Loading...
HomeMy WebLinkAboutContract Award Date: November 4, 2013 CONTRACT NUMBER Awarded to: Gary Harper Construction, Inc . CAG-13-178 14831 223rd Street SE Snohomish, WA 98296 Award Amount: $820,877 .70 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications 1 Construction of: 1 Misty Cove Lift Station Replacement 1 1 PROJECT NO. WWP-27-3678 1 October 2013 City of Renton u , 1055 South Grady Way Renton, WA 98057 csN . r Project Manager,Renton: John Hobson (425)430-7279 L-A N.N. R 1 �IcR!T€S 5 Engineer,RH2 Engineering: Mark Miller,P.E. (425)951-5400 x 5372 City of An ., r O CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Misty Cove Lift Station ' PROJECT NO. WWP-27-3627 ' September 2013 ' BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS H.. 4 v 38613 16727 - C3 'gL1 9/26/13C) A1 ' 9/26/13 'I Prepared by: RH2 Engineering,Inc. 300 Simon Street SE Suite 5 East Wenatchee,WA 98802 WEN INEER S L N N E R S (509) 886-2900 (p)(509) 886-2313 (fl SCE _NTtSTS r. GARY HARPER CONSTRUCTION INC. 14831 223rd Street SE Snohomish, WA 98296-3989 (360) 863-1955 Fax (360) 863-1966 ' Contact List ' Misty Cove Lift Station Replacement Renton Project No. WWP-27-3678 ' Responsible Officer: Gary A. Harper, President Office Phone: (360)863-1955 14831223rd St SE Cell Phone: (425)985-8798 ' Snohomish,WA 98296 Job Foreman: ' Andrew Evans Cell Phone: (425)877-5733 3604 Madrona St Bremerton,WA 98312 Bonding Agent: Steve Palmer Office Phone: (206) 695-3102 Kibble & Prentice 601 Union St,Ste 1000 Seattle,WA 98101 i l Department of Labor and Industries }r _ `` GARY HARPER CONSTRUCTION INC PO Box 44450 : ° ,l Olympia,WA 98504-4450 -1e CC GA'RYHCIOSSLF gam° �'r " . U� 601 X606=620 j . � Iegstered as provided by Law as: fl" " CcrTUstiuct1on Contractor . ' (CC61 GENE RAL �. -r GARY HARPER CONSTRUCT O 1 A N `3 ; ffsc �e Date. ��6/1995 � :� 14831 223RD ST SE p cpzration A 6/1/2015 SNOHOMISH WA 982963981tt CiMiff Sol r) this license does not allow licensee to operate a permanent physical location in Renton. 1055 South Grad Way Renton, WA 98057 425 430-6851 Issued Date: License #: 11/28/2012 BL.036360 ' Amount Paid: $55.00 ' GARY HARPER CONSTRUCTION INC 14831 223RD ST SE SNOHOMISH, WA 98296 Detach License and Post at business location listed below. ---- ------------------------- ----------------------------------- ------ CITY OF RENTON ' 1055 S Grady Way, Renton WA 98057(425)430-6985 Fax(425)430-6983 licensing @rentonwa.gov BUSINESS LICENSE NON-TRANSFERABLE Annual - Out of City License #: 13L.036360 Expiration Date: 01/31/2014 Business Name: GARY HARPER CONSTRUCTION INC NAICS CODE: 236220 Business Location: 14831 223RD ST SE ity Cif: SNOHOMISH, WA 98296 T" Vo 1 Mayor Administrative ' es Administrator i This license does not allow licensee to operate a permanent physical location in Renton. the State of Washington. At the annual meeting as follows : ' (a) Calling the meeting to order; (b) Proof of Notice of Meeting (or filing of waiver) ; , (c) Reading of minutes of last annual meeting; (d) Reports of officers; (e) Reports of committees; (f) Election of directors; (g) Miscellaneous business . , 3 . Special Meetings . Special meetings of the shareholders may be called at any time by the j President of the Board of Directors and shall be called by the Secretary at any time upon written request of any director or any shareholder or shareholders holding the aggregate one-tenth or the voting power of all shareholders . 4 . Notice of Meetings . Notice of the time and place of the annual or any special meeting of shareholders shall be given by , delivering or by mailing a written or printed notice of the same at least ten ( 10) days, and not more than fifty (50 ) days, prior to ' the meeting, with postage pre-paid, to each shareholder of record entitled to vote at such meeting and addressed to the shareholder 's last known post office address appearing on the books of the corporation. In the case of a special meeting the notice shall state the purpose or purposes for which the meeting is called. , Notice of any shareholders ' meeting may be waived in writing by any shareholder at any time. 5 . Fixing of Record Date. The Board of Directors shall fix BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 2 in advance a date as the record date for any determination of Shareholders or any adjournment thereof, or shareholders entitled to receipt payment of any dividend, or in order to make the Board of Directors declaring the dividend or taking such other action is adopted, as the case may be shall be the record date for such P � Y determination or shareholders . 6 . Quorum and Voting. Except as otherwise provided by law or iby the Articles of Incorporation: (a) A quorum at any annual or special meeting of the shareholders shall consist of persons representing shares entitled to a majority of the voting power of all shares of the corporation entitled to vote at such meeting. (b) If a quorum by not present at a properly called shareholder' s meeting, the meeting may be adjourned by those present without new notice being given; provided, however, that any meeting at which directors are to be elected shall be adjourned only from day to day until such directors have been elected. (c) The votes of a majority in interest of those present at any properly called meeting or adjourned meeting of shareholders at which a quorum, as in this paragraph defined, is present, shall be sufficient to transact business . (d) The officer or agent having charge of the stock transfer books for shares of the corporation shall make a complete record of the shareholders entitled to vote at each meeting of shareholders or any adjournment thereof, arranged in alphabetical order, with the address of and the number of shares held by each. Such record shall be produced and kept open at the time and place of the meeting and shall be subject to the inspection of any shareholder during the whole time of the meeting for the purposes thereof . (e) Unless the Articles of Incorporation deny or limit the right of cumulative voting, at each election for directors every shareholder entitled to vote at such elections shall have the right to vote the number of shares owned by him/her for as many persons as there are directors to be elected and for whose election he/she has a right to vote, or to cumulate his/her votes by giving one candidate as many votes as the number of such or by distributing such votes on the same BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 3 I I principle among any number of such candidates . 