE, HEST SIDE 142ND AVE SE, OPPOS17E HOUSE NO.12014 ELEVA77ON = 472.66 FEET Ii&Iy��e1�:jX,W/00W NO0177'20"E ALONG THE CENTERLINE OF HOQUTAM AVENUE N. PER 774E PLAT OF BROOKERELD N, Va. 224 OF PLATS PAGES 80 -- 83, REC. NO. 20041105000381. ADDITIONAL ND TES RESIDENTIAL HOMES ARE TO BE BUILD WI77.1 THE MINIMUM FINISHED FLOOR ELEVATIONS AS SHOWN ON THE INDIVIDUAL LOTS ENGINEER / SURVEYOR... :........... O.1? STRONG CONSULTING ENGR. ... I ...... I ... 10604 NE 387H PLACE, STE 232 .......... .... KIRKLAND, WA. 980JJ .............. (425) 827-3063 .............. CONTACT LUA Y R. JOUDEH, P.E. STRUCTURAL ENGINEER ............... KOSNIK ENGINEERING, PC ..............10511 19 TH AVE SE ..............EVEI4ETT; WA. 98208 .............. (425) 357-- 9600 .............. CONTACT. DAN KOSNIK, SE GEO TECHNICAL ENGINEER ............ 7ERRA ASSOCIATES, INC. ..............12525 WILLOWS ROAD, SUITE 101 .............. KIRKLAND, WA 98034 ..............(425) 821-7777 ..............CONTACT STEVFN NEEDLES, P.E. TRAFFIC CONSULTANT ................. JTE. JAKE TRAFFIC ENGINEERING, INC. ..............2614 39-M AVE SW .............. SEA T7LE, WA. 98116-.�503 .............. (206) 762-1978 ..............CONTACT MARK J. JACOBS, P.E. LANDSCAPE ARCHITECT ............... VARLEY VARLEY VARLEY ..............1274J NE 1701W LANE .............. WOODINVILLE, WA. 98072 .............. (425) 466-94JO ..............CONTACT: JEFF VARLEY wx 5.22.13 Ufivl SCALE: VEF=.Q - NAVD 1988 SIS As NOTED HpRIZOHTAL HAD 5983,,99, & CITY O F EIESIGHE �` 0RAWH: u RENTON �t ONE INCH DAMM CHECKED I AT FULL scaLE Planning/Building/Public Works Dept, MAI IF NQT OtW- INCH BY DATE I AP P R I APP SCALE ACC°R°INGLY LRJ G NE 17TH ST ��,_v NE 16TH 5T•`a V (7 Izt'i - 4 r_ NE 12T SST z > � < v SfTE m - z m NE LOTH P N 0 NE 1QTH ST C_ SE 117TH ST NE TW PL n v SE _ 18 TH 5T m z 41- z m — I - a] m k -VICINITY MAP 0 I "= I, 500, N O FR`T• H PROJECT DATA: TOTAL EXIS77NG 517E AREA: 217,369 S F' (4.990 ACRES) TOTAL PROJECT AREA: 215,966 S.F. (4.981 ACRES) (INCLUDES 10,337 SF.OF SITE FRONTAGE IMPROVEMENTS ON HOQUTAM AVE NE AND EXCLUDES 10,740 S.F. OF NGPA AREA) SITE ADDRESS• 1166 HOQUTAM AVENUE NE . RENTON, WASHINGTON TAX PARCEL NUMBERS. • 102305-9367, -9002 -9144, AND -9312 PROPOSED NUMBER OF LOTS: 28 EXIS77NG ZONING. • R8 PROPOSED ZONING. • R8 DENSITY PROPOSED/PERMITTED: A %17 D U/ C TRACT "A ": STORM DRAINAGE TRACT, 20,711 S.F. (0.475 ACRES) LAND IN SENSITIVE AREAS' NGPA TRACT 081, 10,740 S.F. (0.247 ACRES) LAND IN PUBLIC STREET 45,557 S.F. (1.046 ACRES) LAND IN CRI77CAL AREAS: 1,949 S.F. (0.045 ACRES) LAND IN CRITICAL AREA BUFFERS: 7,949 S.F. (0.182 ACRES) TRACT "C"• TREE PRESERVA 77ON TRACT, 6,998 SF. (0.161 ACRES) TRACT "D"• JOINT USE DRIVEWAY & UTILITY, 1,060 S.F. (0.243 ACRES) (SERVING LOTS 27 AND 28) SCHOOL DISTRICT. RENTON 1403 ELECTRICITY AND NATURAL GAS. • PUGET SOUND ENERGY WATER DISTRICT WATER DISTRICT 90 SEWER DISTRICT CITY OF RENTON TELEPHONE. • CEN URYLINK SHEET INDEX: LEGEND: C1 OF 18 COVER SHEET AND VICINITY MAP + FOUND MONUMENT AS NOTED C2 OF 18 TOPOGRAPHIC MAP C3 OF 18 T.E.S C. PLAN ®® SET STANDARD KING COUNTY C4 OF 18 T. E: S C. NOTES AND DETAILS ® MONUMENT NTH BRASS DISK STAMPED DRS 37555" IN MONUMENT CASE. C5 OF 18 ROAD AND GRADING PLAN C6 OF 18 ROAD SECT70NS O FOUND CORNER MONUMENT AS AS C7 OF 18 ROAD DETAILS NOTED C8 OF 18 STORM DRAINAGE PLAN C9 OF 18 ROAD AND STORM DRAINAGE PROFILE 0 SET 5/8' X 24- REBAR WITH PLASTIC AND DRAINAGE NOTES CAP STAMPED "DRS 37555" CIO OF 18 ROAD AND STORM DRAINAGE PROFILE C]1 OF 18 ROAD AND STORM DRAINAGE PROFILE x SET MAG NAIL WITH 1 1/2" ALUMINUM AND STORMFIL 7ER DETAILS WASHER STAMPED DRS 37555 C12 OF 18 STORM DRAINAGE DETAILS C13 OF 16 POND SECTIONS AND DETAILS C14 OF 18 SANITARY SEWER PLAN VBF VER77CAL BOARD FENCE C15 OF 18 SANITARY SEWER PROFILE NEW MONUMENT C16 OF 18 SANITARY SEWER PROFILE C17 OF 18 SANITARY SEWER PROFILE C18 OF 18 SANITARY SEWER DETAILS L-01 OF 3 LANDSCAPE AND TREE REPLACEMENT PLAN L-02 OF 3 LANDSCAPE AND TREE REPLACEMENT PLAN L--03 OF 3 LANDSCAPE AND TREE REPLACEMENT PLAN IL 1 OF 3 ILLUMINA 77ON PLAN IL2 OF 3 ILLUMINA77ON DETAILS IL3 OF 3 - ILLUMINA 77ON DETAILS S1 OF 2 STRUCTURAL NOTES & RETAINING WALL S17E PLAN S2 OF 2 RETAINING WALLS SEC77ONS & DETAILS - m DRAWINGS NOT APPROVED FOR CONSTRUCTION UNLESS STAMPED OR SIGNED APPROVED BY THE REVIEWING AGENCY PIPER'S BLUFF COVER SHEET AND VICINITY MAP �_ L " P""- -y_ '2 1 A NOFRTH GRAPHIC SCALE 3❑ 60 IIIIIIIIIIIIIIIIIIIIIII 1 INCH = 30 FT. 'r ! 2 � ■ o ' w � � •-,...��� :,Ile 0 0 ' .�]IA'� �'a__ I vs•-ae-1 z C1 °`18 mmmmmmmmmmmmmmww� A PORTIC FOOM MAIN STA. 21+84.2, LT &r* J�s CONSTRUCTED PIER PLAW (SEE SHEETS Cl 0 AND Ts 0413 C11 FOR PROIrU MFO) ....... .. . i3 . ..... . AF T .................. ---------- .. . ......... .. . . ......... ---- -------- .... . ..... ..... ... ....... . .. . ... ...... N -5 44�58 ,.oc) 511. 14* =24� + -4. ------------ 7Yl-D "Q to CN ml lZI J: L — — — — — qy ............ 51,14' . . . . .. ............ 4' 0 1 w z C? fn 11W 14 6 LU in -;Z 0 ol cnj z 0 . 1. 10! -7 w ci 44Z,�. 4 Z Z, L L L L 0 45 46' 6 51 IA� .4 4! . . ........ 17 `E 2S % !4 . . . ........... L '17 . . . ........ . . .. ... ......... . . .. ..... .. .. .. . ........... . ......... . ...... ........ .. .......... + 'F 171 7"1 2 t 44,-8, 1 NR .. .... .... SOO -2 1 '22' q- ISS 'n CNI �-j M 01 IQ r-1 ol LAI L — — — — -- J L — — — — J _j L L 6(LOY 51,2 V 51 21 ----------- ---------- -5 .22' q . ..... . . . . . . . .......... + ----------- - ---- ------- OF NE 1/4 SECTION UVP. 23 N., RGE'. 5 15-p W.M. RECORD DRAWING 4 INFORMATION ADDED BY GEODIMENSIONS, INC. ------------ EPRESENTS THE RESULTS OF A . . .... ... . (-- 1�7 R U LAO 0 mm com" AS ww + SURVEY CONDUCTED IN OCTORBER, ROW SOW" 2014 Rai �ymw usw STA. 18+83.3i "o . .. ....... 5614' POWER POLE .... ......... T 06,24' . ... ................. . FIRE WfORART .............. . .. . . ------ . .... ....... .. ......... . ..... --------- I— WAIM,VALVE SEE SHEET Cl wom MUIR FOR DETAIL 51, 14 . ..... 4, IRRIG0404 OONTR(X M&YE 51 �4 Soo 2-­ SOO 55. 19, 3" . .. ..... .. c soomy SEW" ~Om goo, 04 METER yw Ym Licata V1. A-L TRACT"B" DEDIX)m, TREE r V"� pi I _4 ! I \ " I.. V, 1z; L------- ......... . co -w ------- - ---------- X) ROMW Vw c SOO SAWARY SEW UNE A, mf, �l 4' . ... ...... . ate STOW LINE w b w WAIER UNE OAS' UWE If ON4MHM POWER TRACT "A" A, & . .. . ........ flX Mae OF w0fixT ol. ti. c" ilb NOTES. I ALL SURFACE �EV!DtNCE OF SIDE L — — — — — -- J L — — — — — -- j 1 1 2 L UTIL17Y LOCATIONS ARE INDICATED 0 HEREON BY HEAVY LINE WEIGHT. J, 'c J6 vlo . . ........ S;O, ACTUALLocAinoNs OF UNDERGROUND, TRACT"M UnLITY LINES MAY VARY. '4, <: A fv ......... . . .... . .. ... . . .. ..... . ..... 2. ALL SEWER MANHOLES ARE . . . ... ....... CONSTRUCTED IN POSMOK UNLESS loot w, -4 .. ........ . ...... . . ..... . 60�68' INDICATED OTHERWISE. . ....... . . . `- ........... . ...... A 161 3, INDICATES UTILITWS BASED ON ... .......... 22 . ... ... ..... .. . .. ..... ..... . . J 51 2" INFOFUMln PROVIDED BY OTHERS ON 2A8" Al -0 WHERE 140 SURFACE EVIDENCE WAS r — sno DE71ECTED DURING THE COURSE OF TRACT LIA THE SURVEY. -J IQ A., -rD 'o � z rl� cn i CIS IL �— Lm t-,� o I m i 0 1 �zl lco�M I I M :01 T 1 W c T LL bf (p Z5 LLJ ol L— — — — — — J L — — — — — — j L j L — — — — — — 51 �22' 51,23' 51,23' 51,46' 50,02' 60� 75' w Lu SCALE: l'" 30" 30 16 0 30 poll A D M IL JW "G-, 2ft-045-OtS V! 2� Jim 3t A QW0., NAME. 1014 wo� 58-4- M PRAWN MY- CJR . ... .... ... . ... CHECKED FOR COMPLIANCE . ........ ... . . . .. ........ .................. DAM. lvu/20ts . ........... . .. . .. ......... .. . TO CITY STANDARDS . . . ....... . ......... . .......... . . ....... -Q- ..................... . ......... . Im or Pfowl ...................................................... Date C14 Date 14 <w ISSHEM -1�6 f 31 ofo r,_ RANGE fl. :, • u: ..: a ., ,:. - 6n ar ,tee i � p � L , i now I STONEGATE LIFT STATION CONSTRUCTION RECORDS THIS PAGE INTENTIONALLY LEFT BLANK z L5 Ln w D 0 D 0 D 0 0 W z w J Lk- 420 410 ,1 400 z O w 7 V a+ w En a a ❑ z n n SE 3-23-5 -WAL WASrG H! D�cS' � x w. 38087 �EGISTERF'�ty FOR CONSTRUCTION RECORDS ONLY ...... ......... ......... ....... ...... ......... .... ......... ••• �......... ......... ......... ..... ......... ......... ......... ......j........- ......... ...................---......---...... ......... .---- •... ......•.. ......... . ..... ......... ......... ......... ......--- ......... ......... ......--------:::: ::::::�::::::::: :::::::::' 1----::I:::::::::�::::::::: : : : -------- --------- --- ------------------------------ ---- - .!......... k......... ......... ..... ..... ••• ......... ......... ...--.... :: :::::::::`s::::::::: ::::::::: ::::.:::: ::::::::: ::::::::. ..:... ::::::-•• ........ :::::::!::...... !.........�......... E......... ......... ......... .... :::::.. . ......... .......... . - ....... ......... .........1......... ......... ......... ......... ....... - 1 . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . --. --- — . . . . . . . . € . . . . . . . . . :. - .... . ...:. .. . . - .:.._ ..- - . . . . - - . . . . . . . . . . - . •----- -- - - . . . . . . . . . . . . . . . . . . . . . . ......... ......... ......... .. ......-- ......... ........f......... ......... ......... ......... ........ ........j.........1................... l ....k ......... ......... ... :::::: :::: ::: ::: :: :::::: :::: ::: ::::: .........I......... ......... { [ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - . - . - . - . . . . . . . . . . ; . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....... . E - - - ......... . ...... . . . . . . . . . . . . . . . . . . . ........ .-......{1 V7 [......... ......... ......... ......... .. > .. .. ...... :... 6..... AST —GRADE t� � �, � ......... ......... .........€.................. .......N .. ... ...... J�-............. 420 - ONST�BASE1 I - --- - - -- - -- — - - - - - _ -.. _-- - Q 3 Q r : sn �. I ......... ........ ..a . ......... ...� _ .-. f.......�.. ... in :::::::::j::::::::::::::� 4: ::::o :.,F,:...i......... ....�: ----•----- -- . . . . . . . . . . . . . C.] U . �[/] s�s . . . . . . . . . . - - - - - . . . . . . . . z--r-r - - - - - - - - - - •-r-r- -r-rY .T - 1 ..-. - - - - - - - . . • • . . . . . . . . . . . . . . . . . . . . > . . . .N i . . . . . . . . . . . . . . . . - - - - - - - - - - - - - - - . •--•..... ..... .....a �- 1...... �.� �:-�..... •• ......... ......... ...........•-•--.. ......... �X: 8 CONCRETE +......... ......... ............... �.. , �.... ........-...... a ... 4.....--------- ------ �? �........ fl .. ...... SAID[.: SEWS TYP.: .. ......... ......... :o ... .... ....... ........ . ...... ........ ......... ......... ......... . .--.. .. 3 ,: 4'� 0 S3 __._--____-_-___--___--_-_. ___-_ _—____{_ ....-__. - i - ; ........ j�.t. .... .. j ... ....... - �......... . ...... �......... ......... ......... ........ :�........ ....... ..... o:... q:.. ;�.1........ — -- -- — -- ---- --y� _ _ �.�.� --—_.._.__ � ---- — — ..... — — — — _ .. .... r — — _st, r*'NWV �C - L. r_r�.r�! � :� i�t i� �'� wica:� �. �.:t�� �� : . �H ��: _ _. " ■r �m .rr� . • rm Sri: -- " rm rrm r�i wr wts rw:� rri ■rrr� rra:�tir■ k �r ■ rur a: ma's• T 7 atii w �� ~:�C7i7 -� � i. ! . ......... �'�"`....... :::... ......... :::... _ ......... ......... .. - : 8~PVC : (-Jc9o0) FM :.... ......... .........LIE=4o5.s 1......... I......... IE�05.'$. k......... ......... ......... .......'.........' �......... ......... lE=4Q5.fi: €.........s................... �... I.........' ......... . ....... ......... .........�.........1......... ......... I..... 400 ••••• •••• ••• j ..I ......... ......... ......... .................. ......... ;••••••••. GONNEGTEflT�-LX:... ......... ......... ......... ......... ........................... .......f.....•••• .........i......... .........�......... ......-.. i. . . . . . . . . M 3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • • • • • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ......• •........ .........{.15-PVC.SS PER ...... �......... �:._.. .........I•PLAff-VIEW J......... ......... ....... ......... .........1......... ... ;.:....... �.-..... ..--.--- ......... ......... ......... ......... ...... .........;.........I......... ,.........;......... .::. :.::::... .:.... ....... ......... ......... ........I......... Q . I......... .........I.........�......... ......... ......... .........;.........1......... ......... ...... ........ .......-- .........3.................. ,......... �......... �.__....;......... 390 il k ..... ......... ......... ..---•••••• ......•.. ......... .........�.........�......... I......... ......... l-........ 1.............................................. ........................ .........�. ......... ......... ... 1 }........ ......... ......... ..--.. : :: :: : .. ......:::`::..... ... ........ . ` : : : : : : . . . . . . . . . . . . . ` - . . . . . . . . . . . . . ,.................. I E......... ......... ......... ......... ........-----...---::::::�:..::.... ::::::::: :::::::------:::::'::::----- --- ..••.•• • ......•• •• • ••••••••••............................ ...................�.......:::::::::::::::•::::::::::::::::::::::::::::::......:::::::::..........::.::..::::!:::::.::::::::::::'::::::...�........ f .. --- 1.........j.........i....... __ _ _ r --- . :- _-- — -- W. k . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . j j k . . . . . . . . . . . . . . . . . . . i . . . . . . . . . . . . . . . . . . . . . . . . . . ; . . . . . . . . . 4 . . . . . . . . . E _. . . . . . . . . . . . . . . . . . II • • • . • • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ! . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . € I ::::::::: ::::::: ::::::::: :::::::.. ......... ................-..€......... ......... ......... ..... j JU5 .... I.........I.........---•••••. ......... ......... ......... i.........;......... . ......... ......... ......... I:::::::: ::::::::: ........ .........;......... ....•• j.........$......... ......... . ......... ......----------------�......... ......... ......... ::::::::: :::...---..------------' ........I......... I......... ......... .... ...... ::::::::: ::::::::: :: .....::::: :::::::::�::::::::: .......-. ......... ....... �.... 10+00 11 +00 12+00 13+00 14+00 1 5+00 4PJ1 F• DAM ""�� �VeMALWD;W3;,N, STCNEGATE LIFT STATION CONVEYANCE SCALE CESKM 1 =zo •� ,.� CITY OF ROTF'il I-2a o 20 40 Rwe IMPROVEMENTS �°e0 - RENTON PAGE DSH SCHEDULE A I ONE UCH I DATUM NO: Rath Hill, LLC Tel 425.869.9448 www.rothhill.com ( FEET } AT raL scAm Planning/Building/Public Works Dept. SEWER PLAN AND PROFILE 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 1 INCH = 20 FT ir MDT ONE WCH � "Y OR 529 NO. REVISION BY DATE APPR FIELD AVE NE 019: 5- 3GI7.305 �y *410AIR 7 z Q a i 0 a a uz 0 U U) d h! Go z 0 in 1.1 0 Q 0 a a Q w z O 59 — �Q wwwwww`wwwrt Q �'r Z G6 RIM=461�SE}12"CMp I 59 \IC Cr459.51�NW}6 p SSMN RIM462.95 0=.;= 54•25(NE) IE, 454.550} I 6'DIAM C� R p���k5� 5 5}12 CMp l HEDGE.7;., PB 1 AURE rA-4B.8 t A� � L __ Ex CE CEDAR I: l NE OE Z„�4» •• • . _ .. v�� w..l raw. � v w w LrI 10 {` 0,0 am � 39� wwwww S _6�00 � I, J _I www ww S Jow - 11'�Y so as 10 Iwwwwwwww` —Yd1 -- —c _ WV 11 8 51 ([y1N}12' CMp l-S G� 11E-=-458. 41\ * pVG ``'= L]NCO IN C lip458.h1 'DI AM � ; LAUREL nP1 9"SP PS 1 D"CE - I ......... ------------------ ........I......... 470 ......... --------- -------- .. -. ......... ......... 460 ......::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: 450 ::::::::: ........ :::::: - ----------------........ PROVIDE- 1.5•MN. VERTICAL S�EPARATION : BE TWEEN :Fi41:. . E -7 440 ---------------. ------------- � -- - . . . . . . ...-1. l . . . . . . . . . . . . a JV. . . . . . . . . - J r• - - F �f. „ter �.3r. r*10-A . . . . . . . ......... 430 ......... �.::: r r r -- . . . . . .. . . . . . . . . ■ * . . . . . . . . . . . . . . . r ,l . . . . . . . . . + r�#S�`� . . . . . . . . . . r �. r . . . . . . . . . . . . . . . . . . . . . . . . . . . . J . . .r.1 r� � r 420 ----- �:�- �— ........ ................ 410 ::..... ......... ......... ......... . . . . . . .S . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .ir . . . . . . . . . . . . . . . . . - - - - - - - - - - - .........I.........�......... .......•• ......••• •....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • • • • • • • • • • • • • • • . . . . ............. ••.•••... ....... 21 +00 Roth Hill, LLC Tel425.869.9448 www.rothhill.com 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 " p1SK BRA IN ON �C ASE R5 2�tN M4428t Gw,P LONG IE 1�_ �•23.2 THESE CONSTRUCTION RECORD DOCUMENTS HAVE BEEN PREPARED BY ROTH HILL, LLC. MOST FIELD INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS OF INFORMATION PROVIDED BY OTHERS AND SHALL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS THAT MAY BE INCORPORATED AS A RESULT OF ERRONEOUS INFORMATION PROVIDED BY OTHERS. PROVI • - • • ....... : ! Efk TION' I ETWEE - FM1' MIN. 116AL .V' a . AND :E . Sb' (TYP:}- ..... . _ . . . . . --_--__...._ ........ _. .._-•-• ------ ..... ... ...... ....... .......... . ::;-,-. -�` O .. .... . . . . . .. ter ... ......... ..... .ii *. ----• -- ........ l.�r... --.... Ira--- --------- ...... is .... ......... �.r: ......... *�► r�.lr� ...... � l � SCALE 20 0 20 40 MEN ( FEET ) 1 INCH = 20 FT 22+00 No. N50VArr wM s 9 G 3 ooa �rc� 2p 8" GV I�JxMJ w _ T VALVE BOXES 0.i�y��C l 7�- i �. y 47 ■ 4,� LLC • J�"- 1 LP4kpW 1`■ l' LS STA. 24+34,9 LT �p �' - : __.�_� 46�� 1-8" 22.5' BEND (MJ) - f • REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION 6"PVC CASING WITH 2"PVC VENT PIPE FROM AIR —VAC TO SSMH 5303-230 -WAL10 flF WA ��tT} VJ Y 3808'7 $ GISTER��'� �SSxGNAL E��Z FOR CONSTRUCTION RECORDS ONLY STA. 25+66,13'RT1 SINGLE AIR/VAC ASSY. NO. 1 (SEE SHT. 27) 13 LF--8"PVC (C900) l=M ---- -------------------------- --------- :----------------- - ::... 6'PVCCASIN - NTH -2"PVCVENT- PIPE ..... ----------------------•-----------------.... ..... .---------••------ --- •... MOM :Aik�'VCTD-SSMIHA 0�5-23D .......................... ......... ..... -- -------------....... ...... �11----- IF...... 3 3 I . . . . -------------••..... ......••• ••------- �;, .. ..... ... ......... ... ......... .. ...... ......... ......... .--..... .... .... ......... �`. . --470 :-� ...... - •:•_------....-----•--- .......