7 . Action Without a Meeting. Any action taken at a meeting of the shareholders, or any action which may be taken at a meeting of the shareholders, may be taken without a meeting, if a consent ' , in writing, setting forth the action so taken, shall be signed by all of the shareholders entitled to vote with respect to the , subject matter thereof . ARTICLE III t STOCK 1 . Certificates . Certificates of stock shall be issued in numerical order, and each shareholder shall be entitled to a certificate signed by the President or a Vice-President and the Secretary or Assistant Secretary certifying to the number of shares t which the certificate represents . 2 . Transfers . Transfers of stock shall be made only upon the transfer books of the corporation kept at the office of the corporation, and, before a new certificate is issued, the old certificate shall be surrendered for cancellation. 3 . Rights of Registered Shareholders . Registered shareholders only shall be entitled to be treated by the corporation the holders in fact of the stock standing in their , respective names, and the corporation shall not be found to recognize any equitable or other claim to or interest in any share on the part of any other person, whether or not it shall have express or other notice thereof, except as expressly provided by the laws of the State of Washington. , BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 4 4 . Replacement of Certificates . In case of loss or destruction of any certificate of stock, another may be issued in its place upon proof of such loss or destruction and upon such terms and conditions as the Board of Directors may provide, which may include a corporate surety bond of indemnity. ARTICLE IV BOARD OF DIRECTORS 1 . Powers , Number and Tenure. The management of all the affairs, property and interest of the corporation shall be vested in a Board of Directors consisting of one or more person, who shall be elected for a term of one year and shall hold office until a successor is elected and qualified. Directors need not be shareholders . In addition to the powers and authority by these Bylaws and Articles of Incorporation expressly conferred upon it, -the Board of Directors may exercise all such powers of the corporation and do all such lawful acts and things as are not by statue or by the Articles of Incorporation or by these Bylaws directed or required to be exercised or done by the shareholders . 2 . Change in Number. The number of directors may at any time be increased or decreased by the Board of Directors who shall have the power to elect such additional directors to hold office until the next annual meeting of the shareholders and until their successors are elected and qualified. The change in number of directors shall not however diminish the terms of any elected director, whose term may be diminished only as provided by law and these Bylaws . BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 5 3 . Vacancies . All vacancies in the Board of Directors, whether caused by resignation, death or otherwise, may be filed by the remaining director or a majority of the remaining directors , or by the shareholders at any regular or special meeting held prior to , the filling of such vacancy by the Board of Directors as provided above. A director this elected to fill any vacancy shall hold office for the unexpired term of his/her predecessor and until his/her successor is elected and qualified. i 4 . Regular Meeting. The Board of Directors may by resolution adopt a schedule of regular meetings . Regular meetings of the Board of Directors may be held without notice at the registered office of the corporation or at such place or places as the Board of Directors may from time to time designate. , 5 . Special Meetings . Special meetings of the Board of Directors may be called at any time by the President or, in his/her absence, by any director, to be held at the registered office of the corporation or at such other place or places as the directors may from time to time designate. 6 . Notice of Meetings . Written notice of all special meetings of the Board of Directors shall be given to each director not less than one ( 1 ) day in advance of the same by telegram or personal delivery, or if by mail, such notice shall be deposited in the United Stated Mail not less than three ( 3 ) days in advance. , Notice of any meeting may be waived in writing by any director at any time . • 7 . Attendance at Meeting. The attendance of a director at a BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 6 II meeting shall constitute a waiver of notice of such meeting, except where a director attends a meeting for the express purpose of objecting to the transaction of any business because the meeting is not lawfully called or convened. Members of the Board of Directors may participate in a meeting by means of a conference telephone call, and participation by such means shall constitute presence in person at a meeting. 8 . Quorum and Voting. A majority of the whole Board of Directors shall be necessary at all meetings to constitute a quorum for the transaction of business, but if less than such majority is present at a meeting, a majority of the directors present may adjourn the meeting from time to time without further notice. The act of the majority of the directors present at a meeting or adjourned meeting at which a quorum is present shall be the act of the Board of Directors . 9 . Chairperson of the Board. If the Board of Directors shall elect a Chairperson of the Board, he/she shall act as Chairperson 1 of all meetings of the Board of Directors and shareholders , and except as may otherwise be provided by the Board of Directors , or the Chief Executive Officer of the corporation. 10 . Action of Directors or Committee Without a Meeting. Any action required to be taken at a meeting of the directors and any Laction which may be taken at a meeting of the directors or a committee (if a committee is appointed pursuant to Section 11 of this Article) , may be taken without a meeting if consent is given in writing, setting forth the action so to be taken, shall be BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 7 i signed before such action b all of the directors, or all of the Y Y members of the committee, as the case may be. 11.. Executive Committee. The Board of Directors, by a t resolution adopted by a majority of the full Board of Directors of , the corporation, may designate from among its members an Executive Committee, or one or more committees, each of which, to the extent provided in such resolution, shall have and may exercise the authority of the Board of Directors, except as limited by law. The designation of any such committee and the delegation thereto of authority shall not relieve the Board of Directors, or any member thereof, of any responsibility imposed by law. 12 . Removal . At a special meeting of the shareholders called for that purpose, the entire Board of Directors, or any lesser I number, may be removed from office, with or without cause by a vote of the holders of the shares entitled to a majority of the voting power entitled to vote at an election of directors . If the Board , of Directors, or any one or more directors, is so removed, new directors may be elected at this same meeting. Unless Articles of Incorporation deny or limited the right of cumulative voting, if less than the entire board is to be removed, no one or the directors may be removed if the votes case against his/her removal would be sufficient to elect him/her if then cumulatively voted at an election of the entire Board of Directors, or, if there be , classes of directors , at an election of the class of directors of which he/she is a part. 13 . Compensation. By resolution of the Board of Directors BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 8 I the directors may be paid their expenses, if any, of attendance at each meeting of the Board of Directors, and may be paid a fixed sum jfor attendance at each meeting of the Board of Directors or a stated salary as director. No such payment shall preclude any director from serving the corporation in any other capacity and receiving compensation therefor. 14 . Presumption of Assent. A director who is present at a meeting of the Board of Directors at which action on any corporate matter is taken shall be presumed to have assented to the action taken unless his/her dissent shall be entered in the minutes of the meeting or unless he/she shall file his/her written dissent by registered mail to the secretary of the corporation immediately after the adjournment of the meeting. Such right to dissent shall not apply to a director who voted in favor of such action. LARTICLE V OFFICERS 1 . Election and Term of Office. The officers of the corporation shall be elected annually by the Board of Directors at the first meeting held after each annual meeting of the tshareholders . If the election of officers shall not be helped at such meeting, such election shall be held as soon thereafter as conveniently may be. Each officer shall hold office until his/her death or until he/she shall resign or shall have been removed in the manner hereinafter provided. A vacancy in any office may be tfilled by any of the Board of Directors for the unexpired portion of the term. BY LAWS OF GARY HARPER CONSTRUCTION, INC . - 9 2 . Removal . Any officer or agent may be removed by the Board of Directors whenever in its judgment the best interest of the corporation will be served thereby, but such removal shall be without prejudice to the contract rights , if any, of the person so removed. 3 . President. Subject to the provisions of paragraph 9 of Article IV regarding the Chairperson of the Board, the President shall be the Chief Executive Officer of the corporation and, subject to the control of the Board of Directors, shall in general supervise and control all of the business and affairs of the corporation. In the absence of the Chairperson of the Board, or if there be none, the President shall preside at all meetings of the Board of Directors and Shareholders . with the Secretary or any e l other proper officer of the corporation authorized by the Board of Directors, he/she may sign certificates for shares of the corporation, any deed, mortgages , bonds, contracts, or other instruments which the Board of Directors has authorized to be executed, except in cases where the signing and execution thereof shall be expressly delegated by the Board of Directors or by these Bylaws to some other officer or agent of the corporation or shall r be required by law to be otherwise signed or executed. In general, shall she he/ perform all duties incident to the office of President and such other duties as may be prescribed by resolution of the Board of Directors from time to time. 4 . Vice-Presidents . In the absence of the President or in j i the event of his/her death, inability or failure to act. the Vice- BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 10 I President shall perform the duties of the President. If there shall be more than one Vice-President, the Vice-President shall so act in order designated at the time of their election, or in the absence or any designation, then in order of their election. When so acting the Vice-President shall have all the powers of and be subject to such other duties as from time to time may be assigned to him/her by resolution of the Board of Directors . 5 . Secretar . The Secretary shall (a) keep the minutes of the shareholders ' and Board of Directors ' meetings in one or more books provided for that purpose; (b) see that all notices are duly given in accordance with the provisions of these Bylaws and as required by law; (c) be custodian of the corporate records and of the seal of the corporation and see that the seal of the corporation is affixed to all documents the execution of which on behalf of the corporation under its seal is duly authorized; (d) keep a register of the post office address of each shareholder; (e) sign with the President, or a Vice-President, certificates for shares of the corporation, the issuance of which shall have been authorized by resolution of the Board of Directors; (f) have general charge of the stock transfer books of the corporation; and (g) in general perform all duties incident to the office of Secretary and such other duties as from time to time may be assigned to him/her by resolution of the Board of Directors . 