-. ... --__ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 ..--rr. . . . . . . . . . I ---------•EXIST.•GRADE:@ ... ......... ......... � .. ...... ..-- -------- ... ......... ... .. .. - �; 411:...... ........ .. CONS T_ :B SELINE : ... ......... ... :::: t ... ...... . ... .... ... ......... ... �:--..- �r.��.... . . . . . . . . . . . - . . . . . . . .•tiirii■' www•olwww wEWINMww. www.ww■a. www.ww0W � w10.24 F��: u�Ai� i�i I_`' 460 - ` T w-_ ---- ---- L*�iiIsm. w■a•w�M�. --------------- ....... ...... -�■•i ........--------------•--- -- ---- --------- ----•---- -----....I ...- ------ M :co .;w:•- 900) � � t........ ...... ......... --------------•----•--••----------------•---- .......- PATE VALVE .... ._j .. r r i r y . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 . . . . . . . r r - ... 454 _ f - --- - -- - -- -- - - -- - - -------- ---------------......... ...... SINGLE: ATF�/Y►�[C�SSY�Nl�.j1... �....... l r r ......... ......... ......... ......... 0 STA: 25+66 --...... ... �....... IE=459:I10 ..................... ......... ......... ....... ...... ... ......... ......... .....--- GIs[TE'l1AIL11>E:...... ................. ......... ..------.... IE=461:,33±....... I......... . . . . . . . . . . . . . . . . . . . . . . - . . . . . . . . . . . . . . . . . • • • • • • • . . . . . . . . . . . . . . . . . . . . . . • . . . • - • • - • - . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ........ ......... ......... ... .. ! 440 .........------.-----•-------------------------•---. ......... ......---j ---- ---- . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ----------------------------------- ......... .........--..... ......... ......... �.........;........., 430 . . . . . . . . . . . . . . . . . . . . . . . . . .. ...... - - - - .. _. .: .:-._-__ :_. ..: -- - - . . . . . . . . . . . . . . . . . . . . - - - - - - - - . ........ ......... ......... ...... ......... ......... --... ......... ....... --------. ......... ......... ......... .... ......... ......... ---- ............ .... •••.. ......... ... ......... . - - - - - - - - - - - - - - - - - - - - - - - - - . . . . . . . . . . . . . . . . . . i . . . . . . . . . i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - :::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: :::::::::::::::::::::::::::;:::::::::::::::::: 420 -------------------------- --------- ------ :-..... - _ - __- ----_ _- -::: _ -- -- ----------------------------------------------------- ---•••••• ......•-•-----------------. .......-- •------------•-------......�......... ........ ...--- .............................................:::.............. •••••..•• ••------------.--- .......---------------.---- .......----.......1.........;......... ........ ......... ......... ......... ......--------- ---• ......... ......... ......... ..... 410 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ........ ......... ......... ....... ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - - - - - - - - - - - - - - - - - - . . . . . . . . . . . . . . . . . . . . . . ......... :::: :::::,: .. ......... ......... ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • • • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - - - 23+00 24+00 25+00 SURYUM Sry_,r,•• ntw_ MJL ' W 103/1"1 �► ,� CITY OF STONEGATE LIFT STATION CONVEYANCE ►ire ISM DESIGNM. IMPROVEMENTS MW PAM DSH OW INN _ R EN TON SCHEDULE A „k a�acEn: AT F,.n.�. S DATUM Planning/Building/Public Works Dept. SEINER PLAN AND PROFILE w rw ors 04CH BY DATE AP P R SCRE AC°" MY FIELD AVE NE 9CE` 7 °F°29 NE & SE 3-23-5 L.0 z LU Q O I , 1 IE=444.37(N)8"PVC €E= (N TO CB) IE=440.44(SE)12"CMP I I EH WM �4dr_ ��.� - ®£ LS W T J r -11. 'Q RS WM L�WEuf , : . . - - - _ � _ J MB'. .. 1' - € WM .. . , - Q7 4`II - ,+-- __ - - I $ CaNST. BASELINE I - - - - _ _ _ I � . • , -'+v- V) -' 1- L I.. yy u -% VJ -- _ J \" ~ -T - `-� - _ L� L71 Qa S[)- -- --SD - --5 -- - - -- -- -, - -t'r� - --- -- ___W_ -. -1. �-P'I- - - - -- --,r+ `rn _ `F_ _ - D- -SD--- -SD- - - - 5C ---- - 1 WV f ! - -- - 14'J -- -- �;,,__ ---- - ,i cr: - p �$�F{iQ---sU- MOIV-SiI`------ a. I a. - - -' --- -- w_---I--- - � 4 CV 55-_ ---SS- M -SS -SS-- -- =" - - _D --- - - - - - - - - I -4 - D I ,s - -s--ICI-- - - - -' s- Ss - - --F- - - - +�S r�_ _ --- - sD- -29� Qom- - sn- !- - -sD -- - s� v - - - - -- - -�'�� SD + r jI -S5 ��_.__ - -SD Su'- ----SD---i - I D I - ---�_ _ 30�0D - -. D-... _ - - s .+rwiw#iwiiiwJww#wwwwww#wwwi#wrw#iww w ..' - - - ---- --- F�'f�' -- -SS- `---- - cr. - -^ I i -SD- SD._ _ _ - -SD-- - I C ` - . Q 539Lr=-8" PVC {C900} F�1 I -.SS-- - ss--- i - - ---'j-FUa D ' ;n iw#i#rww,rw#w#riw#w#wi#ww#ri#wi##i#ariwwiw#iiiw -ss--- -- --S „ I_ _ _ _ 5 --1-�- -ss- -, .. #iaiwiw#iw -- 55--- -- 3S- �5.- - , - - ,--7-._� - - _ iwwwir w rrq� ,I - __ __ _ , i#wwiwwaw ii# _� - - -- -S' -- - -Sc --- i VJ • I .. . - - 7-,_ O wit#wwar#wwiwrrwwrr �- - -SS- r-----S'S- - 1. i. r' � , I I [r.-5D----- S)---- i##irii#wiw###iwww#w i#wr - -55-- - -55- 55t~} ! W '.� + I r - - --. -- _ -- - - - - # wiwriiw w www f' 7 •� I I V7 -�. � - L� - ---- ��-------- ,� wwa wawwi ## w,i w#irai i ® . �p Q P }7 i f �� - • , . . , :j^ _�_'_-� -__ " _ - -- -- _ - -Cr -- ---';F)_- -- - - -- I 1 J �P� I I _-Su - -SD ------SD-------Sn --- I - tn �- cv I p� �� 8"CE 1Qr.61 10 MP - I PBS - -- i- V SSMH N 1 f wMLrj SSMH RIM=457.05 _- I I ' SSMH :' = Q �� -� !) -- 'Sr;-�I�._: -- KL, _ 1 0"FF2 ti� p \ i I RIM-464.16 IE=446.35(W} � I I � • ,W RIM-449.62 1�' p�� `p � j � � ' 1?b- lE=455.96(E} IE=446.15(5W} I . €E=439.62(E) S �p P' IE=456.16(W) IE=446.25(SE) a it- • IE=439.72(W) CH SSMH - ;ifs •- - UTILITY DITCH IE=446.25(E} 11 r f ' __ - D_ _ _ _ _! ,-, f r1 SDMH RIM=446.54 RIM=444.04 - - (PWR, PHONE, � � RIM=455.26 IE=433.54(W)12"CMP UTILITY DITCH IE=431.04(N) - CATV, GAS w I IE=433.54E 12"CMP (PWR, PHONE, • ., I } CB IE=450.96(S)12"CONC ( ) IE=431.24(S) II RIM=456.27 z I IE=450.86(E)12"CONC CATV, GAS) IE=431.14(W) M 'i I IE=453.17(E)12"CMP J CB CB u-_ ,- I + IE=453.77(SW)6"PVC � RIM=455.69 RIM=443.28 -' --lv j IE=451.69(N)12"CMP IE=440.44(E)12"CMP ~ I I iI� AL r Q r lE=451.89(S)12"CMP IE=441.28(W}6"PVC _ _ THESE CONSTRUCTION RECORD DOCUMENTS HAVE ti� a1F WAg�I �z -, 1E=451.89(W)8"CMP BEEN PREPARED BY ROTH HILL, LLC. MOST FIELD REVISED TO INDICATE w`� r� a , 1E=451.99(E)6"PVC INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS CONSTRUCTION RECORDS � % O NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS `~ ' OF INFORMATION PROVIDED BY OTHERS AND SHALL REVISED BY: TERRY VAN WECHEL ' �a M NOT BE RESPONSIBLE FOR ANY ERRORS OR DATE: AUGUST 15, 2a12 `gyp h'� STg�;4w� z OMISSIONS THAT MAY BE INCORPORATED AS A RESULT CONTRACTOR: SHORELINE CONSTRUCTION �SSxONAL E�G� -I OF ERRONEOUS INFORMATION PROVIDED BY OTHERS. - - ... - FOR CONSTRUCTION RECORDS ONLY D N... .I .. � ......... ... -------------................... i_........J.........I......... I......... I ::::::::: :::::::::I:::::::::�::::::::: ::::::::: ::::::::: x ;......... I......... I I......... ;......... y......... ......... ....--.-. ...... ...................I......... ....... .. ..... -...-....... �+ �... ......... -.-...... ......... ........i I......... .... """. I.........1......... ......'', .........;......... ...................,......... ......... ...---... ......... ......... .........I......... ......:::I::::::::: :::::::::°::::..... ::::::: .......... ..... ...�......... :::::::::�::::::::: �:.� - --- . - ---.. --- - ---- - _ j _ __ I_ _ _E t n - _. ......... ....... :I......... ... ......... ""--""-" N......... ......... .......I......... ........ ... I. -- f 1 - ......... ... -.I....... ..--......-"----- °N° H-------- l.........I......... :::::::I:::::::::I::::::::: ::::::::: :::::::::I::::::::: :::::::::I::::::::. ......... :--- -•-- -------- .... ........I ......... i ...:: :::::: :: ::::::::: :::...... ..I.................. I......... ......... .........-........ I......... I......... ......... ......... ......... [/��....... I ......... ......... ..I......... ......... .........;.........I......... ..--::.::::: :::::::::I:::::::::I::::::::::::::::::I:::::::::€:::::::::I:::.::::..:::.::::: : �"4.........i...................I.........i......... .........k......... .........I.........,......... . �, .. ,��::::::: :----------------- ......... ......... ,......... ......... ......... ......... .........I......:- --------- ----::::: :::::.... :::::::::I::::::::::::::::::;:::::::::I:::::::::I::::::::: ::::::::: :::::::::470 470 ......:a :::::::: ... ......... ; y ......... - _-- _ . ......... _ - I - -____ - .... ..--------- ---- . . . . . . . .�•. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . +1 it . . . . . - . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i . . . -- _ . . . . . . . . . . . . . . . . . . . . . . . . .O . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . i . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . 1 . Q .. - • �, .. PRaiIIDI 1.5' MIN. vE tTlc ..... i ........ . ......: . ::..,.. : ::::::::: ::::::... ....: : .:....:-. .: ...:::::: ::::::::: ::::::::: ::::::::: ::::::::: .. ...------ ......... ......... ......... ....... ......... ....I.. �•---- I......... I......... ......... ..........•------. ... 7 .. ...... ......... ......... ....E ..- .. :SEPAF�Al1G7M:8 :F�+I:-•.... .........--------- ......... ......... ......... ......... •... .. . --.. . ...... ----------------- ------ --I--------. ......... 4fiD :::::: ~ ::::::::: ::::::I1:: ::: ; M 1: :::::::: ::::::::: :. ... :►4NU:Ex.. ...'P .. .......--------... ..- - - - - -- ----------...-...- ......... ..-......---..... ......... ......---------. ..........�........-' 460 o []� . al.a>! /III . ■ .... . at . _ .. a>r .. ai :I ::: 0 :::. a �. � � 4 N. • �O.VER' .. - ---- -�..- - -�-�. _ice._ �.�� -.'� �■ w awof ......... ....�. :: .: ..:..::.: .... :::-....--- ::......-.--..-- �...... 1......... .......Z ..-...... . "�.+.--.. -- -.-. -4`- •y:�1:� ��~ ��� .■■■'o.1d ......... ......... ..�. -. ......... ..... ...------..- I.........I.......... Li------...j......... ......... ....-------------- .�.�: �` #'* �■��-#-EXiS�.-GFiAE:�...... ----- --- - - --- -------------------::: ::::::::: ::::--------------1------::: :::::::::' <-----------::::: ::::::::: :........------:: :-- ----------- :::::::� :�A+0*� .-----:3 . ..... .. ..... .... ----------- CONST:6ASLINE:::::: ::::"---- --------- ----.---- --....---------... ......... ..----... .........i......... .........; Z #ice !� �� . . . - - -I,' . . . . . . . . " " - - . . . . . . . . - - - - - - - - - - - - - - - - - - �.�.�. - - - - - - - - . 4 -aR • • • • - - - - - - J - - - - . . . . . . . . . �r . . . . . . 40 ' " " " �_'- _- - __ _- - - _ __ _ _ _ _ _ _ __ _ ___ _ _ _ __ _ _-______ `��Z . LJ �� ..._-.---__ _ _ _- . -..__ __ _ #� �w i -..-..- .-- ....... - ---- �i..&■■a>r ----------. ... -------- --------- ---- ---- ----• ---- . --------....-- ......- . ....:::::I......... ......:- _�::::::: . .. . i '� ■�� ......... - .� .. ......... .... .... ....•.... .. .... .......-- ....... ...... ------...I...---... ......... .................................... ........-------- �� �� cs •.�# 1......... :::::::�'_. ......:. I....:: .. _ ......... ....... �� �.-�- OO} 4111 i �.► it ... "`...... ........ [I� , ::::::...I--------- ---------`-----:::. ::....... ......... .....:::: ::::::: ::::::: ........ ��''1--......� #!~!�'#�. ...------------... _,� I........-�...-..I .........I------------------t---...... ......... --1�` l i#:■■;* 4' N. COVEFZ ---:::::--------:::- ------ © --- -- .......-I....... k........ i......... ......... ......... ......... ........................... ......... •-------. "........ �� I........ --.......I.. �ffaa in -Mimi . ... ; CN. ...... ........ ..141i■ .. .....-.-- ......... ...-..... .. - - . . . . . . . . . . . . . . . . . . . . . . . . . . . �``�j .a. .. �� } Z-L I I ■ 440 . al-i- ---- --- i. . . . . . . . . . . . . . . . . . . . - . . . . . . . . . I . . . . . . . . . - • - - . . . . . . . . . . . . . . . . . . . . . . . . . . • - - . . . . . . . . . -`Y- . . . . . . . . . 1 . . . . . . . . . . . . . . .. .� r� s• . ... . . . � -� � r I. •....... ......... ......... ......... ......... �:as ar :.. I z . . . . . " . . . . . . . . . . . . . . . . . . . . . . . {{ . . . . . . . . : . . . . . . . . . . . . . . . . . . . . . . . . . . " . . . . . . . . . . . I . I . . I ..`.7-. . . - - . . - . . . . . . . . . . . . . . . . . . . - - - - - - ��".w-afiw="��a . . . . . . ' i - - {j� i . . . . . . . . . . . . . . . . . l �� �. . . ��. �- - ........-j.........:......... :: ::::::::: :::: ::::::::: :::::::::I:::...... :::.:...: ' �-.. .. i III........ �"" ...&..... :::::::::I:....... ......... :::::::::.:::::::::I::::::::: ......... ::::::::: ::".:....---------------... ......... "........------... ........-I.........I......... .."...... ......... ........- ...------ .....__- -iI-------- ----- 430 ........-I---- . - -- -- - -=---- --- --.-- .-.. - - ------_---- --- --------- - : .. _ -- -------- -_.... .----.-.------ - -- --------.. -- - - -- - - 4. 1.........�......... :........:.........I......... .........-........�.........i.........i......... �........... :.... %ff..::::::: ::::::::: :::::::::i::::::::: I.........I......... f II . ....... ... ....."".. ........ ......... ........ ........ ........ ...... ..... :: :::::::: :::::::::I I .........�........I......... .................. ........ ......... .....----I• . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " I . . . . . . . . . . . . . . . . : : : : : : : i . . . . . . . . . . . . : . . . . . . r < . . . . . . . v------...!.......--I......... ......... ......... ......... :::::: ......... ......... .......:: :........ ......... :::::::::...... ::: :::::::::i::::::::: ::::::::: ::::::::: :::::::::.::::::::: ......... .........I......... ......... ......... ........I. I I . . ....1.........1--------------------------- -__-....... L :.......i.........11....... .........II........I......... I.........j.........j.........j....--::�^ :.:.j.....:.:.I...:...: ::: :::::I:::::::::I:::::. :I 5U :::::: ::::::::' I......... .......... ......... ......... .........I......... :::::::::I...: :: ...... ..... C I U ......I..:::::::::I::::::......::::::::::::...:::::::::::::::::::::::::::::::::::::::::::::::::::::::I:::::::::l:::::::::::::::::::::::::::I:::::::::;::::::...I......... a......... !..... ......... Ii ........± �.____ I....---------------------------.........I.........I.........I.... ---- -•--.....I......... ----------.....I.........I.........I......... .........I......... ._....-.. wI ............... ­ ...... ........ :,:,:: ... ......... ......... ......... I ......... ::::..... ::::::::: ::::::::T :::::::: ::::::::: ::::::::: :::::::::I::::::::: ..... :::y::::::::: ::::::::: ::: ::::::I ... ..... :::::::=) ; ......... : .................. ::::..--------: .... ­.. --...........:::..................................................................::::::.�......... .........E-.-......!...-.------------. ---------I ......... ........ ......... ...... i ...-.... I I ! ' 26+00 27+00 28+00 29+00 30+00 31+00 V. 0 N rn M w 0 0 z I- H 0 J n IlI r ' � FOUND PUNCH IN BRASS DISK IN j;' 1 CONIC MON/CASE kti �, i- • C= co „ -- __ L i Cq ►, AD" LLI I-�,a-------_SS Zi w w w i w w i c -- - -- _ U I9; Roth Hill, LLC Tel425.869.9448 www.rothhill.com 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 CB R€M= 464.49 1E=459.69(S)12"CMP IE=459.69(N)12"CMP CB RIM=463.97 IE=461.47(S)8"CMP SDMH RIM=464.21 IE=459.71(E)12"CONC IE=459.81(NW)12"CONC IE=461.21(N)8"CMP SCALE 20 0 20 40 ( FEET ) INCH = 20 FT NE 20TH ST 5'ALL 16"FR LAUREL NO. REVISION SDMH FOUND PUNCH IN CB RIM=446.95 BRASS DISK IN RIM=446.57 IE=442.55(W)12"CONC CONIC MON/CASE ( 03 S OF CALC LINE) IE=443.57(S)8"CMP IE=442.35(E)12"CONC SURVEYI�JL RWB DSH CHECKED: 1 "=20' ONE INCH AT RILL SCALE IF HOT ONE INCH SCALE ACCORDINGLY VERTWA- NAw 1988 HORIZONTAL- HAD 1,I»/1991 DATUM SDMH RIM=444.01 IE=437,61(N)12"CONC IE=437-61(W)12 "CON C IE=437.51(E)12"CONC IE=438.01(NW)10"CMP UTILITY DITCH (PWR, PHONE, CATV, CAS) cs RIM=443.24 JL , CITY OF R EN TON Plan ning/Building/Public Works Dept. STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS SCHEDULE A SEWER PLAN AND PROFILE NE 20TH ST PAGE: 8 OF 29 06 'S--3g73C>8 rllllllllllll�our- NE & SE 3-23-5 a z Q J IL i 10 0 a 0 L) U7 0 v N 00 z LD w 0 O O U7 a 0 a q z w J rr 430 I 420 z O w 410 0 N w Q 0 z Q _., a OF �� , % 14 SDMH ,1 RIM=441.25 IE=430.55(S)18"CONC ♦� �' , / IE=430.35(E)18"C0NC '.r' CONST. BASELINE IE=430.35 8"41 `s / •' G i / / ../ CS i f% RIM-441121 �• %`` / F IE=438.91(S)8"CMP ♦`�� // —� REPLACE EX. CB U / ,;/ STA. 32+76,7 LT �• w/TYPE 1 CB 1-8" 45' BEND (MJ) • : NE 20TH ST IE=428.91 (a"S) " 11LF--8 PVC (C900) FM " �� 12'0 MAGNOLIA " SC _ FH / _ _ — y m: �0 { STA. 32+68,1'RT ;- - • �,/ 1-8" 45' BEND (MJ) v S - - - - _ SDMH CV , =441. 4 t� CONST. BASELINE W / RIM 5 r WV --;,f _ - -- - - ♦ IE=438.24(W)12" ----5i -- - � - -- -- --w- - �r -- - IE=438.54(N)8"CMP ---sD-- ---sD--- - -- - - �o- -so- 32+a0so----- -su- - - {�} �I -SD- IE=438.54(S)8 ADS -x- 97LF-$" PVC (C900} FM ' - - !!rrll�rrlarlrr! !rrllrrlrrlr* ,r J D� Fes— i - - ' ' ' -,. - • -� - _ - -� -- . - . �� 30"FR 1 R SDMH 1 WM RIM=443.57 j Pr 20 HK . IE=439.57(W)12"CONC 11 '. 1E=439.47(S)12"C0NC UTILITY DITCH I � J 1E=439.37(E)12"CONC (PWR, PHONE, JI=441.31 n CB CATV, GAS) IE=439.01(SW)8"PVC j + RIM=443.44 SDMH STA. 32+17,11'RT ! ' IE-=439.94(W)12"CMP RIM=441.73 1--8 45' BEND (MJ) IE=439.74(N)12"CMP 1E=437.13(W)24"C0NC WM IE=439.84(S)12"CMP IE=437.03(S)24"CONC NOTE: FORCE MAIN SHALL BE INSTALLED AT POSITIVE SLOPE. THESE CONSTRUCTION RECORD DOCUMENTS HAVE BEEN PREPARED BY ROTH HILL, L.L.C. MOST FIELD INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS OF INFORMATION PROVIDED BY OTHERS AND SHALL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS THAT MAY BE INCORPORATED AS A RESULT OF ERRONEOUS INFORMATION PROVIDED BY OTHERS. REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION VAL,rG �•� aF WAs� 4, � x .06 �8 087 9 �Q °.,, EcrSTF, �,w �S&7QNAv FOR CONSTRUCTION RECORDS ONLY .........i.........i......... ....... ........................... ......... :::::::: ::: ::::::::: :::::: ::::::: �......... I.... ::::1:::::::::�::::::::: ::::::::: :::::::::'....------... ........: ::-------------.-----....... ...--.... ......... .........�......... ......-- ......... ----------------------- . . ----.. ......... ::: ::::::::: .........1.........1.....--.. .--......------.-----.... ......... ......... ...--.... ......... ......... 1.........1......... ------- - - - - - - - - -:: :::::::: R �1NDE 1' MAN. 11E1?T1CAL i . ......... ...... .........`......... ----------------- -------..... OVIDE- .5•MIN.-VERTICAL....... ......... ......... ......::: ::::-----------... ......... ......... ......... ......::: ::::::::: ::::::::: ::::::::: :::::::::: ......... ......::: ::::::::: ::::..................::::: ::::::::SFsARRTIDN:BE N:FId:: ......... SEPARATION' :....... .........�......... ....... I-- --... i �. -- -----....... -A Q EX:SO:(. ;}:....... ......... ......... ......... ......... ... ...------ ---- .... ... ..... ...--....... .......---------- - - T 1 1 I — - �ANO-E}C�LYP-• --- - - - - ----------- --------- ------ '�'----u°a --......:: :::N ::o a::: ......... ........ ......... ....... -- - - -.. ...-----.... ......... ..................................... I.............. q . ......... ..N �.. .....¢... ......... �......... �............ I......................................... �° :GONST:BASELIIVE -- - -:�' :::::�' ::::::... .::.....--::::::: ::::::::: :::::-------.----- . ::::::::: :::::::.:------------...... ............---------------- ---- --------- ----------------~ ----- -------::::: ::::::::-....::::: ........ -- ---- .------... ......... .....-------- .. -- - — - -- - . ......... ..... . --... q.. ~��. ......::Wi:::::::::i~::::::: ::::::::: I-------- ..... .... o......o :::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: .-------- ;......... . I� .■ !......... ...fI�----"--::::::.-6I.................. ........ ......... .........---...... .--.... ...------ ----- -- "PVSdOTm!ra..:t ...:.:.:::: I.......... . I ::::::::: :::i........:::............ ... - :: . .. : --............:. . ......Q.................. 430 . . . . . . ..... ... ....... w r'........ ......................................... . ............. ......... ......... ::........ Z am .. ......... ......... I....... ......... II : .... ......... ....... �,..�.... ....... :::: .............. .................. ......... �......�.... ......... ...... ......... .. ............. 1 420 ........ ......... --- -- - - -- -- ......... ........ -tea ......... ......... -- .. ........ ...... i :� i... ........ : ........... .................................... .... . .... 1 : . . . . . . . . . . . . . . . . . . . ..................... . ........ .........I.........I....... I.. ..... ......... ......... ......... ......... ......... ......... ;.........1....... . ......... ......... ......... .........I......... :�:....I.........I......... ..................I.........I.........I......... .i.........1......... ......... ......... ......... ......... ....... .(f} f1 Ii1. .. 1 k1 ......... ........ ......... ...i f ... I......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .� . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . .... ....... ........ ......... ......... ......... ......... I......... I......... , ... ..................................... ........................ ... .. i .........1:........1......... : - - ......... ....... ......... ......... ......... ......... .................. -------------- ......... ......... .......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ........ ......... ......... ..------. ......... ........ ....--- ---- I t ... ........ ......... ......... .. E€. ......... :::.::::::::::: ,.. :::::::::l::::::::: ::::�:::::::::.:...I........ ......... .........I......... ......... :::::::I:::::::::'::::::::: i11........�....... 1i....i- .... ......... .........i......... .............. 410 -------- -------- 1 : —..... ......... ......... ..... ......... i i i ..................�.. �......... .. --------------------------- ---- ......... ......... ......... ...... . ! . . . . . . . . . . . . . . . . . . . . . . . . . . ! i E 3 1 i ;......... �......... ....... .........I......... -........ �......... ..................I.........1.........�......... ... ..... ......... ......... ......... ......... ...... ......... .... 1......... ......... ..... 1I..................!......... . . . . . . . . . . . . . . . . . . . . . . . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . i . . . . . . . . , i . . . . . . . . . . . . . . . . . . . 32+00 33+00 34+00 SURVEYED: SCALE: DATE_ SCALE JL 1 »=20$ >> WD ;SM/T99, CITY OF STONEGATE LIFT STATION CONVEYANCE 20 0 20 40 RWB R E N T� N IMPROVEMENTS P` °°" °5HI � IM DATUM SCHEDULE A WAWMG Roth Hill, LLC Tel 425.869.9448 www.rothhill.com FEET) AT FULL __ Planning/Building/Public Works Dept. SEWER PLAN AND PROFILE 11130 NE 33rd Place, Suite 200 Bellevue WA 98004 1 INCH = 20 FT IF H0` ONE "CH NM NO. REVISION BY DATE APPR �� ""G"E "�°'�"` 2"NE LATH ST sHM: 9 Gat :5-34 73pc� r ID 4 I 6 141 11 6 0 /E- R/,4_ CT'4- 2,�Ih 826 / -11`39 'Bore e R/,�� c E o/ e ,4ps , �_ s E C)�, 3 9 �4H a9 92 L a "� �- _w � 1 kp I.... _ `- 1 r `;-,1.�0 �-,-S 1 ,. � ■ , 00 5 �- �I1 3i �I c.? ■ -- - �'0-, 9--,fas-"V-,--�Ua-�,.',��z.,-�,',�-,) ,/ -/-I - - II I ;' ' . , •r rr 1 - �r .' . `, - hI ■ 0C1 eFf I , r �: • r . r'-- i I � .■r, / J-- - _ , , ■ " ' �/. t / t ,� r,. . : , ,, ' f • ��' • � 5' 1 �I - r r rf ;� , + _8w pvc (Cgpp) 0 .. - - x r I`�I :} C 4( r r , 'r , I r . 1t'`' r`�`' \, i STA. 35+01,1'LT i--m1 f m� � 'h— f/p I-I o��; ,"I- 11\I' 1-8" 22.5' BEND (MJ) s° ,� \ i' ROTATE THRUST BLOCK rr", \\ , TO NORTHWEST SIDE z 5 ;l, 0 BEND &STRAP TO MAIN AS % r, . , 0 kFORCE ,` //}} 'f J PROVIDE CLEARANCE _� / i ,�' ` FROM STORM DRAIN ,;. 1 - � - ,, - r? ____ •-s 1n�_ / / �� ; i ,/ NE 3-23-5 NE 22ND CT DEFLECT PIPE PER - _ _ _5 -� ,_ MANUFACTURER'S J, - --- - - -; I RECOMMENDATION (TYP.} fit, ~+ ;r-- -------�r; - -- r - -- -+ ���-L- -5 --f OW— ---V--S-_ - -5 0 -sr _---SD---_ SD-------=S&--r---Sr'-----ate = -_ 452 LF-8" PVC (c900} FM - - --- -=- - _ _ _ j c�' [ `l �— a! S - 10fs SS 55 ��e�� S5 ������,"— -- SS `y r `�- .' —�= ' �` 11 /�-s� s /e. �(E ,4/ 3�s� Ses ,J,> C /e R/M s /3�N�)7 , s j CTR. s'6 ry)s q�s -1133I3 ALC o �A '19 I 1 / -_ - - s E'3 r-_-_--_ -5,n °� �'�: /E_ `,fir Ri&/ CONST. BASELINE /E� 5 R/ t : s,1.. - I - - ss� rs -3 7AQ.- C' S `` A, 1_ -1- s �tN -3� CB ' ,y ,' .■ '-.} �;�_ --� ''rN�'J'2,s89e oA.,` R/, kC f I 114�. '�< -1a4-- �` �,, 11 / / / I °s(s , /, gas +: _ - x° ,. , , DS + \�.``i 1' .' 7 3s 3 + . i oo + q, �\ - : 1S",* \ '. \ - \, \1"-,\"I-,-\,I "��1/,��I / +.~� 0 # : ass 2� o/(s�'2 p S ,� ++ ~ �` \ 1 le 1 I " Q9 A s Is w r'.w,w' us = W� \ 1 / /\ , , ; y lrC ;7' %, `� 1 I. s 0 1 s� 1 s % ., / R1,y- I/ 11� / ' r{7 f THESE CONSTRUCTION RECORD DOCUMENTS HAVE BEEN PREPARED BY ROTH HILL, LLC. MOST FIELD INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS OF INFORMATION PROVIDED BY OTHERS AND SHALL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS THAT MAY BE INCORPORATED AS A RESULT OF ERRONEOUS INFORMATION PROVIDED BY OTHERS. REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION 1 WALK f�U� WAS tf� w 4 o`er vo �� 087 � SSr�NAL E��1 FOR CONSTRUCTION RECORDS ONLY STA. 39+62,7'RT `�9, ' 29 1-8" 45' BEND '� � . v ►►� � ' r r �'} f r ff r f r \ _ rf fr 10 r- , • r r r / , I 1 rr / fI rL r , ' 1 / ,r `j ' 1 / ' ,, f r � / � F' r� l' STA. 39+86, 16.21T (NE 22ND CT)= / - STA. 11+71.5 (CL LYONS AVE NE) 1--8" 450 BEND 34 LF-8" PVC (C900) FM ' - _ ... -- - .--...._ - -- -.-... _ . - - - -;--------- -•-- r, ----- ......... .... .... ......... ......... . :::::.... ......... ........ :::::::----------- --- --- ::::::::: ::::::::: ::------------:::: ::::::::: l-- ----- PROM E1.5•MIN. RTICAL-SE_PA TION• ..... ......... :..:::: :. �...... ..---- ...-. ......... •--•- -.- ----- -- --------- ••••••I ..... ... ......... -BET.. -H+i- - E W Tlfi. •--------- ......... ......----:::::... ::::::- ::.::.... ::::::--------- ----------- :::::::----------- ::::::::: j j ------i----- ::::: :: --------------- ---�::- ----------- ::::----- ::::::::: ::::::::: ::- ---------------:::::::: ::-- ---------::::: I ......... I ... •...... jam- .. ...------. ----- ................ ........ ::::::::: ::::::::: ::::::::: ::::---------::::: ::::::::----------------------------j-------- 420 [•, :� :::: ::: ::::: :: :::::::: :::::: :::::.... ..... - :...:.::: ......... ......... :::::.... ::::::::: ......... ......... ......... .........------... ......... ........---------------------.-----------... ...----.- .......-. ------...I..------- --------- --...... . . Y -- �- - -... _ --- - ...... - - ..: .: ......... ........ . D . :::::�:......-- . ......... ......... ...............•.. ......... ...----•--•---------....... ......... ......---------------•..... ......... ......... ......... ......... ....--... ...... .--- - - ---- -------::I::::::::: ::::::::: ::::::::: j ------ ----------- --4� •--•---_-_-------------------------... ......... .....:::- -- ::::::: •--- - - -----::::::::---•-•-•----------------------:::::: :::::------- - - - - -- .........I......... ......... lw� I- �� ���� ■ �I ... �. ----.. :N" -E IST-.:OR:ADE:9 ......... ......... ........................•.. ......... ... .-------------- ......... ......... ......... ......... .....---- ......-------•.... ........ -----j---------I--- - - - - -- *o ....--... G NST:$>4SELIN ------------- ------------------------------------ �" .�i•■� L. .-----• .. ................... ......... ----:: ------ ..:--------------------------....--------------- - - - - ---...-------------j------ I 410 I.I:I: = - - - - - - � . . T. �..,. -.` :----.:_'...-.--..:_-_-- .... __ - --....-- ---.-- - - - -- -- — — —-------...-.- --- - -- - _ j Naw 11 o J :l: ....k......... ......... ....��■. �.%..... PtO111D :1 MIN.:VER CAL { :: ::::: ----------------::: :::--------------------------------- ......... �:�:� �:. #■�. :: `: --------- �� :::----SFPAR T1gNBEiWEE FlN::::::: ..........:::..... .:.:.:::.I......... j � L): :::::: ::::::::: ::::::::: � .... ::::::::. �.::,w,, �--::.. f1 -.�� .....-- <� AND E SD T1fP. ......... .................. ......... ......... ......... ......... ......... ......... ..•.---------.....------------ - - - - -- .I......... ...... i �. �� . . . . . . . . . . . . . . . . aa*a! - ..:�. - - . saw . } �-' 4 : -1 •-------- ..:`. --- ---- - ---- - ...... .....--- ......... j.........; 7 400 �: ::::::!......... :::::::::I ......::: :::::::::j:::::.-�. .��.. --- .... .....:�:�. ........ --------- - --.. .U) ...... ....-..------ - - - ------..::: �......... ;.........;.........;......... T ...... . -—- --- �� _ ■■--�-- ...-- -......... .. ...... ......... ......... i ■ I .__1 .: 0 l EI . . . . . . . . . . . . . . . . `� 1 . . ���. . . - . . . . - - . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . _ _ - . . . . . . 1 . . . . . . . . . I . . . . . . . . . i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .? 11� �.4 ■. �� . . . . . . _ I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i i . • • . • • . . . i . . 1 I -�_� 4r� �� . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . i I ......... ......... ......... - � _ :: .' � �. I ........ ......... . . . . . . . . . I . . . . . . . . . ...... ......... ......... ........ . . . . . . . . . i . . r ; 1 . . . . . . . . . { . . . . . . . . . . . . . . . . , : : : : . . : . . . �: !, iw ` j { . . . +a I...... I......... I .........:........ .........I 390 I 4 I - ------I-- - -- - -- - -- - - _ - - - - - - --- ........ ,,.......I.........i.....I:.. ... C9 ►.� f� Cp j....... f......... 1......... ......... ......... . . . . . . I -- -ski . . . . . . . i . . . . . - -o . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ji......••• •••.....I - i.........I... j _ I ■*. �,� .. -l--...:::: -w •••• I I I i---- [. . . . . . . . - - - - - - - - - - - - - . . . . . . . . i . . . . . . . . . : . . . . . . . . . . , . . . . . . . . . . . . . . � ■ . . . . . . . . . . . - -cy • • • • w . . . . . . . . . . . . . . . . . . . . . - - . ..... j---------j........ ••••. ......... ......... ...j........ .........I......... .........1 �._.�. ■.i ` . ::� � I,,::..... j•........i.........I......... ....... ......... ......... .........j......... ` 1 ..... ... .... ..�:`•{•. .... ..... .. ......... ......... .... • • • • • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i . . . . . . . . . . . . . . . . . . I . . . I �. , .■� I . . 1 € i 380 --- - _ �: t-� . .-----.— .- ....- - ...... - - - - - .- . -- .--.._..--.--- - - - ..- - .. -- -- --- - - ------ --. -. ---.. - - - - - - - — --- - --- - - - -- .--.--..------._.._.- ..............--- - - .---.------.----------.--..--. -- �......... ...I.........j......... I.........j.........:......-��.`...... ��.�... .1 ..-----� ...... .. ......... .... �..:::::::1:::::::::I:::::::::' ::::::::: -- ........................... ......... ......... ......::: ......... :::::::::I:::::::::a::� ::::!'4�l ----- ---•- :: ......... ......... ......... -I ~ 7. I ....... j ........: ......... .... :1 :: !rt :::::::�:. ::.. ::::::::: ::::::::: :::::i CD :::::::: : i........ ......... >-. ■■--------i............... ------- - - - - ----- - - - - -- - - - - -- ..... ..------- ......... ....:::.. ......::: ......... :::::::::I::::::::: :::::::-- ......::: ......... - -.:. +��....: ::::~`` --- -�--::::::: ::::::::: :::..-... .1 ED•....._..-...... 370 ;::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::.. ....... -= -�; ........•�.------.IC6- -- ......... I ......... i... :::::------------- ......... ......... ...:::... ••. ......... ::::::::: :::i��.. ;:::::—�-- :: ::::::::: ::::::::: :::::::::1:::::::::� :::::'':::::::::: ■ I Z i j::......-j--------------------------- --------- --------------------------- ----::::: ::::::::: :::::::::----------:::::::: ::::::::: +� i _ .....•••• ••••••••• ••••••••• •••••• ......... ...... ......... ::::: ::::::: - :::w��� �,�!�. e w-ji : :: ::::: ::::: :::::::::. j . . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - . . . Cq . . . . . . . . . . . . . . . . . . . . . . . . . . . . �:� : : ea. . . . . . .�. F lam. . . . . . Q ......1......... :j ` +� __ C - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - . G- - - - - - - - - ____--. _. .-__- — -- __--_—_—_—_..--_..-___--._--_—_ _— ___-_—_—_-.-.____._—_ ``- �� _ �.- —---_ _ — ..__--_____ -- .. - .... - - -- - --- - --- ... ---- - _ - ■ �1 _ ee ...•••••• ......... ......... ..... : : :: -+ ••. ..1I ..... z ••••• •••••••- ------------ -------- - - ---- ......... ......... --.. �1....-- J*■■ 5 C- - - - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . • • . • • . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - • • • • . . . . . . . . . . . . . . nn . . . . J- - - - - - - - - - - - - - - - . . . . . . . . . . . - - . . . . . . . . . . . . - - - - - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - . . . . . . . . - - - • - • • - - - - - - - - - - - - - V . . . . . . . . . . . . . . - `` . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : . . . . . . . . . . . . . . . . . . - - - - - - - - - - - - - - . . . . . . . . . . - . - - - . . . . . . . . . . . . . . . . . . . . . . . . . - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - - - - - - . - - . . . . . . - - ...--.-_-- _—. - ..). _ _ .-..-..-_. .._ �`- . --- `- -_ ... _ - - -- - - . - .. - ---- ---- --- -- - 35+00 36+00 37+00 38+00 39+00 IL V D V h 11 SCALE j 20 0 20 40 Roth Hill, LLC Tel425.869.9448 www.rothhill.com ( FEET ) 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 t INCH = 20 FT NO. REVISION BY 1_ VEiiMAL- NAVE) ISM 1 "=20' HORIZONTAL_ NAD 19a3/1991 DATUM ONE I AT FULL SCJiLE IF NOT ONE INCH SCALE ACOORDINCLY - CITY OF RENTON Planning/Building/Public Works Dept. DATA STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS "°— PAM SCHEDULE A gm — SEWER A PLAN & PROFILE NE 22ND CT r5l� wil 410 nip 390 011101 37o 360 350 Of a6j' 5-`3473JC? 41 C.) fi�R Co C\fZ �lolv r1NU,q -r !V ■ r 4 ■ �, - • ■ �S'p_,' �? ^ CB TYPE II ■ RIM=355.99 IE=345.69(NW)24"ADS ti IE=345.79(SW)24"ADS M IE=352.49(NE)12"ADS � s SSMH / IA- s,=� C RIM=356.90 - IE CTR=343.53 FOUND PUNCH IN BRASS DISK IN - CONIC MON/CASE - _.� _ �y w - - - I ~-__-_ ---, ------ --- - STA. 39+86, 16.21T (NE 22ND CT)= STA. 11+71.5 (CL LYONS AVE NE) 1-8" 45' BEND NE I _ V _ } 1 R] C Aj C', Cl) i III 00 Co Ao : = Ju 11 co W C7 f ,N •'I ti� FOUND PUNCH IN s f j BRASS DISK IN CONIC MON/CASE Us to �� SDMH RIM=360.39 SSMH r+ 1 v �, _, IE=343.89(N,SE)24"ADS RIM=360.50 ; IE=354.79(W)12"ADS N IE CTR=341.74Al CB TYPE II i{ ` J -- --=- co RIM=357.98 ' f - - IE=344.78(NW,SE)24"ADS YS A -" ;p - v'-sD- IE=353.08(NE)12"ADS I ,,-- ,- - - - - - -- -- -_ + J IE=353.68(NW)6"PVC �� _�- _ - 7 - -1y-' S+00 s�-- - -- - s-- STA. 13+32,7'LT } _, " _ - - s� - - 411, - 1-8" 11.25- BEND (MJ) l ^ . - -�- __ - ---;s ue �� .�• ss - - --- - _ �. " _ _ _ _ " - LU vi 11 ''ry _0_ _ I _ � f•N: _ - - - `tr. -n• 'ti FOUND PUNCH IN BRASS DISK IN - l CONICMON/CASE CB RIM=357.37 IE=354.17(SW)12"ADS SSMH - RIM=356.36 IE CTR=342.99 CB RIM=356.13 IE=353.03(SW)12"ADS FOUND PUNCH IN BRASS DISK IN CONIC MON/CASE THESE CONSTRUCTION RECORD DOCUMENTS HAVE BEEN PREPARED BY ROTH HILL, LLC. MOST FIELD INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS OF INFORMATION PROVIDED BY OTHERS AND SHALL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS THAT MAY BE INCORPORATED AS A RESULT OF ERRONEOUS INFORMATION PROVIDE❑ BY OTHERS REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION SSMH RIM=360.2❑ IE CTR=341.45 WALIG of WA01A�� �7 4V .-A 380874 lop,fi "? ISmER�4 �SsrorrAU E��� NOTE: FORCE MAIN SHALL BE INSTALLED AT POSITIVE SLOPE. FOR CONSTRUCTION RECORDS ONLY --W - --- ...... . ......... ......... — -—....... -- ...... ..... ......-...-........ .... . - — _ ---- ------ ------ --- ---: ......... ......... ......... ......... .......1................. . .........-----:::: :::::::::--------- ::::::I::::::::: .::::.... ......... :::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ......::: ::::::::: ......... ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ................... .........I-------• :::: ::::::::: ::::::::: ::::::::: ::::::::: ......... :::::::.. ........ :::...... ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: I. ••••..I.......... ........ ......... ::......: :::::.... ---- ---... -- ......... .::::..-• :::.... ......... ...::::..---...... ......... ..--.... ::::::: •... ......... .....