6 . Treasurer. if required by, the Board of Directors , the ond for the faithful discharge of his/her Treasurer shall give a b iduties, in such sum and with such surety or sureties as. the Board BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 11 i of Directors shall determine. He/she shall (a) have charge and custody of, and be responsible for, all funds and securities of the corporation; (b) receive and give receipts for moneys due and i deposit all such moneys in the name of the corporation in the banks, trust companies and other depositories as shall be selected , in accordance with the provisions of these Bylaws; and (d) in general perform all of the duties incident to the office of Treasurer and such other duties as from time to time may be assigned to him/her by resolution of the Board of Directors . 7 . Assistance Secretaries and Assistance Treasurers . If required by the Board of Directors, The Assistant Treasurers shall respectively give bonds for the faithful discharge of their duties in such sums and with such sureties as the Board of Directors shall determine. The Assistant Secretaries and Assistant Treasurers in general shall perform such duties as shall be assigned to them by j the Secretary or the Treasurer respectively, or the President or by resolution of the Board of Directors . 8 . Salaries . The salaries of the officers shall be fixed from time to time by Board of Directors . No officer shall be prevented from receiving a salary be reason or the fact that he/she is also a directors of the corporation. ARTICLE VI CONTRACTS , LOANS , CHECKS, DEPOSITS 1 . Contracts . The Board of Directors may authorize any office or officers, agent or agents, to enter into any contract or j execute and deliver any instrument on behalf of the corporation, BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 12 and that authority may be general or confined to specific instances . A director or officer or the corporation shall not be disqualified by his/her office from dealing or contracting with the corporation whether as a vendor, purchaser, creditor, debtor, or otherwise. The fact that any director or officer, or any firm of which any director of the corporation is a shareholder, officer or director, is in any way interested in any transaction or contract wheel not make the transaction or contract void or voidable, or require the director or officer to account to the corporation for ' any profits therefrom, if the transaction or contract is or shall be authorized, ratified or approved by (a) the vote of a majority of a quorum of the Board of Directors excluding the interested director; or (b) the written consent of the holders of the shares entitled to a majority of the voting power of the corporation. 2 . Loans . No loans shall be contracted on behalf of the corporation and not evidence of indebtedness shall be issued in its • name unless authorized by a resolution of the Board of Directors . That authority may be general or confined to specific instances . No loans shall be made by the corporation to its officers or tdirectors unless first approved by the voting power of the corporation. No loans shall be made by the corporation secured by its shares . 3 . Checks , Drafts , Etc. All checks, drafts, or other orders for the payment of money, notes or other evidence of indebtedness tissued in the name of the corporation shall be signed by the office or officers, agent or agents of the corporation and in the manner BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 13 ' J as shall from time to time be determined by resolution of the Board of Directors . 4 . Deposits . All funds of the corporation not otherwise employed shall be deposited from time to time to the credit of the corporation in the banks, trust companies, or other depositories as the Board of Directors may select. ARTICLE VII DIVIDENDS AND FINANCE 1 . Declaration and Payment of Dividends . Dividends may be declared by the Board of Directors and paid out of the unreserved and unrestricted earned surplus of the corporation, or out of the unreserved and unrestricted net earnings of the current fiscal year and the next preceding year taken as a single period, subject to the conditions and limitations imposed by the Articles of Incorporation, these Bylaws and the laws of the State of j Washington. 2 . Permissible Reserves . Before making any distribution of profits, there may be set aside out of the net profits of the corporation such sum or sums as the directors from time to time in their absolute discretion deem expedient as a reserve fund to meet contingencies, or for equalizing dividends, or for maintaining any j property of the corporation, or for an other purposes . An P P Y P P Y profits of any year not distributed as dividends shall be deemed to have been thus set apart until otherwise disposed of by the Board of Directors . BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 14 J ARTICLE VIII SEAL The Board of Directors may adopt a corporate seal which, if accepted, shall be circular in form and shall have inscribed thereon the name or the corporation and the state of incorporation, the year of incorporation and words "Corporate Seal" . ARTICLE IX iINDEMNIFICATION OF DIRECTORS OFFICERS EMPLOYERS AND AGENTS 1 . Reference to Statute. The provisions of this Article are made with reference to RCW Title 23B as presently enacted and as it may be amended from time to time (the "Statute" ) . The terms "Party" and "Proceeding" as used herein shall have the meanings tdefined in the Statute, if any. 2 . Indemnification of Directors . To the full extent permitted by the Statute, and upon the terms and conditions therein set forth, the corporation shall indemnify and shall advance funds for the benefit of, any person who was or is a Party to any Proceeding, (whether brought by or in the right of the corporation or otherwise) by reason of the fact that .he/she is or was a 1 director of the corporation. 