•••• ...... ......... ......... ....... ... ......... ......... ......... .. -- -- __ ... ......... ....-.... ...... .�::::: ::::::::: ..... .........I........ �....... ::::::::: ......... ......... ......... ......... ........ .......I.........:::::::::j:::::::::.:::::::::i::::::::: ::::::::: ::::::::::::::::::j:::::::::1:::::::::i::::..... .........{......... �......... i.... ......... ....... i........ E......... ......... ;.........y :......: :::::::::.:::: ::::'::::::::: ::::..... .........i......... .......... ........ I. 1......... ......... ::::::::: ::::::::: ::::::::: :::::::::I:::::::::{:. .........i......... .........i......... :: v :::::j::::::::: ::::::::: :::::.... l.........E......... '.........I.........I.. . ......... ......... .........;.........j......... - ........_....... ...__:...__. .._............... 370 - ...... r j - - - - -- - . - -- _ . - - - -- - -- - ---- - - - - - -- -- _....... .... ••...... ......... ....—.�_ _... ._.. - —. i I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . o .... . . . . . I - - - - - - - - . P OVIDE :I:S : ICI VERTICAL . ......... ......... . PROVIDE 1 IN. ' VERT[CAL � .... .. ...............:: - - ' - - - - - - o j .... }--- - -SEPARATION BETWEEN - }*M ::::: .. • • • • • • ........ .. • • ... ..... . .. .... PARAl10�.. E1V FM ... ::::..... ......:.. :::::::: :::::::::------::: :::::---- ----:: :::::---- :::::::----::::::---::..... �, �,� 1....... ........: ------ ::::- ----- - :::: 1�N1] .SDI ilfP� .---...... •• •.....6.. ••••..... cn... ...... •• ......... :: :::.........:::::: :::::.... --:�:------- -:::::---------'------ o U] :� A D EX: W( .) •••.. ......fn ......... j .... .------: . :::::::: ::::::::: ... ---------:::- - --- sA :���':. . ••EXIST.-�GR DE[� �. --:::: ------ ------ 360LLJ1---- �' ....- ,.....:� ----- -- --- ...... ---------........::::::........... ......... ......... ::::::... ..... --------::: ....... .........I...... .... I✓0�15T . Q SEL rN1=- - -- - E- __ .. ro ...... ..... �. . . . . . ' . . . . . . . . . . . . . . . . . . ......... ... �.-�� ........ . :s I.. ,.............: :E,�,.......... �= ... .....� ..... ......... ..... ......... ...... ......... w _� ;.. T �......... ;......... .... ......... +j........ _------- :. 4'1a[!N.::: ::::::::::::: :.:I::::::::: ::::::::: ........---...... ......... .........I...................:......... �......... .[. ....... z ----1~ l:��#j CO c�vR:....j......... �......... ........ :0:.�.........�......... �......... :::::::::I::::::::: :::::: . �• . #�■Rf■■ �■■■wna -::�t•�:! !:r1�Aaa!■ �A■■f 4 . . . . . . . . . . . . . . . . . . . . I - - - - -Ti . . . . . . . . . . . r. ■■ r.■■7.■ ;S,iii:�:�* !!!��' i�■■ '� ■■ s■■wa4■■ i■A�i■■ i■■■i■■■i■■■f■■*f■■■f.■.aF■r■f■■A�!•!■!■■■■■■■ �t■■■�nrr f..A■r 1rrlrr■f■■ �i■■■■■■■■■■■_■■■�■■1wr■■■�.■111�■■III1■r 350: = = - -- -- - - -- -- - . -- -- - j......... ....... - - -_ — -- ■.M:. - -- -- -- -- -- - = _ .s _ ..... .....••.. ......... ...... ••••- I"r. ....... ...::: . ......... :::.... :::::::..--------- --•••• ••• . ..... ••••-I�1$l° :�4F: �. q1- ........ IE=35Q.8: ::::::::--------: ::::::---------------:::---------::: :::: ::------------ -::::: -------- - ......••• ••.... .. ......... ..... :.. .... ::: ......--- ------ ----------------SIDEfl :D.:B":FH: lJfit::::::: :-------. :::::---------------------- l�..I ::._.:::: :::::::: :::...... :::. :-.:-::. ::....... .•••• •.. ...••• •••...... ..... ... ......... ......... ......... •••• .••••.... ::.... :::::.... ......... :::::: : .......... :........� U: I......... ......... .-•-•••.. ....... •• -- .---•-•• ...••• I......... ::::::::: :::---•••- ....._.__ .......- 340 ......... J __- ......... -. __... - -- - - -- - - -- - - - --- -- - - I 1 �.-. :...:� ...-':........ ..... .....E. .........�.........•••......4.........j.........j........ �........: ......... :::::::.. ........ ::::::--- ......... ...... ::::::::: ------.I.........'•••...... ................... ......... ::::::::: ::::::::: ::::::::: :::::::::k:::::::: ......:::i::::::::: ......... ......... ......... ]---......' ..--------. ....• •••......:::::::::::::::::::::::::::::::::.................:::�::......: �......... ;.. I.........I•••......;.................. �......... Q :, ......... ......... ......... I .....�......... ......... .........j.. :: ......... .. ......: ::::::: ::::::: ::::::::: ::: ::::::::: ::::::::: ::::::::: ......... ......:::. ...:::: ::::::::: ::::::::: ---::::�::::::::: ::::. ....... .........I......... .........`.........�... ....... --•..... ......... •••...... .........I......... �......... ......... ;........ 330 : -_ - --_ - _ _ __ _ ... __ ... _-- . - -_ _-__ _: _ _ ..... _ - _ - - - -- - - _ __ - - --- --- - __ ................•• ...................... 1 :::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::.... ::....... .... ::: ::::::::: ::::::::: ::::. ......... . ::::: :�I::::::::: :........ .................. .--...--. .........----... •••... :::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: r L :: ::::::::: :::::::::i:::::::: �... ......... .••••• ::::::: ::::..... ......::: ::::::::: ::::: .... S. GQ • •••••....�....... ....•• .. ......... •..... ..............1...................I......... ......... :::...... ::::::::: ......... ... ......:::i::::..... i....... `.........I......... ,......... ....I................�.........f.................. ......... �.. j.........1.......... I......... ......... I......... I.........I.........i..................I...................I......... S�sRBi 4 I....... --I........ I......... :::::.... :::::::: :........ ..::::::. ......:.. ......... .........'......... .........�......... ...... ......... ��,S c)T ��`�' I.........I......... ::::... ...••••.• .•................ ::::::::: ::: :.. :: ......{:::::: : :::::::: :::: SjD Ai :::I: ::i::::::::: ::.... . ::: ::::::. ......... ::_...... 1 - _�. _.--- _ 12+00 - 13+00 -- - 14+00 15+00 16+00 SCALE 20 0 20 4❑ MEN MINN MEN I Roth Hill, LLC Tel 425.869.9448 www.rothhill.com FEET 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 1 INCH = 20 FT Mall 360 350 AAn -330 r� s C.1►,-5 - �:) - 5`f /j 1 I r+ 1_ 370 360 350 1 o. 7 330 11!1 w co D NE 3-23-5 m r CB RIM=350.63 €E=347.68(N)12"ADS SDMH "' r RIM=350.92 _ IE=344.22(NE,W)18"Ad5 i li I CB TYPE 1€ i. RIM=350.09 IE=342.59(N,SE)24"ADS + IE=346.29(S)12"ADS 13 LF-8" PVC (C9OO) FM f�+ n i .n IE=346.59(E)12"ADS SSMH r 1 `, IE=346.99(NW)6"PVC CB TYPE II RIM=351.32 RIM=356.97 SSMH IE CTR=338.72 , _ Z- V STA. 18+47,9 IT IE=343.07(N,SE)24"AD5 RIM=353.81 , -, �_-_ ',4111 IE CTR=339.75 ,f 1-8 45 BEND (FLxMJ) 1E=343.27(W)6"PVC 1 s�_ ; . ' �l 22.5 BEND (FLxMJ) --- ti SSMH _ - _ -Jc� ` - RIM=357. H 1 - _ - ` ' r SSMH CTR=340.92 - F -- ___- �?;-- ! RIM=347.04 CB -`I~ _r]s I rG� ti ;s IE CTR=331.55 RIM=343.65 OIL IE=339.45(N,SW)24"ADS 1 -li- _-►-i 00 t` _ ---- _ - - 18+U _S - 'S� ■■ - -- �` IE=340.45(SW)6"PVC C 7 - -- rr'"y_ RIM=342.67 CB IV r^ 6 �� �; ��sp 'FQQ --_- � 1E=335.47(N)18"ADS f RIM=339.96 SSMH r- - 5 h �- IE=335.37(SW)18"ADS IE-335.61(N,S)24"ADS f�IM=339.20 = o-a s s, _ IE CTR=328.74 �r/�� A iV J ----- _ _ _ r I - _ �55�� �- C► _ i.1. -Sn-_ _•_ ram__ - - SSMH-- - - ■rz ]s0 _- 'sa _'•�: - RIM=342.81 - _ -�. �.�hOO l - - - - :�-� a7_ 6" p Vs- IE CTR=330.91� - _ - C r r 5S ,. � _ I I it '�` `sn ■► 's� _ '�:_ - _ - --' - � _ I � - ■■+ -_ � _ 't -_ Co--;�` Q .ice _ `,� 1 I - ��_ .-_! ■ �. SS CO STA. 18+38 -_ _ ■ ti 1Uj -8" 45- BEND (MJ} - xp -ss- �79�_8,`` ��- r _ -- - ='`- -• _ = ss�`" J.y;_ Z W i� RIM=349.51 _ _CB �� V��(C 0} `_�` __ - "�VC'�c9o��FU ! J IE=345.71(S)12"ADS ml #•r - _ ] - - } MON. TO 8E SURVEYED AND _ :� - '� 1 00- �� _r } FOUND PUNCH IN REPLACED IN ACCORDANCE _ __ - s�-�_ _ sn� WITH SPECS. Q BRASS DISK IN . CONC MON/CASE j MON. TO BE SURVEYED AND f :v---- -- REPLACEQ IN ACCORDANCE FOUND PUNCH IN `� - ~- - ------ --- `� FOUND PUNCH IN �. WITH SPECS. yl BRASS DISK IN BRASS DISK IN CONC MON/CASE CONC MON/CASE STA. 20+07,4'LT 1-8" 11.25' BEND (MJ) STA. 20+88,6'LT - 1-8" 11.25' BEND (MJ) MON. TO BE SURVEYED AND REPLACED IN ACCORDANCE WITH SPECS. THESE CONSTRUCTION RECORD DOCUMENTS HAVE BEEN PREPARED BY ROTH HILL, LLC. MOST FIELD INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS OF INFORMATION PROVIDED BY OTHERS AND SHALL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS THAT MAY BE INCORPORATED AS A RESULT OF ERRONEOUS INFORMATION PROVIDED BY OTHERS REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION W AL IG 0 IF WAsJ; f �r��. o� CQ Y 38087 wed. �GISTER' �s&TONAL E�G� FOR CONSTRUCTION NOTE: FORCE MAIN SHALL BE INSTALLED AT POSI71VE SLOPE. RECORDS ONLY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . . . . . . . i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . r . . . . . . . . . . . . . . 1.....•••................... ......... ......... .......... ......... .... ......... ......... ......... ......... ......... ......... ........ ......... ......... ......... . ;.........f..... T I �..-••••.. ......... ......... ......... ......... .........i......... ......... ......... ......... :::::::::I::::::::. ........ ......... ............::::::: :::::::::: :::::::::I ::::::::: :::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: :::::::::f::::::::: :::::::::i::::::::: :::::::::;:::...... .........I......... ......... ::�::::::::::::::: ::::::::: I......... f..................i.........I.........I......... ......... ...........................1..................,.........II............................; ......... ......... ......... .........j......... ......... ......... �......... ...----- ..... .........1......... .........l.........-.... i I :::::::: ......... ......... ......... ::::::::: :: • • ... ......... . ......... ......... ....... ......... ......... I ......... ......... � ......... .. :_:--.... ............. _ - 370 - ......... ......... ......... ..... ......... ......... ..... ......... ......... ......... ..................�......... .........I......... ::::::: ......... ......... ......... :::::::::I::::::::: ::::::::: :::......I::::::::: :: " ::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: ......::: ......... ......::: ::::::::: :: ;......... ......... ........ ......... ..... i ; . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . r .......-• :::::::: ::::::::: :: :::: :: ::::::::: ::::::::: •• •........ ......... ......... ......... ......... ......... .. ........�.... ......... �- Rq�iQ 1 �+11 :11ERT1GAt: ......... .........�......... •••••.... ...••• ...•••••• ......••• ••....... ......... ......... ......... ......... ......... ....- •� • ......... EPARN 6 EN-Fl ••...-... ---- ------ -- ::------- ------------------ ---- ---------::: :::::: I:::::::::�.... :::':::::::::360 ......... .... ND .: E7[. �SD� � I I --i . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - - - - - - - - - - - - - - - - - - - - - - r - - - - - - - - - . . . . . . . . . . . . . . . . . . . . . . . . - - - - - - - - - - - - - - - - - - ::: - ... T ` ......... ::::::::: ::::::::: ::::::::. V) ..:: . ::-PROV[D1 1.5 M N. - : ........ ......... ... ......... ......... ......... �...•.. ......(n S�P2�RAT141:TW---------------- --------- ---------I �. �- sn Y TEXIST. GRADE ....... ....... ......... ••••.. ......... .... •••- ::::�F'' :1::::::: ......::E:::-- ::::::--- -- ::.: .. aNST. BIkS£41 E........ .........--....... ......... ...... •••• •........ ......... ......... .........�.........I +gip"350 Psi ... ......... .. ..... ......... ......... ......... .---..... ... ...... , .. -- "' - - -- - -- - - to willilill An Q G IE=350.4- j......... �: *ra..■ ■� . .... �� C7 �-... " ---------------------------------------1 If ire. # . . . . . . . . . . . . - �,-� . . . . . . . . . - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ~�ri1��.a ■a.�� (1 `� : : : : : : : : : : : : : a : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : : ^: � ....... i .... Jt:i . . . . . . . . . . . . . . . : : : - . . . . . . . . . . . . . I r at t' I.E:I ......... `` ......... ......... ......... ■ ■iRiiiitilllii:i'i �� r- . i E i . . . . . . . . . . . 4 . . . . . . . . . . . . . � !•.i i i i.i i i•i.. i•i ■ i•� t . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . z: ;:..._:.:.;. ,......... .....-.,. ........ :::... ....- - ��.:i ....��': ... ......... -� .... .... ......... 340 _ _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . . - - - - - - - - - - - - - ' i i iR i i •.' s� .. �i�.iiw f::■.. :: : :::: ......... . ......... + ......... ......... ......... ......... i# .���ii�. -4, !t. i . i.. i .7• i . i'lr i IY •IvIIIN. cow . : f i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : : : : : . . . . . . . . . . . . . ���.liii. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..i•.iii' iii'�+aW �w�. iii- ii . . . . . ::::::::: ......... ........ ......... .... .€......... ......... .........i......... ................. ....... ......... ...........-.. :::�:.. ......::: ::::::::: :::...... ......... ::::::::: ::::::::: :::::::::;::::::::: o...I.........i.......o. ;.........;. _ .... 330 -- -- ......... ........ :-.... : :- ...... ,......... ....... ......... ......... . _ .... -- ........I. .........:.........j t. I......... �......... ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: :::::::::1::::::::: ::::::::: ....I......... �+1 CAI, j I.........:.........�. ....... ......... ......... I......... ......... ......... ...------ -- ......... :::::::.. ......:::I:::::::::I::: S' G ::::::::: :::::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::::::: '.. !was o j......... j........... f F s ti �oj I......... I. .... ......... ......... ,.........�....::::: ::::::::: ::::::... ......... ::::::... . ....... ::::::::: :::::::::€:::::::::_. �. :: :::: ::::::::: ::::::::: ::::::::: :::::::::1::::::::: :::::::::I::::..... ......... ...-•-•-----------...�: ��� ....I 320 , I I r I.........I.........��. ---- .I ......... ......... ..... .........----......... ......... ......... ......... ........ ......... -____- - - ---.. . ... I I. .... I + . ......... .........I .... ..... !......... �......... ......... �......... ......... 3807. I ......... ..... 5.. ....... .... .........I......... l......... i......... �.........:::::::::`:::::::::`::.'°'�rsT'.: ::::::::: ::::::::: i . ......... ......... ......... ......... ........- i......... : ::::::::: :::..... ::::::::: ::::::::: ::::::::: ::::::::: :::::::::I:::::- ::: ......... ....... ...................'S�ONAL' .... ......... ........�......... ......... . •••. 17+00 - 18+00 19+00 20+00 21 +00 22+00 Still SCALDMJL 20 0 20 40 RWB ORAYYIE DSH Roth Hill, LLC Tel425.869.9448 www.rothhill.com ( FEET) C 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 1 INCH = 20 FT NO. REVISION BY DATE APPR wPwim- 1 "=20' ONE QKH AT FULL SCALE W NOT ONE WCH SCALE A00MINCLY a M 1 M 191 DATUM :y CITY OF RENTON Plan ning/Building/Public Works Dept. STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS SCHEDULE A SEINER PLAN AND PROFILE LYONS AVE NE PACE: C umm m SHMO 12 29 a eA" :3(+ �j NE 3-23--5 Q J a 00 Q a 0 LO Ln ❑ LO N OJ N Z L7 Ln w O 0 ❑ 0 ❑ 0 0 ❑ a z LLI J Lx z Q Ln Of Ld 01 340 R3111 320 SSMH RIM=333.77 IE C1"f�B321.86 RIM=334.11 IE=328.51(NE,SW) 24"ADS IE= 328.71(SE)12"ADS CB SOLID LID RIM=336.25 IE=330.75(NE)24"ADS IE=330.85(S)24"ADS IE=331.45(W)6"ADS ......... .........E . . . . . . . . . . . . . . . . . . ......... I . . . . . . . . . ......... ......... ......... ....... ......... l......... ......... ...........................I......... E......... ......... I .......... ......... .........E......... ............. ......... :......... {.........€......... .......SI f......... Al ......... ty. E.........j......... ......... ......... ......... �........ ......... ......... I.. ......... ......... .......... ......... ......... ......... ......... ...... i......... ......... ......... ......... ......... 23+00 ROTFIril LL Roth Hill, LLC Tel425.869.9448 www.rothhill.com 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 fVIbE:1"5': MIN :VERTICAL : ......::: ........ . 'ARA110N 13E� : EN FM... _ :...... . 1: EX.: W : (Tr) i f.i.i i i� i i A'#•y r i i . . . . . . . . . . . . . i. . . . . . . . . . . . . . . . . . ......... ::::::::: ::::::::: ......... ......... ......... .................. ......... ......... .........I......... SCALE ' 20 0 20 40 ( FEET 1 INCH = 20 FT era SDMH RIM=331.98 IE=319.38(N)36"ADS IE=319.78(E)12"ADS IE=326.08(SW)24"ADS IE=327.48(SE)12 "AD S . ­: ..... ......... ......... ......... ... ......... ......... ......... ......... ......... ......... ......... ......... . ......... ......... ......... .... ......... ......... ......... ......... .........I......... ......... ......... ......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ------�----- EXIST. @--------�;, a ... ......... "......... ......... ... ......Q..T,...� .. ......... ......... ......... ....... . ... ENT. -8.45E IN1= ...... - 'n .... : PA(J 1) i1 MIN.: VrR7iCA� � . . ------. . -------------------- ---- p ----- ......--- ......... ......... $E A,R �: BETWEEN _ . : ......... ......... .. .. • :: AND E -. S : (TfP:):::: ...... .. ...... - - - ......... .... ".qf ......... ......... ........ �., �...... .. .... �. ......... ......... ....... ......... _ L ! i i . . . . . . . . . . . . . . . . . . . . . . . . . V . . . . . . . 2 . . ■lW*rm"aia.iiiiiiii•iiiiiiii'i0mi'mAd��� . . . . . . . . . . . . . . . . . . . . C900). FM ......... .....mtONimiia«�i� ....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. � . � - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i . _ _ ■ ■ �.:: i ■ cs� ........�......... ......... .................. .. .........I ......... ......... .........!......... ......... ......... .... t/].. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . -... ........ ......---- ..: ---... J.. ......... ......... .........:.........I......... .........------. .---...... �:. I.........�.........I........- ......... ......... I.... ::::::::: ......... ......:::I::::::::: �.........{......... ......... .. ............------ ......... ......... .... �..I .......... ......... ..... __� -—...;......... ......... .........fyf{` . i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i f . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i { �. .... ................. .. j{......... .........I......... ........j................. ................... :::::::::.:::::::::E::::::::: ::::::::: ::: :{: ....... ......... ......... ................... ......... ......... ......... ......... ......... .........I. ................... ................. ........ .................. ....I......... 25+00 26+00 0 FOY--VM ; SURVE MJL ewe WAWN: DSH FF 4E t11 1 "=20' ow axH AT FULL SCALE IF HOT ONE INM SCALE ACCOROINGLY HORfzw ►� %Fss1 DATUM CITY OF ML RENTON Planning/Building/Public Works Dept. REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION S W AL IG 02 38087 �� ISTER�4 ' szanrAll ��� FOR CONSTRUCTION RECORDS ONLY .................. ..................i....-----j......... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ......... i.........!... - ----------------- I.......... ......... ......... .........i.........1......... "........ j ......... _.. -- - - - - - --- - - - - -- ......... ......... .........j......... .........i......... ......... ......... .... ......... ......... ..................�.........I......... I.......... . . . . . . . . . . . . . . . . . . . . . . . . I . . . . . . . . . 1 1 ...................I......... ..._...... . . . . . . . . . . . . . . . . . . . . f . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . i . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I i � . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ` . . . . . . . . . .I........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ......... ...... j !...... I j ...... ..... ..... ......... ......... ......... ......... .... ..... ......... ::::..... ::::::::: ::......:I:::::....I................ ... STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS SCHEDULE A SEWER PLAN AND PROFILE LYONS AVE NE mmvm i ac SHw_ oF: 13 29 0 6 ! 5--3473 13 L L i i ���IIIIIIIIII������� CB TYPE II RIM=328.54 I E= 320.84(E, W, SE)12"ADS €E=324.64(NW)6"PVC NE 3-23-5 SEE STONEGATE LIFT STATION REPLACEMENT SHEET C5 FOR SEWER PLAN & PROFILE. LL.4'WIDE ARBOR 5' ' o WITH "STONEGATE SIGN" z PEE 1 I 5"CE 11 i �• I 1 � 1 1 !. PROPOSED STONEGATE. 1 LIFT STATION FORCE N BY OTHERS METAL CULVERT MAI ( "r�E 1 IE=322.61 4 TP AR RVITAE 14' HIGHx5.4' WIDE INSTALL 8"DI MJ PLUG FOR 6"CE 14' ' LL BD a j �� FUTURE CONNECTION. �— i cB m� INSTALL MARKER POST MIN. 4„PM RIM-326 25 24 ABOVE GRADE IE=321VIET .751W 12"ADS 6"FIR �; 6"CE ue �BvPO Ir-i /r BORE PfTll IE=321.85 S}12"ADS 29 LF- S PVC (C900} FM- • ' - / uB�", �E P x 6 CE _ 6 CE ¢ NE 20TH IE=322.65(N}6"PVC _� P I Ic Cis FH WM 16„PM x LO WM -sS - - _ [V ---s�- - - - --- - 27+r V --s- - - - - - Q 28+0 -:;s- - - :� - - -.._- - - - ran - I SS FORCE MAIN =�� GRAVITY � '1=` I L.7+00 -- -S�-, -- - -- -:>'�- -- - [ � b ——=• rwriwrrrww� - _ - - - ---- -55-- - - - <;- -ems==! SS MAID ri.irrarr�.rrrrrrrrrrrwr�r.rrrrrr.r�r#�wrw �w+rr+"+err+rrrrw.rr �~ - _ 30+00� LLI — —tiv - "�� ' W - - r -I 1 ,,. __-�---�- � 354 LF-8" PVC (C9O0) F7�3 �-rrrrrr.rr.rrrrr+. rrr.rrrr�rrrrrrrry���� _ ��-___ --- - - - -tiv.- CB TYPE II .�, S5- z �f S �* RIM=328.29 _ �T C5 IE=321.39(NW)12"ADS SSe� " 0� 2'TALL LAUREL CONC 2 ALL LAUREL 38LF-18 STEEL CASING DRIVE RECEIVING PIT METAL CULVERT CB a` IE=323.13 PROTECT EXISTING UTILITIES DURING RIM-326 28 4.5'HiGH x5.7'WI D E CONSTRUCTION NOTE: INSTALL TRAFFIC MEASURES DURING AUGER BORE TO ENSURE AT LEAST ONE TRAFFIC LANE IS OPEN AT ALL TIMES. THESE CONSTRUCTION RECORD DOCUMENTS HAVE BEEN PREPARED BY ROTH HILL, L.L.C. MOST FIELD INFORMATION PROVIDED BY OTHERS. ROTH HILL HAS NOT VERIFIED THE ACCURACY AND/OR COMPLETENESS OF INFORMATION PROVIDED BY OTHERS AND SHALL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS THAT MAY BE INCORPORATED AS A RESULT OF ERRONEOUS INFORMATION PROVIDED BY OTHERS. I 340 ] i 330 r 320 310 REVISED TO INDICATE CONSTRUCTION RECORDS REVISED BY: TERRY VAN WECHEL DATE: AUGUST 15, 2012 CONTRACTOR: SHORELINE CONSTRUCTION WAL10 aF WASk1 ��� g 38087 7 0 �crs��Rti��' ' StONAL E��'� FOR CONSTRUCTION RECORDS ONLY ue CB SOLI❑ LI❑ SSMH IE=322.58(N)12"ADS RIM=326.91 RIM=327.52 STA. 30+04,3'RT IE=321.01(N)12"ADS IE=315.32(NE) 1-8" 45- BEND (MJxFL) G IE=321.01(W)12"CMP IE=315.42(W) 1--8" 22.5' BEND (FLxMJ) _ NOTE: FORCE MAIN SHALL BE INSTALLED AT POSITIVE SLOPE. 1 r 00 00 �00 wN >�c II ULLJ n LJ > to U j II U LLI : j .........i......... ll,'''',, I'll.... ......... :--- ....... ......... .......�- ......... ...... 1......... ......... .........I..... I.........,......... ......... ........ ..-.--- •••••I ......... ......... I i......... ......... ........ ......... ......... ........-.-........ .........i......... j ......... .........I.........I.... ......i......... ......... i.........------------------1---------1 :..... ......... ......... ......... ......... .........1..................1.........;........- I......... ....... :::::::::'::::::::: :::::::::'::::::::: ::::::::: ::::: :::.. .........I.........'........ I..-...... ......... .........:....II... IIII. -.. :::::: ::::::::: :::::::: ::::::::: ::::: :::.::. ....::..:1......... i......... :::::::::!::::::::: ::::::::: :::::::::;::::::::: ::::::::: ::::::::: :::::::::.:::......j......... .........I......... I......... ...j......... ......... ......... .. .. ......... .........i.........1......... 1.................j-- i--I........ ... ..- �......... .... ................... ...................:......... .........I......... I.-....... 340:.. = -= -=- 1 -: -_ 1 ----•••••• ••••..... ......... .........j.........;......... .........--.-..... �.........I.........------... �... ......... ......... ....- ......... ........ ......... ......... ......... ...... ...-.....I......... -•••••-------•-- •........ ••----•• .. ......... ......... .........;.........;......... ......... ......... .........j................... ...-.....1......... :::: .........j......... ......... I I-.-•••••. .. ..�1 .... .....•••• v, o -- I I . . . . . . . . . . . . . ,Q C„ . . . . . . 2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : : : : . : . . . . . . . . . : . . . . . . . - . . . . . . . . . . - - - - - - - - - - - C7 c� ......... ......... j......... ......... r .. io � ...j......... ::::::: :::::::::�::::::::: :::::::.. :....:: 4 ........ 0 .. ......... ...-. I......... .. `° .. j..................j.......:�........ EXIST. GRADE ..........----- .j......... ...... ZI'-':Z....;.. I. W ....... CONS . -BASELINE :...... I ......... _ ��:.. .... . .... . .. . . ... . LL. I i r.... .. --. .:: .. . ......... ......... ........ ...... . ......... ......... .•••• --. ......... ...... J Q .............. . ..........--......I..................I.........i .........:.........:.................. ...... . ......... ....... ......... I..� _ �. ............. ......... ......... ..--..... I......... .� .. ......... ....... ....... TM _ --Y ......... j.........�....-.... • •. ••••..... ....... .........I......... ......... ......... ................... �. :�j....,......... I.........i :Q .. .--...... ......... ........i .......�......... ...-. ......... :L0------•-- •.-........ 0...... ......... ......... .........j......... ......... ..........••-........;...... Ctil :C].... I.........1......... i......... ....... ......... +. .... .........o;......... ......... .......I. ....... .--------........ ...... .�.... I......... ....:::::'::::::::: ::::::::: :::::: cfl• • ;......... ,......... ...... LIJ ;.. i................... I.........1.........1. cat * i - - - - - v - - - ... _ ........ ......... ... B�VC (svo} - - - ........... _ ........ _ -... tii7 Z : Q-- - .� O :.. . ......... ---- .... _ ... f .. .w.rr art�ww w ��...�� a-w�waOF* ��*ll�.�ewwr.wwww.www�.www�.www�.wwwa.www�•wwww•www�•irwww•irwwrwwww:ww �r[� { I j : : : : : : : : : ... _ _ �- �. . . . . . . . :....:.. w :a� .... w w w::...: . . . . . . . . . . . . . . . . . . . .••-••• - 1 ... .... ........ ;..--...............!..- ........ — :+10 j.........I......... ......... ...... -......-- .... ......... ... ...... ;.........�-.......:IETi18:5. 01 ....;.........1......... ...... ..••..... .........I ....-...I....... :ice ". -•- ......... ..... .........i......... ..... ......... I...... I......... .........I......... •....... ..-. .... $LF-18 STEE ......I ........-1 Z :-i.....i.. ...... 1 . . . :I.l.l C© PI•T:.. OF2E RfT ....... . .. ......... ......... ......... ,..' . .... ; ......... E ......... . - .... . Z ►45iNG I...... I.. .......-- ......... .... ...... ...... ...... ......... ......... ......... ......... ......... ........ . ...... : H .... .. �:.. - - '----...... - -- -- -!.. ----- .... .... - — (All ... . ... . ......... ......... ............ ......... ......... ......... ......... .........j..•••••• ... --- ::::::::-1 m ......i... .. 1 ::::::::: ::::::::: :::::----1-------- ..•••• ..-...-.. ......... ......... ........ ::::::::: :::::::::i::::::::: ::::::::: :::.----........ 1:::: :::::I I.........€......... ........ : :::: ::::::::: ::::::::: ........ :::::::: •••• •••:::::: ::::: :::::::::: :::::::--I- Ij i---- �......... H ............. .........I......... I......... �......... i......... ........ Q.... ......... ........................... I......... I......... �......... .------•....... ......... ... ••••••••• I......... . .........I.....::::�::....... ......:.. ......... .... .... ......... ---... • ...... •••• ••••••••• ••••••••. ....-....,.........I......... .........------...I.........j......... ......... ......... ......... .........i.... I......... ..................---•••••• •........ .........i......... 1 I......... ......... ......... .........I......... I......... ;..-...... I.........i.........i.........i ..... ........ ......... ......... ......... .........1......... j ...... .......-- --.I..-::::-- ...-::::: ::::::::: ::::::::: ::::::::: ::::::::: ::::. :::::::::::: ::::::::: :::::::::I ::::.....I.::::::.. :::: ::::: ::::::::: ::::::::. .......:: .......-. ......... : :::::::::!::::::::: :::::::: ::::..... �..--.....I......... S'ALx�'p I :: :::: ::::::: ::::::::: ::::::::: ::::::::-I ......... ... ......... .. €SAS i:::::::::3:::::::: ::::::::: :::::::: :::::: :.:::: ::::::::. :•••••••-------------::::.: :-----•.. ......... ......... .........---•••.-. ....-.... ti` c,flF j�� .........'-.......'.........: .........1......... ........ I ---•••---- --------------••-- ..... ..... I i I II......... - -- ................ .... . .. . ...... . ................... .......... j4 I ......... ......... ......... ... .... --•••• I......... i.........I.........E�....... I 1......... ......... ........ ......... ......--- -.... ......... ..•..•••• .......-. ......... ........ ! ......... I.........I.........i......... ......... .- • - - - - ----------- --- ----- - ••-••.......--•- ...... I......... ......... ......... ......... ... I... ••••• ......I...-..... E......... I... ••..........�.... ��o�,��t���s,�a� I......... i....I.........I ......... .................. i......... �S. Gt.........�....-............ .::::::::::::::::::{:::::::::1:::::::::I::::::::. ::::::::: ::::::::: ::::::::: ::------- ::::::::: ::.:::::: •••• ••....... .......-.j......... ... zp �� ..... i......... i......... ......... 27+00 28+00 29+00 30+00 Roth Hill, LLC Tel 425.869.9448 www.rothhill.com 11130 NE 33rd Place, Suite 200 Bellevue, WA 98004 SCALE 20 0 20 40 { FEET } 1 INCH = 20 FT NO. REVISION SURVEYED: MJL DESIC29Mc RWB DRAWN. aSH BY I DATE I APPR I "mvE`> 1 "=20' ONE INCH AT FULL ..GALE IF NO[ ONE INCH SCALE ACCORDINGLY HORIZONTAL- H 1D 1983//11991 DATUM �g CITY OF RENTON Planning/Building/Public Works Dept. STONEGATE LIFT STATION CONVEYANCE IMPROVEMENTS SCHEDULE A SEWER PLAN AND PROFILE NE 26TH ST FEiABOO1C PAGE:* mw" Non $Nw_ OF_ 14 29 a z 0 L0 0 Cq ar z V) a w LL 60"0 TYPE 11 CB MANHOLE FRAME & COVER PER CITY OF RENTON STD. FLAN 8024 CUT -INTO IE=404.9� CON TR. Ti LOCA T1 ON Ex. 18" s 21"0 STEEL CASING 15"PVC SS 18"PVC (LF AS REQ'D) 18" CPLG. FERNCO SERIES 1006 #1006--1818 OR APPROVED EQUAL k (TYP. BOTH SIDES) k � I L----.----EX.18"CONC SD k k CENTER 15" SS PIPE SO PIPE BELLS ARE NOT LOCATED WITHIN CASING. MODIFIED TYPE II 60"0 CB NTS CB PER -ON STIR. C SS CASING "PVC SS) NOTE: 1. ALL BOLTING MATERIAL SHALL BE STAINLESS STEEL fflTHIN AIR -VAC ASSEMBLY. 2. ALL FITTINGS SHALL BE LINED D.I. WITHIN THE MANHOLE UNLESS OTHERWISE NOTED. PLAN 5'--Q" (TYP) GF�AiYiti VELY. ''''y V'''''' ELEVATION S6wo 2T STAN68N K40DEL S92 SINGLE AIR/VAC ASSEMBLY DETAIL NTS VWA 1, IG �$ 1 ST� ANAL X�),P-7 SECTION A SURVEYEO: SCAIE; ROTF'ril . . ...... . . ........... (AkWM ,L AS NOTED HE]R20NTRL'HAk] FsNAVU as%,sg� 4,, I -1' �� ST®NEGATE LIFT STATION CONVEYANCE DEStChE ewe '�' ''� RENTON IMPROVEMENTS DSH Roth Hill, LLC Tel 425.869.9448 www.rothhill.com °"" N� DATUM 11130 NE 33rd Place, Suite 2Dt� Bellevue, WA 98004 FF NOT ONE ,� /,S"/ I� AT SSE Plonning/Building/Publ,c Works Dept. MISC. DETAILS NO. REVISION BY DATE APPR SCALE ACCORDINGLY } f w 314 f 3 `61 RATE: PACE: SHEET: OV: 27 29 0. CIO f z C5 Ul U LO It N z 01 a u- a Z u.. a ti, IM 0 W D Q Lj Q z m G J� 3� 39r NE 2 1 ST CT M7 a ' N�E�2 T�H S��T 9 a oti 27+vp 30+0 M12 f LLJ L� � Ljj z > ..., 00 o M oQ s S SE 102ND ST 12� � .. . . .. . . .. .................................................................... BASELINE "C' PT# NORTHING EASTING STATION DESCRIPTION 114 189075.89 1315934,10 11 +00 BEGIN BASELINE 115 189312.29 1315926,58 13+43.12 PT 116 189522.95 131582$.17 15+75.63 PC 117 118 119 189880.75 190028.68 190150.34 1315908.37 1315989,62 1316005,11 19+70A2 21+42.92 22+65,57 PRC PT PC 120 190368.62 1316261.73 26+35,24 PT 121 190352.06 1316741.70 31 +15.50 END BASELINE LINE BEARING DISTANCE L10 N25°02'18isw 232.51' L11 N07'15'21 "E 122.65' L12 S88°01'24"E 480.26' CURVE C5 RADIUS 30O' LENGTH 243.12' DELTA 46.25'55" C6 300' 394.49' 75'20'32" G7 230' 172.81' 43°02'S3" C8 250' 369.66 84-43'15" MONUMENTS_ Mo�q MONK ROTPHI Mo�q MONK ROTPHI NORTHING EAST€NG srAr��, OFFSET STATION, DI='ESET M1 �BI6231a2 187623.42 1314153.33 298. 11+42.98, 0.01 0.03 L L M2 i BB]a8.}6 188248.36 1314168.77 17+68.12, QD0 R M3 M3 M4 18$449.01 �BB699.OB 188699.78 31a252.62 1314252.62 1314494.14 � I. 19+90.67, 23+38.83, Ba, 000 a.07 0,09 R R R M5 188791.43 a]2� BI 1314723.81 25+95 25+93.74, 0 D.02 L M6 M7 i88]Bi.}] 188781.37 30.11 188930.22 1314947.78 t3t5558 a�i 1315558.�41 28+17.94, a, 3 34+89.32, 000 a.00 0.a0 a R R M8 189128.85 1315949.49 a+55.}2, 11+55.22, 0.�6 0.08 F R M9 18953R.B9 189522.89 t3i5B28.i8 1315828.18 t5+�S5�, 15+75.57, 0 Q.02 L M 10 189880.70 i 31590838 131590$. 38 i9r�0.09. 19+ 70, 09, 0.05 0.05 a R M11 190150.27 1316005.a9 '3'600 22+65.50, 56, 0.01 L M12 190352.01 131 fi741.67 31 +15.46, 0.05 0.D5 a R LL Roth Hill, LLB Tel 426.869.9448 vvww.rQthhiil.cam 11130 NIA 33rd Place, Suite 200 Bellevue, if1iA 98404 LIJ LU LL I I � i k n BASELINE "D" PTA NORTHING FASTING STATION DESCRIPTION 122 189577.97 1316722.46 10+00 BEGIN BASELINE 123 190477.69 1316744.83 19+00 END BASELINE BASELINE "A" LINE BEARING DISTANCE L1 N76°25'58"E 509.66' L2 N76°25'58"E 140.34' NET TO SCALE NE 21 ST CT � BASELINE "B" PTA NORTHING FASTING STATION DESCRIPTION 102 187482.90 1314176.78 10+00 BEGIN BASELINE 103 187545.65 1314161.63 10+64,55 PC 104 187623.42 1314153.35 11 +42.99 PT 105 188248.36 13141 fi8.77 17+68,12 PC 106 188449.06 1314252.58 19+90.68 PT 107 188699.82 1314494,05 23+38.80 PC 108 188791.42 1314723.59 25+93.52 PT 109 188781.40 1314947.78 28+17.94 ANGLE BREAK 110 188762.99 1315356.83 32+27.40 ANGLE BREAK 111 188930.22 1315558.41 34+89.32 PC 112 189142.38 1315878.98 39+14,97 PT 113 189128,89 1315949.42 39+86.69 END BASELINE LINE CURVE BEARING DISTANCE L3 L4 N13034'02"W N01 024'46"E 64.55' 625.13' L5 N43°55'1 D"E 348.12' L6 587°25'58'E 224.42' L7 s87925'37"E 409.47' L8 N50•19'14"E 261.92' L9 S79009'24"E 71, 72' RADIUS LENGTH DELTA C1 300' 78, 44' 14'48'48" G2 300' 222.56° 42'30'24" C3 300' 254.72' 48'38'52" C4 275' 425.65' 88'40'58°, LIND AVENUE LIFT STATION CONSTRUCTION RECORDS THIS PAGE INTENTIONALLY LEFT BLANK WA 16" ST . 11III[IIII Ill 10 :11111 J01 0 N:171994.29 E:1296467.28 EXISTING CB RIM=19.78 IE N 12"CONC=15.58 IE W 16"CONC=15.38 PROPOSED MAPLE TREE w w I A EXISTING 48" SSMH RIM = 21.37 8"IEIN=7.05 8" IE OUT = 6.97 L/\IJ I I I I \ JL IVII I RIM=20.66 22 "CONC=8.66f IE E 48"C NC=�6f 2'±F00T OF SILT AT BOTTOM WR EL L TEL — I EXISTING SSMH RIM=21.01 CTR C N=7. NW WITH FLOW REST CTION SCREEN NOT ABLE TO SEE OR FEEL EAST IE R CHANNEL I � I I I I I I� I 0 FUEL LINE NOT FI6D - I I I I I I z I I � I I � PROPOSED EIS CTRICAL D ' C SERVICE. SE4 PWG NO. E02 m FOR CONDUIT CHEDULE I I C I I C I I0 WATER AT 4' DEPTH I I I I I 11° BENDS VERtj ICAL TO CLEAR UTILITY (2)1 1/2" CON UITS FOUND I AT 3' - 6" DEP��H 01 Al CONDUIT'AT 42" DE TH J ALL REMOV� OR DAMAGED � / CURB SHALL E RESTORED TO MATCH ISTING, TYP. ' 8" SS FM 8" SS FM 8" S FM I I I EXISTING SSMH RIM = 22.20 ; 'ABANDON N PLACE IE OUT = 9.30' S GA LINE FOUND AT, 6' DEPTH Q PROPOSED BOX RELOCATION 48" SSMH Al RIM = 21.47 8"IEIN=6.79 8" IE OUT = 6.78 I EXISTING SSMH TRIM=21.74 T EXISING SSMH CTR CHANIRIM=21.68 7.48 N/W NO V181BLE FLOW / PWR OVERALL PROPOSED SITE PLAN 1"=10' PETROLEUM I PROPOSED 8" C900 90 DEGREE BEND BELL x BELL WITH THRUST BLOCK PROPOSED 8" C900 FORCE MAIN APPROX. 9 LF PROPOSED 8'x18' VALVE VAULT G G — PROPOSED CONCRETE CURB, MATCHED EXISTING 450 BEND, TYP. z 1 PROPOSED DROP IN EXISTING MANHOLE Z 1 PROPOSED 8" C900 FORCE MAIN APPROX. 167 LF SEE PLAN FOR DETAILS Q ANTENNA ON LIGHT POLE POINT DATA AND DESCRIPTIONS POINT # NORTHING EASTING ELEVATION DESCRIPTION 1 171,957.64 1,296,503.85 21.39 CENTER OF WET WELL 2 171,962.14 1,296,494.89 21.18 NE CORNER OF VALVE VAULT 3 171,953.14 1,296,475.89 21.27 SW CORNER OF VALVE VAULT 4 171,968.25 1,296,519.10 21.45 NE CORNER OF GENERATOR PAD 5 171,956.25 1,296,514.10 21.45 SW CORNER OF GENERATOR PAD 6 171,987.99 1,296,526.68 PER PLAN NE CORNER OF ELECTRICAL BUILDING 7 171,979.32 1,296,516.01 PER PLAN SW CORNER OF ELECTRICAL BUILDING 8 171,975.34 1,296,478.07 PER PLAN 90 DEGREE BEND IN FORCE MAIN 9 171,969.21 1,296,476.31 21.03 NW CORNER OF CURB 10 171,969.21 1,296,512.33 MATCH EXISTING NE CORNER OF CURB 11 171,949.15 1,296,476.05 21.33 SW CORNER OF CURB 12 171,976.70 1,296,549.47 MATCH EXISTING UPPER NW CORNER OF PVMT RESTORATION 13 171,927.29 1,296,502.41 MATCH EXISTING WEST CORNER OF PVMT RESTORATION 14 171,915.29 1,296,502.36 MATCH EXISTING SW CORNER OF PVMT RESTORATION 15 171,915.09 1,296,547.10 MATCH EXISTING SE CORNER OF PVMT RESTORATION 16 171,976.70 1,296,558.62 MATCH EXISTING UPPER NE CORNER OF PVMT RESTORATION 17 171,976.70 1,296,565.92 MATCH EXISTING NW CORNER OF PVMT RESTORATION 18 171,971.70 1,296,610.97 MATCH EXISTING SE CORNER OF PVMT RESTORATION 19 171,976.70 1,296,623.49 MATCH EXISTING NW CORNER OF EAST SDWLK RESTOR. 20 171,971.70 1,296,630.01 MATCH EXISTING SE CORNER OF EAST SDWLK RESTOR. 21 --- --- SEE DETAIL END OF WET WELL PASSIVE VENT PROPOSED 8'X10' ELECTRICAL BUILDING. SEE DWG NO. S02, S03 AND SPECIFICATIONS FOR DETAILS. N \ � PROPOSED SITE PLAN 1"=5' PROPOSED GENERATOR PAD W/ GENERATOR. SEE DWG NO. E08 FOR DETAILS PROPOSED 8" GATE VALVE, TYP. SEE ISOLATION DETAIL U REVISED PER CONSTRUCTION RECORDS NO. REVISION L7 ER�O A �IONAL SIGNED. 01/17/13 SIGNED. 01/17/13 Z W W Lu zg a ZCr. W Z cc46 O tz Q Z Q J a W cn 0 W U) O a O w a ENGINEERS PLANNERS SCIENTISTS RH2 ENGINEERING, INC. http://www.rh2.com mailbox©rh2.com 1.800.720.8052 3" S F BELLINGHAM 360.676.0836 I454 West Horton Road BOTHELL 425.951.5400 22722 29th Drive SE, Suite 210 EAST WENATCHEE 509.886.2900 300 Simon Street, Suite 5 RICHLAND 509.946.5181 114 Columbia Point Drive, Suite C SILVERDALE 360.876.7960 2021 NW Mhyre Rd, Suite 107 TACOMA 253.272.3059 621 Pacific Avenue Suite 104 SCALE: SHOWN I 0 1" 2„ I DRAWING IS NOT TO SCALE IF BAR IS NOT 2" LONG IPLOT: 1 DWG NO. ENGINEER DEB Cj02 REVIEWED: MM DATE: Nov 11, 2014 SHEET NO. CLIENT: REIN 04 MRJF MLM 09/16/14 Joe No.: 112-023 20 BY REVIEW DATE FILENAME: LIND—D—CIV02.DWG Appendix B MANHOLE COVER DETAILS THIS PAGE INTENTIONALLY LEFT BLANK A DRILL & TAP 5/8"-11 °°°°° °°°°°°° NO S.S. CAP SCREW (3 EA VD 120) 000000 °° °°° o0000 COVER TO BE D/VD °° °° ALIGNED WITH LETTER POCKET & HANDLE ILI45pg STRAIGHT U oo OUTER COVER TO BE ALIGNED WITH POCKETS .......... 00000 000......... No0 HORIZONTAL 0000000000000000 000000000000000 000000000000000 00000000000000 A 6 2 1 /2" —57 3/4"� 12„ 4" 5/S" 54' �2 X 56 1/2" RING GASKET DETAIL FRAME 3/8" X 5/16" NEOPRENE GASKET SOLID POCKET (RECESSED) LIFT HANDLE (2 PLCS) 1 '�" BORDER 14 1/8" X 4" X 1/4" SOLID POCKET RECESS FOR PLATE HANDLE (1 EA) 3/8" X 5/16" T NEOPRENE GASKET (RECESSED INNER COVER INTO COVER) 3' SECTION A —A 251" 1, 3"T— OUTER COVER NOTES: OLYMPIC FOUNDRY INC. 54" X 4" RING, OUTER COVER & OFFSET INNER COVER WT MATL: Ductile Iron ASTM A536, CL 80-55-06 RATING: H-20 PART NO. MH99 APPROX WT: Ring 390 Lbs, Outer cover 600 Lbs, Aux cover 98 Lb REV: A DATE: 1/8/2004 Inserted gasket REV A DOCUMENT APPROVED DWN: CL DATE: 1/8/2004 TOLERANCE REV: DATE: xx +_ .1 BY: DATE: xxx+_.os CHKD: CL DATE: 1/8/2004 DWG #: MH99 RING & OFFSET AUX CVR WT SHEET: 1 OF 1 xxxx+_.oso 7SCALE/A <+_ 2 DEG CAT THIS PAGE INTENTIONALLY LEFT BLANK Appendix C TELEmE TR Y PANEL DRAWINGS THIS PAGE INTENTIONALLY LEFT BLANK DRAWING NAME DESCRIPTION LINE 2 DRAWING TYPE - � 8 WIRING SPECIFICATIONS 0 0 1 I E F COTTONWOOD LIFT STATION TELEMETRY PANEL C-00 NWOOD LIFT STATION TELEMETRY PANEL C-01 COTTONWOOD L TELEMETRY PANEL C-02 COTTONWOOD LIFT STATION TELEM C-03 COTTONWOOD LIFT STATION TELEMET COT�ONOD LIF ELEMETRY PANEL :C-04 —05 OD LIFT STATION TELEMETRY PANEL COTTONWOOD LIFT STATION TELEMETRY PANEL P-10 EAST VALLEY LIFT STATION TELEMETRY PANEL C-10 EAST VALLEY LIFT STATION TELEMETRY PANEL C-11 EAST VALLEY LIFT STATION TELEMETRY PANEL C-12 EAST VALLEY LIFT STATION TELEMETRY PANEL C-13 EAST VALLEY LIFT STATION TELEMETRY PANEL C-14 EAST VALLEY LIFT STATION TELEMETRY PANEL C-15 EAST VALLEY LIFT STATION TELEMETRY PANEL C-16 EAST VALLEY LIFT STATION TELEMETRY PANEL C-17 EAST VALLEY LIFT STATION TELEMETRY PANEL P-20 OAKSDALE LIFT STATION TELEMETRY PANEL P-21 OAKSDALE LIFT STATION TELEMETRY PANEL C-20 OAKSDALE LIFT STATION TELEMETRY PANEL C-21 OAKSDALE LIFT STATION TELEMETRY PANEL C-22 OAKSDALE LIFT STATION TELEMETRY PANEL C-23 OAKSDALE LIFT STATION TELEMETRY PANEL C-24 OAKSDALE LIFT STATION TELEMETRY PANEL C-25 OAKSDALE LIFT STATION TELEMETRY PANEL C-26 OAKSDALE LIFT STATION TELEMETRY PANEL C-27 OAKSDALE LIFT STATION TELEMETRY PANEL C-28 OAKSDALE LIFT STATION TELEMETRY PANEL P-30 RAINIER LIFT STATION TELEMETRY PANEL C-30 RAINIER LIFT STATION TELEMETRY PANEL C-31 RAINIER LIFT STATION TELEMETRY PANEL C-32 RAINIER LIFT STATION TELEMETRY PANEL C-33 RAINIER LIFT STATION TELEMETRY PANEL C-34 RAINIER LIFT STATION TELEMETRY PANEL C-35 RAINIER LIFT STATION TELEMETRY PANEL C-36 RAINIER LIFT STATION TELEMETRY PANEL POWER DISTRIBUTION DIGITAL INPUTS SLOT 0/1 DIGIT OTS 2/3 DIGI SLOT 4 DIGITAL OUTPUTS SLOT ANALOG INPUTS SLOT 5 BACKUP FLOAT AND PUMP CONTROL POWER DISTRIBUTION DIGITAL INPUTS SLOT 0/1 DIGITAL INPUTS SLOTS 2/3 DIGITAL INPUTS SLOT 4/5 DIGITAL OUTPUTS SLOT 0 ANALOG INPUTS SLOT 6 BACKUP FLOAT AND PUMP CONTROL BACKUP FLOAT AND PUMP CONTROL (CONT.) INTRINSICALLY SAFE CIRCUITS POWER DISTRIBUTION DIGITAL INPUTS SLOT 0/1 DIGITAL INPUTS SLOTS 2/3 DIGITAL INPUTS SLOT 4/5 DIGITAL INPUTS SLOT 6 DIGITAL OUTPUTS SLOT 0 ANALOG INPUTS SLOT 7 BACKUP FLOAT AND PUMP CONTROL BACKUP FLOAT AND PUMP CONTROL (CONTI POWER DISTRIBUTION DIGITAL INPUTS SLOT 0/1 DIGITAL INPUTS SLOTS 2/3 DIGITAL INPUTS SLOT 4 DIGITAL OUTPUTS SLOT 0 ANALOG INPUTS SLOT 5 BACKUP FLOAT AND PUMP CONTROL PANEL LAYOUT DIA ING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM (RING DIAGRAM CONTROL WIRING D PANEL LAYOUT DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM PANEL LAYOUT DIAGRAM PANEL LAYOUT DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM PANEL LAYOUT DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM CONTROL WIRING DIAGRAM (MAIN SUPPLY SOURCE) AC POWER STRANDED COPPER, MTW, BLACK W/ PHASES COLORED A 120 VAC CONTROL STRANDED COPPER, MTW, RED 120 VAC NEUTRAL STRANDED COPPER, MTW, WHITE 120 VAC GROUND STRANDED COPPER, MTW, GREEN DC CONTROL STRANDED COPPER, MTW, BLUE DC COMMON STRANDED COPPER, MTW, WHITE W/ BLUE STRIPE DC ANALOG TWISTED SHIELDED PAIR, BLACK AND CLEAR (EXTERNAL SUPPLY SOURCE, ENERGIZED WITH MAIN DISCONNECT OFF) 120 VAC CONTROL STRANDED COPPER, MTW, YELLOW 120 VAC NEUTRAL STRANDED COPPER, MTW, WHITE W/ YELLOW STRIPE WIRE SIZED AT MINIMUM PER UL508A, TABLES 28.1 AND 38.1 FIELD WIRING SHALL BE COPPER WIRE WITH MINIMUM 60 DEG. C INSULATION RATING UNDER 100 AMPS, 75 DEG. C INSULATION RATING 100 AMPS OR MORE TORQUE SCREWS AT FIELD WIRING AND FUSED TERMINAL BLOCKS TO 7 LB. IN., TORQUE SCREWS AT CIRCUIT BREAKERS TO 21 LB. IN., OR TORQUE AS INDICATED ON LABEL NEAR TERMINALS. CONTROL PANEL LABELS THE FOLLOWING LABELS WILL BE PLACED WITHIN THE CONTROL PANEL IF LISTED IN THE CONTROL PANEL LAYOUT (P) DRAWING O QCC NAMEPLATE (FRONT DOOR) O MAIN POWER NAMEPLATE (INTERIOR) (� FIELD WIRING SPECIFICATION (INTERIOR) O NON—UL COMPONENT (NEAR NON—UL ITEM) O MULTIPLE POWER SOURCES (FRONT DOOR) O INSTANTANEOUS TRIP CIRCUIT BREAKER (2 LABELS NEAR DEVICE) O HIGH FAULT SCCR BRANCH CIRCUIT TRIP (NEAR CB) (� INTRINSICALLY SAFE FIELD WIRING (NEAR I.S. FIELD TERMINALS) (� INTERFACE TO HAZARDOUS LOCATIONS (2 LABELS ON FRONT DOOR) 10 ARC FLASH (FRONT DOOR) 11 UPS POWER (FRONT DOOR) I t=rt=Nn eo BILL OF MATERIALS ITEM NO. WIRING BY OTHERS EQUIPMENT BY OTHERS 0 MAIN DISCONNECT AND BRANCH CIRCUIT PROTECTION PROVIDED IN THE FIELD BY OTHERS 0 INSTALL IN ACCORDANCE WITH ARTICLE 504 OF THE N.E.C. CABLE LENGTH SHALL NOT EXCEED 1,000 FT. QualityControls Corporation p 5015 208th St. SW, Suite 1-13 Lynnwood, WA 98036 DRAWN BY: C. HSU END USER: CITY OF RENTON 20 1 8 SEWER AND STER TELEMETRY UPGRAADDESES RENTON 20 1 8 SEWER & S T O R M W AT E R QCC PROJECT NO. P 1 7 2 5 C FAT REVISIONS C. HSU 09/25/18 APPD. BY: CUSTOMER: B SHOP TEST C. HSU 9/24/18 (425)778-8280 J. YAO CITY OF RENTON TELEMETRY UPGRADES DWG. NO. A SUBMITTAL REVIEW C. HSU 1 6/18/18 www.QualityControisCorp.com DATE: 05/18/18 CONSULTANT: RH2 ENGINEERING DRAWINGS LisT p _ REV. DESCRIPTION BY DATE 1 2 3 4 5 0 C D F 3 4 7 7 I 8 I E F C B A REV SS 2.63 M E91 2s.o I 9U.0 I LJ LJ PUMP 1 PUMP 2 PUMP 3 68.1 65.0 65.1 68.0 65.1 fi5.0 ® 63.0 O fi3.0 ® 63.0 68.0 65.0 fi5.0 66.0 65.0 65.0 60.0 fi0.0 SWING PANEL LABELS: O1 OO 3O® 9O 11 "WARNING 120VAC KEEP OUT" LABEL INCLUDED ENVIRONMENTAL TYPE 4X, USE TYPE 4X CONDUIT HUBS & FITTINGS LP DESCRIPTION 1 RUN 2 FAIL 3 HAND OFF AUTO 4 LEAD PUMP PUMP 1 PUMP 2 5 ALARM 6 PRIMARY HIGH LEVEL 7 PRIMARY LOW LEVEL 8 SECONDARY HIGH LEVEL 9 SECONDARY LOW LEVEL 10 EMERGENCY PUMP 11 RESET 12 LAMP TEST 3 3.0 MOUNTING HARDWARE TO BE 81.0 82.0 84.0 3P p 38.0 37.0 38.1 g1.0 121.0 INSTALLED FOR EXISTING RADIO �7 SPACE FOR EXISTING RADIO '�/'�/'�/ e • 40/'/� 40 75.0 70 W, 76.0 INTRINSICALLY SAFE AF 8 /'/'j,2 m I I C E Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA98036 (425) 778-8280 www.QualityControIsCorp.com DRAWN BY: C. HSU END USER: CITY OF RENTON 201 8 SEWER AND ST❑RMWATER TELEMETRY UPGRADES EAST VALLEY LIFT STATION TELEMETRY PANEL PANEL LAYOUT DIAGRAM QCC PROJECT N0. P 1 7 2 5 C FAT REVISIONS C. HSU 09/25/18 APPD. BY: J. YAO CUSTOMER: CITY OF RENTON SHOP TEST C. HSU 9/24/18 DWG. N0. SUBMITTAL REVIEW C. HSU 6/18/18 DATE: 05/18/18 CONSULTANT: RH2 ENGINEERING DESCRIPTION BY DATE 1 2 3 4 5 6 8 1 2 3 4 5 6 7 8 1028 COM 1028 COM from 1028 from 1026 from 1120 from 1120 1101 Allen-Bradle 1121 Allen-Bradley 1769-Li8ER-BBy1B 1734-1B8 Base SLOT 2 A PLCO2C SS-1701 PLC A 1102 CR-11 1102 i:o°ioo AC CONTROL 1122 oze —xoo 1122 nz2 i:ovo° PUMP NO. 1 0 POWER FAIL IN 0 IN HAND 0 0 1103 CR-1013 1103 ooiol DC CONTROL 1123 oze SS-1701 =o0x 1123 z3 ovol PUMP NO. 1 1 POWER FAIL IN 1 1 IN AUTO FIELD UPS FU-1124 PU OVERT MP EMP 1104 3 14 no4 i:ooioz DC UPS FAIL ALARM 1124 v4 A---------t — — iy---------- 1124 124 i:ovoz PUMP NO. 1 OVERTEMPERATURE FAIL 2 IN 2 2 1105 33 34 1105 ooio3 DC UPS LOW 1125 FU-1125 Ri q--------- �_ I PUMP SEAL FAIL i ti �_ — --- — — — n25 — — — nzs i:ovo3 PUMP NO. 1 BATTERY i IN 3 SEAL FAIL 3 I 3 B FU-1126 I PUMP CHECK VALVE OPEN R 1106 z3 z4 1106 ooio4 DC UPS 1126 va q --------- i i t --- ------- nz° 1126 i:ovo4 PUMP NO. 1 BUFFERING i j IN 4 CHECK VALVE OPEN 40 J 4 RESET 1107 oz° PB-1107 1107 not ooi°s ALARM RESET 1127 CR-1713 1127 ovos PUMP NO. 2 FIELD 5 FIELD IN 5 5 RUN 1108 FU-1108 v4q _ BUILDING INTRUSION PANEL INTRUSION ZS-1108 ZS-1108A 11o8A — —_noe no°n ooio° BUILDING / PANEL 1128 FU-1128 /4q --------- r �___PUMii AIL --- 1128 nze Duos PUMP NO. 2 -o---�— ENCLOSURE INTRUSION i i IN6 FAIL L-A —1 FIELD 6 L----J 6 FU-1109 SMOKE ALARM I SS-1705 1109 ' 4q -- t— — — — — — — — — — —� i `— -------- 1109 1109 nz SMOKE ALARM 1129 toze =xoo 1129 nzv i:ovoL PUMP N0. 2 IN HAND 70 IN 7 7 C FU-1110 C 1110 v4A --------- LS-1110 --� --------- �� L mo itto ooioe 8 STATION FLOOD 1130 1028 — — J COM 1028 COM 1111 CR-1602 1111 PRIMARY HIGH WET WELL 1131 oil CR-1603 1112 1112 9 Don° LEVEL FLOAT PRIMARY LOW WET WELL 1132 10 LEVEL FLOAT 1113 CR-1614 1113 � EMERGENCY STOP 1133 11 FLOAT D j 1114 CR-1615 1114 i:oonz SECONDARY HIGH WET WELL 1134 12 LEVEL FLOAT 1115 CR-1625 1115 0� SECONDARY LOW WET WELL 1135 oil CR-1712 1116 1116 13 00 14 LEVEL FLOAT PUMP NO. 1 1136 RUN FIELD 14 FU-1117 F- 1117 v 4A -PUMP FAIL ---------+— I i `--�-------- fl17 nn i:oons PUMP N0. 1 1137 L J 15 FAIL E 1118 1138 1119 1139 1120 1140 to 1121 to 1121,1121 to 1201 to 1201 1028 COM 1028 COM B SHOP TEST A SUBMITTAL REVIEW REV. DESCRIPTION 1 Quality Controls Corporation 5015 208th St. SW, Suite 1-13 Lynnwood, WA98036 (425)778-8280 9L www.QualityControIsCorp.com DRAWN BY: C HSU END USER: CITY OF RENTON 20 1 8 SEWER AND ST❑RMWATER TELEMETRY UPGRADES EAST VALLEY LIFT STATION TELEMETRY PANEL DIGITAL INPUTS SLOT O/ 1 CONTROL WIRING DIAGRAM O.CC PROJECT NO. P 1 % Z 5 APPD. BY: J. YAO CUSTOMER: CITY OF RENTON C. HSU 9/24/18 DWG. N0. C - 1 1 C. HSU 6/18/18 DATE: 05/18/18 CONSULTANT: RH2 ENGINEERING BY DATE 2 3 4 5 F; - 8 1 2 3 4 5 6 7 8 1029 COM 1029 COM from 1029 from 1029 from 1620 from 1620 ISR-1601 CR-1615 LT-1621 1601 POWER 2 1621 1621A 1621 R SECONDARY HIGH LEVEL LIGHT A OUT1 1602 CR-1602 PRIMARY HIGH CR-1409 1602 1 o LEVEL FLOAT 1622 NO 1111,1606,1632,1634 NC OUT2 1603 CR-1603 PRIMARY LOW CR-1721 1603 s s LEVEL FLOAT 1623 NO 1112,1609 _ NC17011705 WET WELL �� INTRINSINCALLY -]F WET WELL SAFE AREA ISR-1624 1604 II 1604 2 1604A — 1624 11 POWER 12 PRIMARY HIGH LEVEL IN1 IN2 PRIMARY LOW LEVEL PUMP START FLOAT PUMP STOP FLOAT CR-1625 1605 LS-1605 LS-1605A L-- 6os 4 5 605A o-- — 1625 OUT1 10 1625 SECONDARY LOW LEVEL FLOAT N1115,1629 NC 1709 B CR-1602 LT-1606 OUT2 CR-1626 SPARE B 1606 1606 R PRIMARY HIGH 1626 e 9 16 6 LEVEL LIGHT NO F— —IF— NC CR-1407 WET WELL JL SAFE AREA INTRINSINCALLY 1607 CR-1721 1627 i--------- I ifi27 1 2 1627A (SECONDARY LOW LEVEL INi N2 PUMP LSTO ZFFLOAT 1608 1628 L--- 0_67�>_---t1 Sze 4 s 1628A CR-1603 LT-1609 L— — — —— JL---------- CR-1625 LT-1629 1609 1609A 1609 i R PRIMARY LOW 1629 1629 R SECONDARY LOW LEVEL LIGHT LEVEL LIGHT C CR-1614 CR-1408 1610 1630 1029 C011 1029 COM CR-1406 CR-1722 1611 CR-1721 1631 CR-1602 CR-1632 PRIMARY LEAD 1612 1632 1632 PUMP REQUIRED NO 1635,1701,1705 NC ISR-1613 TR-1634 L CR-1633J PRIMARY LEAD 1613 11 POWER 12 1633 PUMP REQUIRED NO 1618 NC D E L CR-1614 OUT1 1614 EMERGENCY STOP CR-1602 TR-1634 1634 PRIMARY BACKUP FLOAT 1614 0 FLOAT 1634 PUMP CALL LATCHING CIRCUIT NO 1113,1610 NO 1633 NC 17011705 OFF DELAY NC OUT2 CR-1615 1615 SECONDARY HIGH CR-1632 TR-1635 BACKUP FLOAT PUMP CALL 1615 o y LEVEL FLOAT 1635 RUN TIME DELAY NO 1114,1621,1638,1640 NO 1636 NC ON DELAY NC _ WET WELL � __INTRINSINCALLY WET WELL —IF SAFE AREA TR-1635 CR-1636 PRIMARY LAG 1616 r-------- 1616 2 6t6A----------1 1636 PUMP REQUIRED NO 1702,1706 EMERGENCY PUMP N1 IN2 SECONDARY HIGH LEVEL I BACKUP LEAD PUMP SELECTION NC STOP FLOAT PUMP START FLOAT LS-1617�--1 SS-1637 P1 Pxo CR-1637 SELECTION ACKUP ADPUMP 1617 -- 1sn 4 5 617A---LS-1617A --� 1637 NO 1701,1706 L_ IL_________JL_ NC17021705 E _J F CR-1633 LT-1618 1618A 1618 CR-1615 CR-1638 SECONDARY PUMP 1618 R PRIMARY EMERGENCY PUMP 1638 REQUIRED REQUIRED LIGHT NO 1709 NC CR-1721 TR-1640 1619 1639 CR-1615 TR-1640 SECONDARY BACKUP FLOAT 1620 1640 PUMP CALL LATCHING CIRCUIT NO 1639 OFF DELAY NC to 1621 to 1621 to 1701 to 1701 1029 COM 1029 COM F DRAWN BY: END USER: 20 1 8 SEWER AND ST❑RMWATER QCC PROJECT NO. QualityControls Corporation onor poraon C HSU CITY OF RENTON TELEMETRY UPGRADES 5015 208th St. SW, Suite 1-13 P 725 C FAT REVISIONS C. HSU 09/25/18 APPD. BY: CUSTOMER: Lynnwood, WA98036 EAST VALLEY LIFT STATION TELEMETRY PANEL B SHOP TEST C. HSU 9/24/18 DWG. N0. (425) 778-8280 J. YAO CITY OF RENTON BACKUP FLOAT AND PUMP CONTROL A SUBMITTAL REVIEW C. HSU 6/18/18 DATE: CONSULTANT: www.QualityControIsCorp.com CONTROL WIRING DIAGRAM C - 1 6 REV. DESCRIPTION BY DATE 05/18/18 RH2 ENGINEERING 1 2 3 4 5 r; - 8 m I C I E 3 LP DESCRIPTION 1 RUN 2 FAIL 3 HAND OFF AUTO 4 ALARM 5 HIGH LEVEL 6 LOW LEVEL 7 EMERGENCY PUMP g RESET 9 LAMP TEST 4 �000" OAKESDALE LIFT STATION CONTROL PANEL 0 90.0 PUMP 1 PUMP 2 65.0 65.0 O 1 ® 0 65.1 65.1 63.0 � 63.0 22.3 PUMP 3 � PUMP 4 65.0 0 ® R 65.1 65.0 63.0 63 0 65.0 65.0 65.0 65.0 BATTERIES BE PLACED ON LOSURE OR 5 6 7 -1 2" DE:E:p NEMA 12 17.13" 1210 INTRINSICALLY SAFE AREA 122. MIN. 6" X 5" � 75.0 SPACE FOR EXISTING RADIO 56 0 82.0 84.0 OR 35.0 .10 91.0 32.0 38.0 7.0 38.1 / 40 70.1 75 40 /j%// 71.0 o • • 75.2 j/ 76 5.2 73.0 j 70.1 / 57.0 z j � / N n �� 0 IN 1. I E LABELS: O1 O2 33 11 "WARNING 120VAC KEEP OUT" LABEL INCLUDED ENVIRONMENTAL TYPE 12, USE TYPE 12 CONDUIT HUBS & FITTINGS F QualityControls Corporation p 5015 208th St. SW, Suite 1-B Lynnwood, WA98036 (425) 778-8280 www.QualityControIsCorp.com DRAWN BY: C. HSU END USER: CITY OF RENTON 20 1 8 SEWER AND ST❑RMWATER TELEMETRY UPGRADES OAKESDALE LIFT STATION TELEMETRY PANEL PANEL LAYOUT DIAGRAM QCC PROJECT NO. P 1 7 2 5 C C FAT REVISIONS C. HSU 09/25/18 APPD. BY: J. YAO CUSTOMER: CITY OF RENTON B SHOP TEST C. HSU 9/24/189 DWG. N0, P _ 20 A SUBMITTAL REVIEW C. HSU /18/18 DATE: 05/18/18 CONSULTANT: RH2 ENGINEERING REV. DESCRIPTION BY DATE 1 2 3 4 5 6 8 1 2 3 4 5 6 7 8 2028 COM 2028 COM from 2026 from 2028 from 2120 from 2120 2101 AI[en-Bradle 2121 Allen-Bradley 1769-Li8ER-BBy1B 1734-1B8 Base FIELD SLOT 2 A PLCO2H _ _ FU-2122 PLC � A 2102 CR-2004 2102 I:oa/oo AC CONTROL POWER FAIL 2122 PUMP OVERTEMP +aA I t 2122 ---------t---� I i---t------- ztzz I:ot/oo PUMP 1 OVERTEMEMPERATURE 0 IN 0 0 2103 CR-2013 2103 oo/ot DC CONTROL 2123 FU-2123 PUMP SEAL FAIL E� ________—�__—� I L___�_______ 2123 ztz3 I:ot/o' PUMP NO. 1 1 POWER FAIL i I IN 1 1 SEAL FAIL UPS 2104 FU-2124 PUMP CHECK VALVE OPEN I 2124 2104 t3 t4 00/02 DC UPS FAIL 2124 v4 A ------------- i I----------- ztz4 ovoz PUMP NO. 1 2 ALARM J IN 2 2 CHECK VALVE OPEN —� — 2105 2105 33 34 I:oo/o3 DC UPS LOW 2125 CR-2802 P125 ot/o3 PUMP NO. 2 BATTERY IN 3 RUN 3 FIELD 3 B F------ B 2106 23 24 2106 00/04 0 DC UPS 2126 --PUMP FAIL I I t 2126 2oze---------- — ---------- zt2e of/o4 PUMP NO. 2 BUFFERING i IN 4 FAIL 4 L----J 4 RESET PB-2107 SS-2730 2107 2107 ztai zoze oo/as 0 ALARM RESET 2127 2127 2o2s 2t27 of/os PUMP NO. 2 IN HAND FIELD 5 IN 5 5 FU-2108 F—BIILDING INTRUSION PANEL INTRUSION SS-2730 2108 t 4q ZS-2108 P108 ZS-21oBA 2toeA —�—_ �,o---�— 2toee 2toeA oo/oe BUILDING / PANEL ENCLOSURE INTRUSION 2128 2129 zoze z'2s Duos PUMP NO. 2 IN AUTO — — — —1 FIELD 6 IN 6 FIELD 6 FU-2109 FU-2129 2109---------�—_� v4q SMOKE ALARM 2109 I—t--------- ztov oa/oz SMOKE ALARM 2129---------�---� v4 PUMPOVERTEMP 2129 i ---— — — — — — — ztzs I:ot/oz PUMP NO. 2 OVERTEMPERATURE 7 L J IN 7 7 C FU-2110 I I C 2110 t 4q---------—_ LS-2110 — — — — — — — — — ztto 210 ��11 L oo/oe 8 STATION FLOOD 2130 2028 — — J COM 2028 COM 2111 CR-2702 2111 HIGH WET WELL 2131 oil CR-2704 2112 2112 9 oo/to LEVEL FLOAT LOW WET WELL 2132 10 LEVEL FLOAT 2113 CR-2713 2113 Dorn EMERGENCY STOP 2133 11 FLOAT D 2114 CR-2801 2114 I:oo/t2 PUMP NO. 1 2134 FIELD 12 RUN _ FU-2115 r -7 2115/4q —PUMP FAIL ---------T— I --} -------- ens 2115 I:oa/t3 PUMP N0. 1 2135 J J SS-2727 13 FAIL 2116 2116 zoze xoo ztte oo/t4 PUMP NO. 1 IN HAND 2136 14 SS-2727 2117 2117 zoze —oox ztn I:oo/ts PUMP NO. 1 2137 IN AUTO 15 E 2118 2138 2119 2139 2120 2140 to 2121 to 2121 to 2201 to 2201 2028 COM 2028 COM F DRAWN BY: END USER: 20 1 8 SEWER AND ST❑RMWATER O.CC PROJECT NO. Quality Controls Corporation y p C HSU CITY OF RENTON TELEMETRY UPGRADES 5015 208th St. SW, Suite 1-13 P 1 725 C FAT REVISIONS C. HSU 09/25/18 APPD. BY: CUSTOMER: Lynnwood, WA98036 OAKESDALE LIFT STATION TELEMETRY PANEL B SHOP TEST C. HSU 9/24/18 DWG. N0. (425)778-8280 J. YAO CITY OF RENTON DIGITAL INPUTS SLOT O/ 1 A SUBMITTAL REVIEW C. HSU 6/18/18 DATE: CONSULTANT: www.QualityControIsCorp.com 05/18/18 R112 ENGINEERING CONTROL WIRING DIAGRAM C - 2 1 REV. DESCRIPTION BY DATE 1 2 3 4 5 F; - 8 1 2029 2701 A 2702 2703 2704 [ 2705 L.