3 . Indemnification of Officers , Employees and Agents . a) The corporation shall indemnify any person made a party to any proceeding (other than a proceeding by or in the right of the corporation) by reason of the fact that he/she is or was an officer, agent or employee of the corporation, against judgment, penalties, fines, settlements and reasonable expenses actually incurred by him/her in connection with such proceeding if, in the case of a civil proceeding, he/she conducted himself/herself in good faith and reasonable believed BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 15 his/her conduct to be at least not opposed to the corporation's best interests, and, in case of a criminal proceeding, he/she had not reasonable cause to believe his/her conduct was unlawful . (b) The corporation shall indemnify any person or agent made Party to any proceeding by or in the right of the corporation by reason of the fact that he/she is or was an officer, employee, or agent of the corporation, against reasonable expenses actually incurred by him/her in good faith and reasonably believed his/her conduct to be a least not opposed to the best interest of the corporation. (c) The corporation shall advance funds for reasonable expenses incurred by any person referred to in item (a) or item (b) of this paragraph 3 in advance of the final disposition of the proceeding concerned if it shall be determined (as provided in the statute) that, based upon the then available information, such person would be entitled to indemnification by the corporation for such reasonable expenses upon final disposition of the proceeding. (d) Nothing contained in this paragraph 3 shall be deemed to entitled an officer, employee or agent of the corporation to indemnification or advance of funds if it be determined that the person seeking indemnification or advance of funds either: (i) improperly derived personal benefit from the activity with respect to which indemnification is sought; or (ii) acted negligently or engaged in willful t misconduct with respect to such activity. 4 . Further Indemnification. The indemnification provided by this Article shall not be deemed exclusive or any other rights to which a person may be or become lawfully entitled. ARTICLE X i AMENDMENTS These Bylaws may be altered, amended or repealed and new Bylaws may be adopted by the Board of Directors at a meeting called BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 16 for that purpose . Any Bylaw adopted or changed by the Board or Directors may be amended, repealed or altered by an affirmative vote or the shareholders at a meeting of shareholders following such action. The foregoing Bylaws were adopted by the Board of Directors on the � day February, 1995 . GARY A. RPER BY LAWS OF GARY HARPER CONSTRUCTION, INC. - 1 1 ACTIONS OF BOARD OF DIRECTORS OF GARY HARPER CONSTRUCTION, INC. IN LIEU OF ORGANIZATIONAL MEETING The following actions shall be deemed taken by the Board of Directors of GARY HARPER CONSTRUCTION, INC. , (hereinafter the t "Corporation; ) , upon the execution of this instrument, or counterpart thereof, by all of the Directors or the Corporation. All such counterparts shall construe a single instrument and comprise the actions taken by unanimous written consent of the initial directors in lieu of an organizational meeting. ' The following resolutions are hereby adopted: Resolution Number 1 RESOLVED, that the form of Bylaws attached hereto is adopted as the Bylaws of the Corporation; Resolution Number 2 RESOLVED, that the following individuals are hereby elected officers of the Corporation, to serve until the first annual meetin g P of the Corporation's s Boar d of Directors or until their respective successors are elected and qualified: President Gary A. Harper A Har P Vice-President Gary A. Harper Secretary Gary A. Harper Treasurer Gary A. Harper Resolution Number 3 RESOLVED, that all actions of the Incorporator of every nature heretofore taken for the organization of the corporation are in all respects approved, ratified and confirmed; Resolution Number 4 j RESOLVED, that the form of stock certificate attached hereto is adopted as the form of certificate for capital stock of the Corporation to represent fully paid and non-assessable shares of the Common Stock of the Corporation $1 . 00 per value; Resolution Number 5 RESOLVED, that the subscription attached hereto of Gary A. Harper _ 1 _ tfor 500 shares of the capital stock of the Corporation accepted upon receipt of the consideration so subscribed, the officers evidencing the shares so subscribed; Resolution Number 6 RESOLVED, that the President and the Secretary or the Treasurer of the Corporation, are hereby authorized to execute on behalf of the Corporation any and all forms of bank resolutions dealing with corporate banking matters including the establishing and maintaining of corporate bank accounts, which in their judgment from time to time may be required for the proper fiscal management of the corporation, including the designation thereon of such authorized signatures of corporate officers as may to them seem appropriate. The said officers may execute such banking resolution or resolutions as if authorized to do so by a specific resolution of the Board of Directors adopted on the date this resolution was adopted by the Board; Resolution Number 7 RESOLVED, that the appropriate officers of the Corporation shall file with the Secretary of the State of Washington the Corporation's annual report as required by law; Resolution Number 8 RESOLVED, that the Treasurer of the Corporation is authorized to pay all charges and expenses incident to or arising out of the organization of the Corporation and reimburse any person who has made any disbursement therefore; Resolution Number 9 RESOLVED, that the Secretary of this Corporation be and hereby is authorized and directed to procure all corporate books , books of account and stock books required by the statutes of the State of Washington or necessary or appropriate in connection with the business or this Corporation; tResolution Number 10 RESOLVED, that the appropriate officers of the Corporation has and hereby are authorized to take all such further action and to execute and deliver all such further instruments and documents, in the name and on behalf of the Corporation and under its corporate seal or otherwise, and such officers are authorized to pay such expenses as in their judgment shall be necessary proper or advisable in order to fully carry out the intent and accomplish the purpose of the resolutions heretofore adopted by this action in writing and each of them. 2 t The undersigned, constituting all of the directors of the Corporation, do hereby consent to the foregoing actions of the Board of Directors of the Corporation to be effective February 1995 . i � GARY HARPER, Dir or I 1 t 3 o QQ Of �0 Misty Cove Lift Station Replacement WWP-27-3627 CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy ' Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Proposal &Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Dept. of Labor and Industies Certificate of Registration *Proposal Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton 4-Fair Practices Policy Affidavit of Compliance *Contract Agreement(Contracts other than Federal-Aid FHWA) Prevailing Minimum Hourly Wage Rates Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Technical Provisions Engineering Geology Report Standard Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid *:* Submit at Notice of Award ' CITY OF RENTON Public Works Department 1055 South Grady Way Renton, Washington 98057 i 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: j (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 I 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 7th day of March 2011 , CITY 0 RENTON RENTON CITY COUNCIL I Denis Law, Mayor &Uncil Pr sident I i Attest: Bonnie I.Walton,City Cleric i I CITY OF RENTON SUMMARY OFAMERICANS WITH DISABMTIESACT 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: (1) EMPLOYMENT PRACTICES - All activities relating to employment. such. as recruitment,selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on.individual performance, staffing requirements,and in accordance with the Americans With Disabilities.Act and other applicable laws and regulations. ' (2) 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 for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS-ATTH DISABILITIES 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) CONTRACTORS' 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. CITX-.QF RENTON RENTON CITY COUNCIL: Mayor Council President /Attest City Clerk i i t CITY OF RENTON Misty Cove Lift Station Replacement WWP-27-3627 SCOPE OF WORK 1 The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The construction of the Misty Cove Lift Station Replacement, including below-grade wet well, valve vault, meter manhole, approximately 313 linear feet of 6" gravity sewer and 35 linear feet of 8" gravity sewer both installed utilizing trenchless technology, approximately 174 linear feet of 4" ductile iron force main, above-grade CMU motor control building, and abandonment of the existing lift station.The Work also consists of pavement rehabilitation,electrical conduit extension and service modifications. A total of 120 working days will be allowed for the completion of this project. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document, in addition to all applicable permits obtained for the project. t t t 1 t 1 t 1 1 t �� t n ds - n ., .:'. � ''. �;w, —, :� ���---��.. —sf rC—• � ..'� � �_�_^`vim ✓'� i t 1 , 1 L..1 '. JZ.,..... _. _ .... r° PROJECT - — LOCATION _ � � r' ." s 1 _ I M Z _ 5027 u' RIPLEY LAME -- i' s r j / Seahawk __ ........ r Y , -,facility _ An� r ` _. _ 3 N � .. � y fry ef _ _ ..". 5, t ...._ '1 I _.. — ' 1— f _ ( _ [— _I 7 1 E v f. i.. ....< - J 17 H- _I �r —€ i t 1 I �� L�t .._..,,,—!� ....1 S ...._I.. _-.. r ` \u r ifl f''a --e _..' h'.I: .. 3 f I _E ;.. ; 1 ] �r � � _ , 1 T ; — J r I _i.... - '--� �.� f Misty Cove Lift Station Replacement Vicinity Map INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk; Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents,whether made before or after letting the contract. 3 The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined at the Public Works Department Office. Plans, specifications, addenda, and the plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Bidders shall satisfy themselves as to the local conditions by inspection of the site. S. 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 S% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The.bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage,worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 "Public Liability and Property Damage Insurance". 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 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. jThe most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also,comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions or other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA"2010 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation, "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. ■ B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the,measurement and payment provisions of Section 1-09.14, Measurement and Payment(added herein)shall govern. 21. An Engineering Geology Report has been performed for this project and is contained in this document. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS.and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda, if any? ' ❑ Have you submitted the Dept. of Labor& Industries Certificate of Registration form? ICAG-13-178 CITY OF RENTON CALL FOR BIDS Misty Cove Lift Station Replacement W W P-27-3627 Sealed bids will be received until 2:30 P.m. Tuesday, October 22, 2013 at the City Clerk's office, 7th floor and will be opened and publicly read in Conference Room 511 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057 for the Misty Cove Lift Station Replacement Project. The work to be performed within 120 working days from the Notice to Proceed Date under this contract shall include, but not be limited to: The construction of the Misty Cove Lift Station Replacement, including below-grade wet well, valve vault, meter manhole, approximately 313 linear feet of 6" gravity sewer and 35 linear feet of 8" gravity sewer both installed utilizing trenchless technology, approximately 174 linear feet of 4" ductile iron force main, above-grade CMU motor-control building, and abandonment of the existing lift station. The work also consists of pavement rehabilitation, electrical conduit extension and service modifications. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available October 1, 2013. Plans, specifications, addenda, and the plan 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", "Project's 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.") If a bidder has any questions regarding the project, please contact the Project Manager, John Hobson, at 1055 South Grady Way, Renton,WA 98057 or(425)430-7279. 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 Americans with Disability Act Policies shall apply. Bonnie I.Walton, City Clerk Published: Daily Journal of Commerce October 1, 2013 Daily Journal of Commerce October 8, 2013 Daily Journal of Commerce October 15, 2013 i i D Cimof Misty Cove Lift Station Replacement WWP-27-3627 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans,specifications and contract and the schedule of prices. f 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 te 12 Proposal and Combined Affidavit and Certificate Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer,workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT s Gcvl 0 ci LName of Bidder's Firm Signature of Authorized Representative of Bidder*: v . Printed Name: C�'/I' Title: �i Address: #193 ;23 ld -Sl 5�-) Contact Name(please print): /7124," Phone: W Email: r Qil �� Cpl *The above signature must be notarized using the applicable notary language found on pages 3 and 4. If business is a CORPORATION,please complete this section: Name of President of Corporation Name of Secretary of Corporation 's Corporation Organized under the laws of 'J 1 With Main Office in State of Washington at If business is a PARTNERSHIP or LIMITED LIABILITY COMPANY,please complete this section: K� Name: Title (Partner,Member, Manager): Proposal&Affidavit/Certificate Page 2 of 4 te 13 Minimum Wage Affidavit Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale INDIVIDUAL FORM STATE OF WASHINGTON ) : ss County of ) On this day of before me personally appeared to me known to be the individuales s cribed in and who executed the foregoing instrument, and acknowledged under oath that (he/she/they) signed and sealed the same as (his, h their) free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and ye r last above written. (SEAL) Notary P lic in and for the State of Washington, eliding at Print Name: My commission expires: CORPORATION FORM STATE OF WASHINGTON } c . ^ ss County ofS'Whao/ 4, ) /� On this �� day of 4, h before me personally appeared 40'1� A. ��� to me known to be the (President, Secretary, Treasurer) of ?he corporation that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SE 1r SAL �� y """• 'q �'� otary Publi in and iorthtState of •• N A�9F:9 Washington, residin at A 0 YU� NQSf�RV Z= Print Name: pV50C o �6.•.••• o , 41;'0` My commission expires: OF W PS\ Proposal&Affidavit/Certificate Page 3 of 4 te 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PARTNERSHIP FORM STATE OF WASHINGTON ) ss County of On this day of before me personally appeared to me known to be a \dayand ner of the partnership known as that eregoing instrument, and acknowledged said instrument to be the free and voludeed of said partnership, for the uses and purposes therein mentioned, and ohat (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official se ar last above written. (SEAL) Notary ublic in and for the St ate of Washingt n, residing at Print Name: My commission expires: LIMITED LIABILITY COMPANY(LLC) FORM STATE OF WASHINGTON ss County of ) On this day of 20 before me personally appeared to me known to be a naging Member of the Limited Liability Company known as and that he/she/they executed the foregoing instrument, and acknowledged said instrument be the free and voluntary act and deed of said Limited Liability Company, for the uses and pu oses therein mentioned, and on oath stated that (he/she/they) are authorized to ex cute said instrument. GIVEN under my hand and official seal the day and year last above written. _ (SEAL) �j Notary Public in an for the State of Washington, residin at Print Name: My commission expires: Proposal&Affidavit/Certificate Page 4 of 4 Le 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash,or bid bond in the amount of.$ 5%-------- which amount is not less than five percent of the total bid. Gary Harper Construction, Inc . By: Signature Know All Men by These Presents: 1 That we, Garr Harper Construction—Inc . as Principal, and Developers Surety and emnit Company yas Surety,(are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of ive percenYtidSa ouontt- total Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Misty Cove Lift Station Re lacemen _Protect No WW2-27-"3627 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall,in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids,then this obligation shall be null and void;otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED,SEALED AND DATED THIS 18th DAY OFOctober 2013 Gary Ha rpe Star n, Inc . B : 1- Principal Developers Surety and Indemnity Company By Surety Roxana Palacios,Attorney-in-Fact Received return of deposit in the sum of$ Page 17 Bid Bond Form 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint: ***Steven W. Palmer, Holly E. Ulfers, Mary A.Dobbs, Heather Allen,Angela D.Tonnon, Roxana Palacios, Nancy N. Hill,jointly or severally*** as their true and lawful Attorney(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attorney(s)-in-Fact,pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorney(s)named in the Power of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this November 16,2012. By: \ �07.� ,o����ANO,j�'•,.,•. ?ANY O Daniel Young,Senior Vice-President "� '_.••' �F pO �yJ.,4��PORgr ?l GO?'POgQ Jc<` -w6 OCT. <5 2 ? OCT.5 10 r O By. regg N.0 imPresident 1967 P State of California County of Orange On November 16,2012 before me, Antonio Alvarado Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Gregg N.Okura Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized ANTONIO ALVARADO capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of N COMM.#1880843 which the person(s)acted,executed the instrument. NOTARY PUBLIC CALIFORNIA S I certify under PENALTY OF PERJURY under the laws of the State of California thatthe foregoing paragraph is 3 ORANGE COUMY true and correct. My comet. Zro,Aug.9,2013�t °T I I I I WITNESS my hand and official seal. ) Place Notary Seal Above Signature ' Antonio Alvarado,Notary Public °. CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby i certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,this 18th day of October , 2013 . By: 40?