> 2706 2707 2708 2709 C 2710 202! 2711 2712 2713 D 2714 2715 2716 2717 E 2718 2719 2720 21 F C FAT REVISIONS B SHOP TEST A SUBMITTAL REVIEW REV. DESCRIPTION 1 2 3 4 5 6 7 8 COM 2029 COM from 2029 from 2720 from 2720 ISR-2701 2721 CR-2702 2727 CR-2721 BACKUP FLOAT PUMP CALL LATCHING CIRCUIT 11 POWER t2 NO 2718,2724,2727 NC A OUT1 CR-2702 HIGH LEVEL TR-2723 �� 10 2702 FLOAT NO 2111,2706,2721,2723 2722 NC T2 CR-2703 LOW LEVEL CR-2702 TR-2723 BACKUP FLOAT PUMP CALL 8 e 9 2703 FLOAT 2723 2723 LATCHING CIRCUIT _ [CR-270�4LOW NO 2709 NC 2727 2730 2733 OFF DELAY NO 2722 INC INTRINSICALLY LEVEL SAFE AREA I NO FLOAT CR-2721 2724 TR-2724 PUMP NO. 2 REWED 2 2704A - NC 2736 2724 NO2731 IN1 IN2 LOW LEVEL PUMP 5 SEC. ON DELAY INC I STOP FLOAT LS-2705A TR-2725 PUMP NO. 3 5 27o5A o--J I J 2725 10 SEC. ON DELAY REUINO2734D N[ _ _ _ _ _ _ _ _ _ _ LT-2706 TR-2726 PUMP NO. 4 2706 R HIGH LEVEL 2726 LGHT REQUIRED NO 2737 PUMP 1 15 SEC. ON DELAY SS-2727 NC HAND OFF �*AUTO CR-2721 CR-2703 CR-2714 CR-2727 PUMP NO.1 2727 oox 2727 2727A 2727B 2727C CALL NO 2737 2116,2117 N[ 2728 CR-2509 LT-2709 2709 LOW LEVEL 2729 LIGHT —xoo PUMP 2 R SS-2730 OFF HAND AUTO CR-2510 CR-2703 CR-2714 CR-2730 PUMP NO.2 2730 oox 2730 2130A 2130E 2730C CALL NO 2738 2127,2128 NC C011 2029 COM 2731 TR-2724 2732 —xoo PUMP 3 ISR-2713 SS-2733 OFF HAND) AUTO CR-2511 CR-2703 CR-2714 CR-2733 PUMP NO.3 it 12 POWER CR-2713 EMERGENCY STOP 2733 FLOAT oox 2733 2733A 2133E 2733C CALL NO2739 NO 2113,2710 2206,2207 INC ECR2714 NC D OUT1 EMERGENCY STOP TR-2725 2713 7� a NO AT 2734 NC 2727 2730 2733 2736 OUT2 2715 CR-2715 �� 9 —7 NO SPARE 2735 o NC PUMP 4 INTRINSICALLY SS-2F 36 MCC SAFE AREA HAND *AUTO CR-2512 CR-2704 CR-2714 CR-2736 PUMP NO.4 2 2716A 2736 oox 2736 2736A 27368 2736( 2225,2226 CALL — -�� PUMP NO. 1 N02740 27360 — x� Ni IN2 TR-2726 NC CR-2727 2737 x CALL — J s 27nA 2737 _ _ _ _ _ _ _ J r � 2737A --�XJ PUMP N0. 2 LT-2718 CR-2730 273e --�x� CALL J C L 2716 � * EMERGENCY PUMP REQUIRED 2738 LIGHT =xoo I R * � 2738A --ix, PUMP N0. 3 CR-2733 2739 -- x1 CALL J 2739 r 2739A ---�X� PUMP NO. 4 CR-2736 CALL 2740 � __txJ L---J to 2721 to 2801 to 2801 COM 2029 COM Quality Controls Corporation DRAWN BY: C HSU END USER: CITY OF RENTON 201 8 SEWER AND ST❑RMWATER O.CC PROJECT NO. C 5015 208th St. SW, Suite 1-B Lynnwood, WA98036 TELEMETRY UPGRADES OAKESDALE LIFT STATION TELEMETRY PANEL P 1 7 2 5 C. HSU 09/25/18 APPD.BY: CUSTOMER: C.HSU 9/24/18,+Map (425)778-8280 www.QualityControIsCorp.com J.YAO CITY OFRENTON BACKUP FLOAT AND PUMP CONTROL CONTROL WIRING DIAGRAM DWG. NO. G' - 2 7 C. HSU 6/18/18 DATE: CONSULTANT: BY DATE 05/18/18 R112 ENGINEERING 2 3 4 5 8 8 A 16" DEEP 36.0" NEMA 12 -(2.1 RAINIER LIFT STATION CONTROL PANEL 0 90.0 - PUMP1 PUMP2 65.1 0 ® 65.0 65.1 0 ® 65.0 � 4 8. 0 418 62.0 *a ® 01 01 101Q (0 65.0 65.0 65.0 65.0 60.0 60.0 UPS BATTERIES TO BPLACED ON ENCLOSURE FLOOR 37.1 E LP DESCRIPTION 1 RUN 2 FAIL 3 HAND OFF AUTO 4 LEAD PUMP PUMP 1 PUMP 2 5 ALARM 6 HIGH LEVEL 7 LOW LEVEL 8 EMERGENCY PUMP 9 RESET 10 LAMP TEST 33. " 36.0 37.0 38.1 91.0 80.0 81.0 82.0 84.0 32.0 121.0 ii3es=eat usssssss o ° A° MIN. 6" X 5" L--0 PACE FOR35.0 EXISTING RADIO /,/i g i,/i • • // / • • 40 // 76.0//j 75 O %/j% o • • /jj j y jj j/ s 57.0 / / 75.0 55. 56.0 FQ -1 8NTRINSICALLY SAFE AREA LABELS: O1 ( 355 95 11 "WARNING 120VAC KEEP OUT" LABEL INCLUDED ENVIRONMENTAL TYPE 12, USE TYPE 12 CONDUIT HUBS & FITTINGS DRAWN BY: END USER: F Quality Controls Corporation C. HSU CITY OF RENTON C FAT REVISIONS C. HSU 09/25/18 5015 208th St. SW, Suite 1-B APPD. BY: CUSTOMER: B SHOP TEST C. HSU 9/24/18 Lynnwood, WA98036 J. YAO CITY OF RENTON (425) 778-8280 A SUBMITTAL REVIEW C. HSU 6/18/18 www.QualityControIsCorp.com DATE: CONSULTANT: REV. DESCRIPTION BY DATE 05/18/18 RH2 ENGINEERING 1 2 3 4 5 40EE / MIN. 4" CLEARANCE FOR HEATER 08 MOUNTING HARDWARE TO BE INSTALLED FOR EXISTING RADIO 122.0 45.0" 11 N I C E 201 8 SEWER AND ST❑RMWATER O.CC PROJECT No. C TELEMETRY UPGRADES P 1 7 2 5 RAINIER LIFT STATION TELEMETRY PANEL DWG. N0, PANEL LAYOUT DIAGRAM P - 3 O 6 - 8 A B C I E 1 2 3 4 5 6 3028 COM 3028 from 3026 from 3028 from 3120 3101 Allen-Bradle 3121 1769-Li8ER-BBy1B Base FIELD FU-3122 r I PLCO2J 3102 CR-3004 3102 I:oa/oo AC CONTROL POWER FAIL 3122 1 aA— — — — — — — — — �— PUMP ERMP OVTE --� �� I �--�-------- 0 FU-3123 CR-3013 3103 DC CONTROL +�a A PUMP SEAL FAIL I i 3103 00/01 0 1 POWER FAIL 3123 ---------�---� I t i---------- I UPS 3104 FU-3124 t I CHECK VALVE OPEN I 3104 13 14 oo/oz DC UPS FAIL ALARM 3124 a A --------- I L I y— J-------- 2 - —I 3105 33 34 3105 00/03 DC UPS LOW 3125 CR-3635 I 3125 r" FIELD 3 BATTERY FU-3126 F 3106 z3 24 3106 00/04 DC UPS 3126 ia --_------�_ __PUMP FAIL LI Iit ---�_ ------ 4 BUFFERING L J RESET PB-3107 SS-3630 3107 3oza 3107 3107 oo/as ALARM RESET 3127 3127 3oze oxoo 5 _FIELD _ F—BUILDING FU-3108 INTRUSION PANEL INTRUSION SS-3630 3108 vaA �— ZS-3108 3108 ZS-3108A 3108A EEOENCLOSURE BUILDING / PANEL 3128 =oox 3128 3oze o = 6 INTRUSION — — — FIELD FIELD FU-3109 FU-3129 F 1 i iaA SMOKE ALARM �—�--------- 3109 SMOKE ALARM 1� A � PUMP PUMP-,, II i .L �- 3109 ---------�—_� � � 3109 I:00/07 3129 _________ __ I I 7 L — FU-3110 3110 1 aA FLOOD ---------�— - — -1 --------- 3110 3110 Evul 8 STATION FLOOD 3130 3028 — - COM 3028 3111 CR-3602 3111 00/09 HIGH WET WELL 3131 9 LEVEL FLOAT 3112 CR-3603 3112 LOW WET WELL 3132 0 10 LEVEL FLOAT 3113 CR-3614 3113 EMERGENCY STOP 3133 0 11 FLOAT 3114 CR-3634 3114 i:oo/12 PUMP N0. 1 3134 12 RUN FIELD FU-3115 — — P�MP FAIL 3115 1�aA — ---------�— i i �-4 ---------- 311s 3115 i:oa/13 PUMP N0. 1 3135 --� 13 FAIL SS-3626 3116 3oze x00 316 3116 oo/1a PUMP NO. 1 IN HAND 3136 14 SS-3626 =oox 3117 PUMP NO. 1 7 Allen-Bradley 1734-1B8 SLOT 2 PLC 3122 i:ovoo IN 0 0 3123 IN 1 ovol 1 3124 IN 2 ovoz 2 IN 3 I:ovo3 3 3126 1:01/04 IN 4 4 01/Os IN 5 5 01/06 IN 6 6 3129 i:ovo7 IN 7 7 COM Tfrom 3120 COM PUMP NO. 1 OVERTEMPERATURE PUMP N0. 1 SEAL FAIL PUMP NO. 1 CHECK VALVE OPEN PUMP NO. 2 RUN PUMP NO. 2 FAIL PUMP NO. 2 IN HAND PUMP NO. 2 IN AUTO PUMP NO. 2 OVERTEMPERATURE 8 IN 11 C D 3117 LWUW IN AUTO 3137 15 3118 3138 3119 3139 3120 tto 3140 tto 3121 to 3121 3201 to 3201 3028 COM 3028 COM Quality Controls Corporation 5015 208th St. SW, Suite 1-13 Lynnwood, WA98036 DRAWN BY: C HSU END USER: CITY OF RENTON 20 1 S SEWER AND ST❑RMWATER TELEMETRY UPGRADES RAINIER LIFT STATION TELEMETRY PANEL O.CC PROJECT NO. P 1 % Z 5 APPD. BY: CUSTOMER: B SHOP TEST C. HSU 9/24/18 (425)778-8280 www.QualityControIsCorp.com J. YAO CITY OF RENTON DIGITAL INPUTS SLOT O/ 1 CONTROL WIRING DIAGRAM DWG. N0. C - 3 1 A SUBMITTAL REVIEW C. HSU 6/18/18 DATE: 05/18/18 CONSULTANT: RH2 ENGINEERING REV. DESCRIPTION BY DATE 1 2 3 4 5 F; - 8 1 3029 from 3029 3601 A 3602 3603 3604 [ 3605 L.> 3606 3607 3608 3609 C 3610 3029 3611 3612 3613 D 3614 3615 3616 3617 E 3618 3619 3620 to 3621 3029 2 3 COM ISR-3601 55.0 from 3029 T OUT1 3602 CR-3602 HIGH LEVEL 7 10 FLOAT NO 3111,3606,3620,3621 NC OUT2 3603 CR-3603 LOW LEVEL 8 9 FLOAT NO 3112,3609 -IF- _ NC 3626 3630 F- WET WELL INTRINSICALLY �� WET WELL SAFE AREA 3604 3604A _ _ _ _ 3604 2 3604A HIGH LEVEL PUMP IN1 IN2 I LOW LEVEL PUMP STLTOP I SLS-36055AT ST360SFLOAT 3605 L —E-I 3605 4 5 3605A 3605A —0-6-P.- U L--- IL---------JL ---L CR-3602 LT-3606 3606 R i HIGH LEVEL LIGHT CR-303 LT-3609 63609 R LOW LEVEL LIGHT ISR-3613 11 POWER 12 OUT1 55.0 CR-3614 EMERGENCY STOP 7 10 3614 FLOAT NO 3113,3610 NC 3626 3630 OUT2 3615 CR-3615 e 9 SPARE NO NC WET WELL —IF—INTRINSICALLY SAFE AREA 7 II 3616 3616A ------- r — 3616 1 2 3616A I EMERGENCY PUMP INi IN2 STOP FLOAT 3611 L—�o---I♦- 3L 3617 4 5 3617A L — — — J L — — — — — —� — — — — CR-3621 LT-3618 3618 R EMERGENCY PUMP REQUIRED LIGHT 40A F C FAT REVISIONS B SHOP TEST A SUBMITTAL REVIEW REV. DESCRIPTION 1 4 3029 3621 3622 3623 3624 3625 3626 3627 3628 3629 3630 302'' 3631 3632 3633 3634 3635 3636 3637 3638 3639 TR-3620 BACKUP FLOAT PUMP CALL 3620 LATCHING CIRCUIT 3640 NO 3622 io 3621 COM DRAWN BY: END USER: Quality Controls Corporation C HSU CITY OF RENTON C. HSU 09/25/18 5015 208th St. SW, Suite 1-13 APPD. BY: CUSTOMER: C. HSU 9/24/18 14ip Lynnwood, WA98036 J. YAO CITY OF RENTON (425) 778-8280 C. HSU 6/18/18 www.QualityControIsCorp.com DATE: CONSULTANT: BY DATE 05/18/18 RH2 ENGINEERING 2 3 4 5 5 6 7 8 COM from 3620 BACKUP FLOAT PUMP CALL LATCHING CIRCUIT NO 3618,3623 NC BACKUP FLOAT PUMP CALL LATCHING CIRCUIT NO 3626,3630 NC BACKUP FLOAT PUMP CALL RUN TIME DELAY NO 3624 NC LAG PUMP REQUIRED NO 3627,3631 NC BACKUP LEAD PUMP SELECTION NO 3626,3631 NC 3627 3630 PUMP NO. 1 CALL NO 3628 NC MCC 3621A 3627A ---tx� PUMP NO. 1 CR-3626 3628 CALL L-"Zs J 3628A CR-3630 3629 3628A --�X� PUMP NO. 2 CALL L _J PUMP NO. 2 CALL NO 3629 NC PUMP NO. 1 RUN NO 3114,3636 NC PUMP NO. 2 RUN NO 3125,3638 NC PUMP NO. 1 RUN LIGHT PUMP NO. 2 RUN LIGHT A 201 S SEWER AND STORMWATER TELEMETRY UPGRADES RAINIER LIFT STATION TELEMETRY PANEL BACKUP FLOAT AND PUMP CONTROL CONTROL WIRING DIAGRAM QCC PROJECT NO. P 1 7 2 5 DWG. NO. C - 3 6 NO 11 I STANDARD PLANS Standard Plans List: Trench Restoration and Street Overlay Requirements 106 Typical Construction Adjustment of Manhole Risers (included in Trench Restoration requirements) 102 Cement Concrete Sidewalk 400.1 Standard Sanitary Sewer Manhole 400.2 Shallow Sanitary Sewer Manhole 401 Manhole Frame and Cover 405 Pipe Bedding DEPARTMENT OF COMMUNITY CITY OF AND ECONOMIC DEVELOPMENT entonlkxl�f Planning Division 1 1055 South Grady Way, 61" Floor I Renton, WA 98057 1 425-430-7200 Website: rentonwa.gov TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Published: 211612018 It is the intent of the following policies, procedures and specifications to obtain satisfactory work with a minimum of delay to all parties concerned when performing trench restorations or street overlays. PURPOSE The purpose of this Code Section is to establish guidelines for the restoration of City streets disturbed by installation of utilities and other construction activities. Any public or private utilities, general contractors, or others permitted to work in the public right-of-way will adhere to the procedures set forth in this policy. DEFINITION Engineer: The term "engineer" shall denote the City project manager, inspector and/or plan reviewer, or their designated representative. APPLICATION The following standards in this Section shall be followed when doing trench or excavation work within the paved portion of any City of Renton right-of-way. Modifications or exemptions to these standards may be authorized by the Community and Economic Development Administrator, or authorized representative, upon written request by the permittee, the permittee's contractor or engineer, and demonstration of an equivalent alternative. HOURS OF OPERATIONS Hours for work within the roadway for asphalt overlays or trench restoration shall be as directed by the Traffic Control Plan requirements and the Traffic Operations Engineer. INSPECTION The Engineer may determine in the field that a full street -width (edge -of -pavement to edge -of -pavement) overlay is required due to changes in the permit conditions such as, but not limited to the following: 1. There has been damage to the existing asphalt surface due to the contractor's equipment. 2. The trench width was increased significantly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. Page 1 of 10 Published: 2/16/2018 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS (CONT'D) CITY OF RENTON STANDARDS All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications (current adopted version) except where otherwise noted in these standards. Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Chapter of the American Public Works Association (APWA) and the Washington State Department of Transportation (WSDOT) and shall comply with the current edition, as modified by the City of Renton Supplemental Specifications. 1. An asphalt paver shall be used in accordance with Section 5-04.3(3) of Standard Specifications. A "Layton Box" or equal may be used in place of the power -propelled paver. Rollers shall be used in accordance with Section 5- 04.3(4) of the Standard Specifications. "Plate Compactors" and "Jumping Jacks" shall not be used in lieu of rollers. 2. Trench backfill and resurfacing shall be as shown in the City of Renton Standard Details, unless modified by the City permit. Surfacing depths shown in the standard details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. 3. Requirement for Patching, Overlay, and Overlay Widths: All trench and pavement cuts shall be made by sawcut or by grinding. Sawcuts or grinding shall be a minimum of one foot (1') outside the trench width. The top two inches (2") of asphalt shall be ground down to a minimum distance of one foot (1') beyond the actual outside edges of the trench and shall be replaced with two inches (2") of Class B asphalt, per City of Renton Standard Plans. At the discretion of the engineer, a full street width overlay may be required. Lane -width or a full street -width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. a. Trenches (Road Crossings): (1) The minimum width of a transverse patch (road crossing) shall be six and one-half feet (6.5'). See City of Renton Standard Plans. (2) Any affected lane will be ground down two inches (2") and paved for the entire width of the lane. (3) The patch shall be a minimum of one foot (V) beyond the excavation and patch length shall be a minimum of an entire traveled lane. (4) If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled lane affected will be repaved. (5) An area including the trench and one foot (1') on each side of the trench but not less than six and one- half feet (6.5') total for the entire width of the affected traveled lanes will be ground down to a depth of two inches (2"). A two-inch (2") overlay of Class B asphalt will be applied per City standards. b. Trenches Running Parallel with the Street: (1) The minimum width of a longitudinal patch shall be four and one-half feet (4.5'). See City of Renton Standard Plans. (2) If the trenching is within a single traveled lane, an entire lane -width overlay will be required. Page 2 of 10 Published: 2/16/2018 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS (CONT'D) (3) If the outside of the trenching is within three feet (3') of any adjacent lane line, the entire adjacent traveled land affected will be overlaid. (4) If the trenching is greater than or equal to 30% of lane per block (660 foot maximum block length), or if the total patches exceed 12 per block, then the lanes affected will be overlaid. Minimum overlay shall include all patches within the block section. (5) The entire traveled lane width for the length of the trench and an additional ten feet (10') at each end of the trench will be ground down to a depth of two inches (2"). A two-inch (2") overlay of Class B will be applied per City standards. C. Potholing: Potholing shall meet the same requirements as trenching and pavement restoration. Potholing shall be a minimum of one foot (1') beyond the excavation. All affected lanes will be ground down to a depth of two inches (2") and paved not less than six and one half feet (6.5') wide for the entire width of the lane. Potholes greater than five feet (5') in length, width or diameter shall be restored to trench restoration standards. In all cases potholes shall be repaired per Renton Standard Plans. Restoration requirements utilizing vactor equipment will be determined by the Engineer. 4. Pavement Removal in Lieu of Grinding: The contractor in all cases can remove the pavement in the replacement area instead of grinding out the specified two inches (2") of asphalt. Full pavement replacement to meet or exceed the existing pavement depth will be required for the area of pavement removal. Patching of pervious concrete shall follow American Concrete Institute (ACI) 522.1-13. Porous asphalt shall be specified on a project -by -project basis by the engineer. Permeable materials should be replaced in -kind where feasible. Patching porous asphalt with conventional asphalt is acceptable if it is no more than ten percent (10%) of the total facility area or does not impact the overall facility function. Appropriate precautions shall be taken during pavement repair and replacement efforts to prevent clogging of adjacent surfaces. 5. Trench Backfill and Restoration Construction Requirements: a. Trench restoration shall be either by a patch or overlay method, as required and indicated on City of Renton Standard Plans. b. All trench and pavement cuts, which will not be overlaid, shall be made by sawcut or grinding. Sawcuts shall be a minimum of two feet (2') outside the excavated trench width. c. All trenching within the top four feet (4') shall be backfilled with crushed surfacing materials conforming to Section 4-04 of the Standard Specifications. Any trenching over four feet (4') in depth may use materials approved by the Engineer or Materials Lab for backfilling below the four -foot (4') depth. d. If the existing material (or other material) is determined by the Engineer to be suitable for backfill, the contractor may use the native material except that the top six inches (6") shall be crushed surfacing top course material. e. The trench shall be compacted to a minimum ninety-five percent (95%) density, as described in Section 2- 03 of the Standard Specifications. In the top six feet (6) of any trench, backfill compaction shall be performed in eight (8) to twelve -inch (12") lifts. Any trench deeper than six feet (6') may be compacted in Page 3 of 10 Published: 2/16/2018 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS (CONT'D) twenty-four inch (24") lifts, up to the top six-foot (6') zone. All trench backfill shall be firm and unyielding but in no case shall be compacted to more than ninety-two percent (92%) of maximum density in permeable pavement areas. f. All compaction shall be performed by mechanical methods. The compaction tests may be performed in four -foot (4') vertical increments maximum. The test results shall be given to the Engineer for review and approval prior to paving. The number and location of tests required shall be determined by the Engineer. d. Temporary restoration of trenches for overnight use shall be accomplished by using MC mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the Engineer. ATB used for temporary restoration may be dumped directly into the trench, bladed out and rolled. After rolling, the trench must be filled flush with asphalt to provide a smooth riding surface. If the temporary trench restoration does not hold up, the contractor shall repair the patch within eight hours of being notified of the problem by the City. This requirement applies 24 hours per day, seven days per week. In the event that the City determines to repair the temporary patch, the contractor shall reimburse the City in an amount that is double the City's costs in repairing the patch, with the second half of the reimbursement to represent City overhead and hidden costs. e. Asphalt Concrete Class E or Class B shall be placed to the compacted depth as required and indicated on City of Renton Standard Plans or as directed by the Engineer. The grade of asphalt shall be AR-4000W. The materials shall be made in conformance with Section 9-02.1(4) of the Standard Specifications. f. Tack coat shall be applied to the existing pavement at edge of saw cuts and shall be emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard Specifications. Tack shall be applied as specified in Section 5-04 of the Standard Specifications. g. Asphalt Concrete Class E or Class B shall be placed in accordance with Section 5-04 of the Standard Specifications; except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a minimum of twelve inches (12"), unless otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces, walks or driveways within the street trenching areas shall be feathered and shimmed to an extent that provides a smooth -riding connection and expeditious drainage flow for the newly paved surface. Feathering and shimming shall not decrease the minimum vertical curb depth below four inches (4") for storm water flow. The Engineer may require additional grinding to increase the curb depth available for storm water flow in areas that are inadequate. Shimming and feathering as required by the Engineer shall be accomplished by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench only. Asphalt patch depths will vary based upon the streets being trenched. The actual depths of asphalt and the work to be performed shall be as required and indicated on City of Renton Standard Plans. Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92%) of density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Page 4 of 10 Published: 2/16/2018 TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS (CONT'D) Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench restoration. It is intended to show the inspector, and the City, that the restoration meets these specifications. h. All joints, except those associated with permeable pavement, shall be sealed using paving asphalt AR- 4000W. i. When trenching within the unpaved roadway shoulder(s), the shoulder shall be restored to its original condition, or better. The final patch shall be completed as soon as possible and shall not exceed fifteen (15) working days after first opening the trench. This time frame may be adjusted if delays are due to inclement paving weather or other adverse conditions that may exist. However, delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen (15) working day time frame and not allow any time extension. Should this occur, the contractor shall perform the necessary work, as directed by the Engineer. k. A City of Renton Temporary Traffic Control Plan (from Renton Transportation Engineering) shall be submitted and approved by the Engineer a minimum of three (3) working days prior to commencement of work. 6. Removal of Utility Locate Markings from Sidewalks Required: The permittee will be required to remove utility locate marks on sidewalks only within the Center Downtown Zone. The permittee shall remove the utility locate marks within 14 days of job completion. Page 5 of 10 Published: 2/16/2018 0 A COVER PER STD PLAN 401 SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING PLAN NTS PATCHED AREA Ip1 OUTSIDE DIAMETER OF (SEE NOTE 9) ADJUSTMENT RING AND x SEE NOTE 2 x BOTTOM OF FRAME MORTAR JOINT(S) (3/8" MIN.-2" MAX.) SEE NOTE 3 AND SPECIAL PROVISION 7-05.3(1). SECTION L ADJUSTMENT RING (1" MIN.). SEE NOTE 6. A - NOTES 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE ONLY BY A JOURNEYMAN MASON. FOOT (MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8" OF THE USE OF SHIMS IS PROHIBITED. HMA CLASS'. PG 64-22 (OR TO A DEPTH THAT IS 2" BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER 7. FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY IS GREATER) OR AS APPROVED BY THE ENGINEER. TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR. MORTAR SHALL BE ASTM C270 FOR TYPE S. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 9. X= V-0" MIN. TO 2'-6" MAX. - PER ENGINEER'S INSTRUCTION STD. PLAN — 106 TYPICAL CONSTRUCTION PUBLIC WORKS A ROVED: _• alb DEPARTMENT AND ADJUSTMENT OF 211*Al MANHOLE RISERSXis e�o� otr"tor SPECIAL NOTE IN THE EVENT TRANSVERSE PATCHES EXIST WITHIN THE AFFECTED STREET, THE LENGTH OF THE PATCH SHALL BE EXTENDED TO INCLUDE ANY EXISTING PATCH WITHIN 10 FEET OF THE EDGE OF THE PATCH REQUIRED FOR THE NEW CROSSING AND ANY SUBSEQUENT PATCH EDGE WITHIN 10 FEET OF THE EDGE OF THE SECOND PATCH AND SO ON UP TO A TOTAL OF 300 FEET. TRAFFIC FLOW 2" HMA 2" TO 8" HMA 1' MIN T 6.5' MIN. 2" DEPTH OF PLANING OR SAWCUT AND REMOVE FACE OF GUTTER OR EDGE OF PAVEMENT CENTER LINE OR LANE LINE VARIES: 6.5' MIN. TM11N 1171' DEPTH OF EXISTING PAVEMENT IMIN VARIES �{ MII 2" SAWCUT AND REMOVE OR PLANE, SEAL WITH 2" - 6" MIN. HMA (SEE NOTE 2) AR-4000W (EACH SIDE) 6" CRUSHED SURFACING TOP COURSE (CSTC) 2" HMA (9-03.9(3)) PER WSDOT STANDARD SPECIFICATIONS, COMPACTED TO 95% MODIFIED PROCTOR, SAWCUT AFTER BACKFILL (EACH SIDE) CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL (9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 957 MODIFIED PROCTOR. WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING, MATERIAL- SEE STANDARD NEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT PLAN 110.1. STANDARD SPECIFICATION 7-08.3(1)B TRENCH WIDTH FOR NOTES, SEE STANDARD PLAN 110.1 � PUBLIC WOTYPICAL TRANSVERSE PATCH FOR SM. PLAN — 110 i` RKS FLEXIBLE PAVEMENT OR RIGID ' F'PR E;D ice► DEPARTMENT PAVEMENT WITH OVERLAY �8� VARIES: 4.5' MIN. LANE LINE MARKING io /r—SAWCUT AFTER BACKFILL DEPTH OF EXISTING PAVEMENT 7".MENT, — 6" HMA E NOTE 2) 1 T2"HMA EDGE EDGE 1 OF CURB & GUTTER, OR MIN. MIN. CENTER OF LANE MARKING (SEE NOTE 2) 6" CRUSHED SURFACING TOP COURSE (CSTC) (9-03.9(3)) PER WSDOT STANDARD 2" SAWCUT AND REMOVE SPECIFCATIONS, COMPACTED TO 95% OR PLANE, SEAL WITH MODIFIED PROCTOR AR-4000W CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL (9-03.19), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERIAL IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO WIDTH OF TRENCH AS REQUIRED BY SIZE OF 95% MODIFIED PROCTOR. 0 PROPOSED IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) PLUS AN PIPE ZONE BEDDING MATERIAL AND COMPACTION AS ALLOWANCE FOR ANY SHORING. SHORING, IF REQUIRED BY THE WSDOT STANDARD SPECIFICATIONS NEEDED, SHALL MEET THE REQUIREMENTS OF FOR THE TYPE OF IMPROVEMENT INSTALLED, EXCEPT: WSDOT STANDARD SPECIFICATION 7-08.3(1)B j * FOR STORM AND WATER PIPE, PER STD PLAN 220.0 * FOR SANITARY SEWER, PER STD PLAN 405 TRENCH WIDTH * FOR JOINT UTILITY TRENCH, SAND WITH 95% PASSING A #4 SIEVE AND LESS THAN 5% PASSING A #200 SIEVE NOTES: 1. WHEN EXISTING PAVEMENT IN A LANE REQUIRING A FULL WIDTH REPLACEMENT IS BROKEN OR DETERIORATED TO A PAVEMENT CONDITION INDEX RATING OF 70 OR LESS, THE EXISTING PAVEMENT IN THAT LANE, AND FOR THAT DISTANCE SO CLASSIFIED, SHALL BE REMOVED AND REPLACED WITH HMA MATCHING THE DEPTH USED IN THE EXISTING STREET OR THE DEPTH PER CITY STANDARD, WHICHEVER IS GREATER. 2. PRINCIPAL/ MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS — MATERIAL AND THICKNESS SHALL BE HMA CL �" PG 64-22 AND MATCH EXISTING THICKNESS AND IN NO CASE LESS THAN 6". RESIDENTIAL ACCESS STREETS — HMA CL 2" PG 64-22. THE THICKNESS SHALL BE THAT OF THE EXISTING PAVEMENT SECTION AND IN NO CASE LESS THAN 4". 3. WHEN THE "SAWCUT AFTER BACKFILL" ENCROACHES INTO AN ADJACENT LANE, CURB & GUTTER OR SHOULDER, THE AFFECTED LANE SHALL BE PLANED AND OVERLAID WITH HMA FULL WIDTH, THE CURB & GUTTER SHALL BE REMOVED AND REPLACED, OR THE SHOULDER SHALL BE PLANED OR REMOVED AND OVERLAID WITH HMA. 4. IF TRENCH UNDERMINES EXISTING SIDEWALK AND/OR CURBS, THEN THE SIDEWALK AND/OR CURB SHALL BE REPLACED FROM EXPANSION JOINT TO EXPANSION JOINT. 5. IF TRENCHING THROUGH EXISTING DRIVEWAY OR SIDEWALK RAMP, THE DRIVEWAY OR SIDEWALK RAMP SHALL BE REPLACED TO MEET ADA STANDARDS. TYPICAL LONGITUDINAL PATCH STD. PLAN — 110.1 • PUBLIC WORKS FOR FLEXIBLE PAVEMENT OR PPR VED DEPARTMENT RIGID PAVEMENT WITH OVERLAY �� ,�11 0 O INITIAL 2" DEEP SAWCUT OR GRIND, AND LIMIT OF FINAL OVERLAY. GRIND AND PAVE FULL STREET WIDTH OVERLAY REQUIRED. EDGE OF EXISTING PAVEMENT EDGE OF TRAVELED LANE (EDGE STRIPE) VARIES: 4.5' MIN. (SEE STD PLAN 110.1) CENTER OF ANY MARKED LANE LINE, PROVIDE NEW CHANNELIZATION AFTER OVERLAY SECONDARY FULL DEPTH SAWCUT FOR PROPOSED TRENCH INITIAL 2" DEEP SAWCUT OR GRIND, AND LIMIT OF FINAL OVERLAY. GRIND AND PAVE FULL STREET WIDTH OVERLAY REQUIRED FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1 STD. PLAN - 110.2 PUBLIC WORKS REQUIRED SAWCUT, GRIND AND 61'1)R';I-,'I):' DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES !0� SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LINES SEE WSDOT STANDARD -/ r SPECIFICATION 5-01.3(6) �6"AND NOTES BELOW EXISTING COMPACTED BAS�11 SIDE OF TRENCH CSTC, BANK RUN GRAVEL FOR TRENCH BACKFILL (9-03-9(3)), GRAVEL BORROW (9-03.14(1)) PER WSDOT STANDARD SPECIFICATIONS OR NATIVE MATERILA IF APPROVED IN WRITING BY ENGINEER BASED ON GEOTECH REPORT, COMPACTED TO 95% MODIFIED PROCTOR. PANEL REPLACEMENT DETERMINATION FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE FOLLOWING CONDITIONS EXIST: CONDITIONS ADDITIONAL REQUIREMENTS ALL BUS ROUTES ALL INTERSECTIONS PLUS ONE PANEL BEYOND THE CURB RETURN 40% OR GREATER OF EXISTING PANEL REMOVAL EXCELLENT CONDITION (BASED ON VISUAL AND/OR NON -DESTRUCTION TESTING PRINCIPAL, MINOR, COLLECTOR ARTERIALS AND ALL STREETS IN CBD WITHOUT BUS ROUTES PORTLAND CEMENT CONCRETE (PCC) SHALL MEET THE MATERIAL AND CONSTRUCTION REQUIREMENTS OF WSDOT STANDARD SPECIFICATION 5-05 SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LINES EXISTING CONCRETE PAVEMENT -- SEE NOTES BELOW 12" 1 L 6" MIN. SIDE OF TRENCH COMPACTED CRUSHED SURFACING TOP COURSE. NOTES: 1. TRANSVERSE JOINTS 1-1/2" DIAM. X 18" ® 12" DOWEL BARS ON CENTER MEETING WSDOT STANDARD SPECIFICATION 9-07.5. 2. LONGITUDINAL JOINTS #5 TIE BARS X 30" ® 36" ON CENTER MEETING WSDOT STANDARD SPECIFICATION 9-07.6. 3. WHEN THE PCC PANEL IS LESS THAN 8" IN THICKNESS #5 TIE BARS X 30" SHALL BE USED. FOR TRANSVERSE JOINTS TIE BARS SHALL BE ON 36" CENTERS WITH NO LESS THAN 2 BARS PER SIDE ON SMALL REPAIRS OR REPLACEMENT PANELS. 4. TIE BARS AND CORROSION -RESISTANT DOWEL BARS SHALL BE PLACED IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 5-05.3(10). 5. DOWELS SHALL NOT BE USED WHEN PCC PANEL IS LESS THAN 8" IN THICKNESS. 6. NEW PCC PANEL SHALL MATCH THICKNESS OF EXISTING CONCRETE PAVEMENT. 7. FULL PCC PANEL REPLACEMENT IS NOT REQUIRED WHEN OVERLAID WITH ASPHALT PAVEMENT. TYPICAL PATCH FOR RIGID STD. PLAN - 111 PUBLIC WORKS DEPARTMENT PAVEMENT WITHOUT ASPHALT '� CONCRETE OVERLAY J(J- 8 RAISED EDGE DETAIL 1 - LEVEL �J 1/2 EXTEND SIDEWALK TRANSVERSE 1'-0" 1'-0" 1/2" (IN) R. I JOINTS TO INCLUDE RAISED EDGE ROU DING 2.0% o E(I • • t SEE RAISED EDGE SIDEWALK DETAIL - THIS SHEET ALL CUTES MIN. SLOP 1/2" (IN) R. (TYP.) 2.0% 1 4 1 5% FOR CURB DETAILS N OR - - SEE STD PLAN 101 ADJACENT TO CURB 1 1/2 (IN) R (TYP.) LTYPICAL LINDE SIDEWALK WITH RAISED EDGE 2'-0" SIDEWALK 0„ MIN. ING 1/2" (IN) R. (TYP.) 2.0% � 1 1v 1.5% BRIDGE OR PEDESTRIAN RAILING ADJACENT TO CURB BARRIER - SEE SIDEWALK FOR CURB DETAILS SEE STD PLAN 101. (STEEP FILL SLOPES) CONTRACT PLANS �NALL OR BARRIER 1/2" (IN) R. (TYP.) �/ / SIDEWALK FLUSH < 1.5% _ "r • Y' ••r 1/2' N) R. VERTICAL WALL - SEE DETAIL •a t , • �. 3/8" (IN) PREMOLDED JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL PREMOLDED JOINT FILLER FOR SIDE TREATMENT -'SEE SIDEWALK BUFFER STRIP SIDEWALK ADJACENT TO WALL DETAIL OTHE SIDEWALK (SEE NOTE 10) SECTIONS 1/2" (IN) R. 1 1.5 % (TYP.) FOR CURB DETAILS 1.5% MIN, SEE STD PLAN 101 a� FINISHED GRADE 1" (IN) BELOW TOP OF CONCRETE SURFACE FOR PLANTING - FLUSH IF PAVED - ADJACENT TO BUFFER STRIP 3/8" (IN) PREMOLDED JOINT FILLER TYPICAL WHERE APPLICABLE FOR CURB DETAILS SEE STD PLAN 101 EXISTING ROADWAY CRUSHED ROCK BAS CRUSHED SURFACING TOP COURSE (CSTC) COMPACT TO 95% MODIFIED PROCTOR (UNLESS REQUIREMENT WANED BY ENGINEER) TYPICAL UNDER ALL CURB, GUTTER & SIDEWALK. CSTC UNDER CURB & GUTTER TO BE 6" THICKNESS OR MATCH EXISTING ROADWAY CRUSHED ROCK BASE, WHICHEVER IS GREATER (TYP. FOR ALL CURB & GUTTER). 1 FINISHED GRADE 1" (IN) BELOW TOP OF CONCRETE SURFACE FOR CURB DETAILS SEE STD PLAN 101 BROOMED FINISH OR MATCH EXISTING 4" WIDE, SMOOTH TROWELED PERIMETER CEMENT CONCRETE CURB ~ (CURB AND GUTTER SHOWN) FOR CURB DETAILS SEE STD PLAN 101. i 1/8" TO 1/4" NOTES 1. Four feet of the sidewalk width shall � / CONTRACTION JOINT ►� • ' ��a' be the minimum pedestrian IN SIDEWALK ONLY TF ♦ accessible route Tana; free of vertical ♦ . TO and horizontal obstructions. Gratings, ♦' Covers, Junction Boxes, �/ FULL -DEPTH EXPANSION JOINT IN BOTH Cable P Cable Vaults, Pull Boxes and other � CURB AND SIDEWALK (SEE STD PU1N 101.1) • appurtenances within the sidewalk 3a" CONTRACTION JOINT must be flush with surface, and match 9� grade of the sidewalk. JOINT AND FINISH DETAIL • . 2. Monolithic Cement Concrete Curb and • �' Sidewalk is not permitted in new For other referenced NOTES see . ► • •; �' �o •' , • P construction. When replacement work �• STD PLAN 104.2. necessitates a Monolithic Cement Concrete Curb build per WSDOT PREMOLDE Standard Plan F-30.10-03. JOINT FILLER Paved surfaces must comply with (E) FULL -DEPTH 3. Concrete to be 4,000 PSI. STD PLAN 102.1 as applicable. EXPANSION JOINT ftL STD PLAN - 102 PUBLIC WORKS CEMENT CONCRETE RO� FD pp DEPARTMENT SIDEWALK PP �C % // A 7' NOT TO SCALE MANHOLE FRAME AND COVER SEE STD. PLAN 401 ADJUSTMENT RINGS AND MOTAR JOINTS SEE NOTE 5 CONE (ECCENTRIC) RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 STEPS - POLYPROPYLENE STEPS SHALL BE INCLUDED CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. LADDER -POLYPROPYLENE SHALL BE ATTACHED TO MANHOLE MAX. PIPE SIZE - `E' CONCRETE SHELF PRECAST BASE SECTION OR CAST IN SHELF. 48" MH 54" MH 60" MH `A' 13' `C' `D' `E' 48" 6" MIN. 5"MIN 24" MIN. 21" I.D. 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" 8" MIN, 6" MIN. 42" MIN. 30" I.D. NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING SHALL BE PER STD. PLAN 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE PER STD PLAN 106. THE USE OF SHIMS IS PROHIBITED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 OF THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. 10. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12" ABOVE FINISHED GRADE OR MUST HAVE A MINIMUM 2' DIAMETER CONCRETE RING POURED AT GRADE. IN PAVED AREAS, COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING. 11. MANHOLES OVER 20' DEEP SHALL BE A MINIMUM OF 60" IN DIAMETER. PUBLIC WORKS STD. PLAN - 400.1 ® APPROVED: DEPARTMENT STANDARD SANITARY MANHOLE NtIggpF G,eN zi—.... DATE Public Warks Administrator AA ANIL (-)I E- E-o AnAE- Aran rrOVER ADJU`. AND SEE NIATFI-,- 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING SHALL BE PER STD. PLAN 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. 5. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE PER STD PLAN 106. THE USE OF SHIMS IS PROHIBITED. 6. SANITARY SEWER MANHOLES SHALL HAVE ALL INTERIOR SURFACES, INCLUDING CHANNELING, COATED (SEALED) WITH A HIGH SOLIDS URETHANE COATING; WASSER MC-AROSHIELD OR APPROVED EQUAL; COLOR OF COATING SHALL BE WHITE. 7. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 8. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 THE INSIDE DIAMETER OF THE LARGEST PIPE. 9. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR-N-SEAL BOOTS OR APPROVED EQUAL. 10. IN UNIMPROVED AREAS, MANHOLES SHALL EXTEND A MINIMUM OF 6" AND A MAXIMUM OF 12" ABOVE FINISHED GRADE OR MUST HAVE A MINIMUM 2' DIAMETER CONCRETE RINGS POURED AT GRADE. IN PAVED AREAS, COVER MUST SLOPE IN ALL DIRECTIONS TO MATCH PAVING. STD. PLAN - 400.2 PUBLIC WORKS SANITARY MANHOLE APPROVED: IL141%Ar DEPARTMENT SHALLOW s'gg zi—'... DATE Public Works Administ,t,, BOLTH❑LES - 3 PLCS EQUALLY SPACED 120° APART ❑N 23 1/16" (586mm) DIA B C (SEE DETAIL) COVER & FRAME PLAN VIEW 25" DIA. C635mm7 1" 3/4"25mm7 C19mm7 8 3/4" 2 1/2" 1222mm7 C64mm7 TYP COVER SECTION VIEW 26 1/2" DIA C673mm7 25 1/4" DIA 1641mm7 1 1/16" 1/4" (Gmm) DIA C27mm7 NEOPRENE GASKET 6„ C152mm7 5/8" 23 3/8" DIA CL OPEN 116mm7 1594mm7 27 5/16" DIA _ C694mm] 34 1/8" DIA _ 1867mm] NOTES: ;«Z� r = 019to7►ri\rll ATA (3) BILL SC]C. (ALLEN HEAD) 5/8"-11 X 1.5 SS RUBBER WASHER BOLTING DETAIL 1/4" C6mm] C27mm] C3mm] CR3mm] GASKET GROOVE DETAIL FRAME SECTION VIEW 1. ALL COVERS SHALL BE LOCKING LID PER EAST JORDAN IRON WORKS INC. No. 3717C1 OR EQUAL. 2. USE FRAME AND COVER FOR STORY (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). STD. PLAN - 401 � PUBLIC WORKS APPROVED: DEPARTMENT MANHOLE FRAME AND COVER JL-nNAFG,eM zimmermaDATE Public Works Administrator W (SEE NOTE 7) — { — LIMITS OF PIPE ZONE 1'-0" BEDDING MATERIAL FOR SANITARY SEWER PIPE O.D. OF PIPE (SEE NOTE 5) FOUNDATION LEVEL 6" BEDDING FOR SANITARY SEWER PIPE NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. 4. PIPE INSTALLATION SHALL BE PER SECTION 7-08 OF THE STANDARD SPECIFICATIONS. 5. PIPE ZONE MATERIAL SHALL BE PER SECTION 9-03.12(3)' OF THE STANDARD SPECIFICATIONS OR PEA GRAVEL. 6. PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. 7. TRENCH WIDTH SHALL BE PER SECTION 2-09.4 OF THE STANDARD SPECIFICATIONS. STD. PLAN - 40S OR]UBLIC WORKS PIPE BEDDING APP OVED: DEPARTMENT FOR SANITARY SEWERS�14#lakol—o c nam PubBc War. n DATE '