�t Mark J.Lansdon,Assistant Secretary ID-1380(Rev.11112) CITY OF RENTON PUBLIC WORKS DEPARTMENT MISTY COVE LIFT STATION REPLACEMENT TOTAL BID PRICE(NOT INCLUDING ALTERNATE BID ITEMS)WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER (Note: The bid price shall be stated in 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 I Dollars Cents. Dollars Cents. 1 1 Mobilization, Demobilization,Site $ Y' 6 a O $ /oo Lump Sum Preparation&Clean-up per Lump Sum 2 1 Temporary Erosion and Sedimentation $ z7oo ;erg $ x2dx�42 Lump Sum Control per Lump Sum 3 1 Traffic Control $ /-?®p $ G`S co Lump Sum per Lump Sum 4 1 Temporary Bypass Pumping System $ Z VS-60 !: ro $ 2�c,/" yo TC, Lump Sum per Lump gum 5 1 Site Work and Utilities $ —7-6 7bo ocf $ —7 9.9000..00 Lump Sum per Lump um —� 6 1 Trenchless Gravity Sewer $ 00 C'0 $ Lump Sum per Lump Sum 7 50 Unscheduled Excavation $ _?d?, C110 $ ��� Cubic Yard per Cubic Yard 8 50 Unscheduled Structural Backfill $ Z6�° $ Cubic Yard per Cubic Yard 9 1 Trench Safety and Shoring $ l'� Sj�Q � $ 44rf.!Z0C? Lump Sum per Lump Suff t10 1 Dewatering $ L / ,°a $ C �®g rc�' Lump Sum per Lump S m 11 70 Asphalt Pavement $ �j3�� $ �• (/U Ton per Ton 12 1 Existing Lift Station Conversion $ cif $ /3 200 Lump Sum per Lump Sbm le 18 Total Bid Price Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CITY OF RENTON PUBLIC WORKS DEPARTMENT MISTY COVE LIFT STATION REPLACEMENT TOTAL BID PRICE(NOT INCLUDING ALTERNATE BID ITEMS)WILL BE USED TO DETERMINE SUCCESSFUL LOW RESPONSIVE BIDDER (Note: The bid price shall be stated in 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. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars Cents. Dollars Cents. 13 1 Lift Station Structural $ :?rj_gbo p° $ Lump Sum per Lump Sum �. 14 1 Electrical Building Structural $ �ga w, w $ V, (��• �� Lump Sum per Lu p Sum 15 1 Misty Cove Lift Station Pumps and Motors $ 3 bp.°Cl $ ® p Lump Sum per Lump Sum 16 1 Devil's Elbow Lift Station Pump and Motor $ _ �_:U $ 44 T Lump Sum per Lump Sum 17 1 Mechanical $ V, , $ Lump Sum per Lump Turn 18 1 Electrical $ -757 5�. 60 $ 7S' 500,00, Q v Lump Sum per Lump Sum 19 1 Finishes zO, $ Lump Sum per Lum Sum 20 1 O&M Manuals and On-site Owner Training $2,500.00 $2,500.00 Lump Sum per Lump Sum 21 1 Construction Records $5,000.00 $5,000.00 Lump Sum per Lump Sum Subtotal $ 60. t!7 9.5%Sales Tax s e2 /7. 70 Total Bid Price $ FZ0 �7� 7V The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid items set forth in the bid forms to be considered responsive for award. The Total Bid Price,as indicated on the Schedule of Prices,will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The intent is to award to only one BIDDER. Ige 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BOND TO THE CITY OF RENTON Bond no. 338670P KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Gary Harper Construction, Inc. as principal, and Developers Surety and Indemnity Company corporation organized and existing under the laws of the State of Iowa as a W 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 $820,_877 .70-- 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 day of November 2013. Nevertheless,the conditions of the above obligation are such that: WHEREAS under and pursuant to Public Works Construction Contract CAG-13-178 providing for p p g construction of Misty Cove Lift Station Replacement {project name} the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS,the principal has accepted,or is about to accept,the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying Y 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. Gary Harper Co struction, Inc. Developers Surety and Indemnity Company Principal Surety , Si nature Signature Gary Harper, President Roxana Palacios, Attorney"-is_i-Fact Title Title I POWER OF ATTORNEY FOR DEVELOPERS SURETYAND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint: "'Steven W. Palmer, Holly E. Ulfers, Mary A. Dobbs, Heather Allen,Angela D.Tonnon, Roxana Palacios, Nancy N. Hill,jointly or several ly—as their true and lawful Adorn ey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attomey(s)-in-Fact,pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008. RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorney(s)named in the Power of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship;and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney; RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF,DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this May 23,2013. By: \ Gib D7.�� o� AND��`�, MPANYO Daniel Young,Senior Vice-President FZ ��V OPPop 3wf OCT. _ Z. OCT.5 �� n By. nj. 1 9 3 g w 1967 re N.0 ice-President O _ 99 .,d7. .►OW'A ' � p'4 <lFOA O� �b State of California County of Orange On May 23,2013 before me, Gina L.Garner,Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Gregg N.Okura Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized Ii capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of F GINA L.GARNER � which the person(s)acted,executed the instrument. COMM.#2021213 ` NOTARY PUBLIC CALIFORNIA 3 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is S ORANGE COOUNTy true and correct. L My Comm.expires May 18,2017�t WITNESS my hand and official seal. Place Notary Seal Above Signature Gina L.Garner,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the proAsions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,California,this day of November 2013 By: Mark J.Lansdon,Assistant Secretary ID-1380(Rev.05/13) D o��rr�f vii• CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE hereby confirms and declares that: (Name of co tractor/sub ntractor/consultant) I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal I opportunity to all qualified employees and applicants for employment without regard to their i 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; j I 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. j 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 ame l �G Print Age es ativ ' gent/Representative's Si ture �l 11 113 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. I � CONTRACTS OTHER THAN FEDERAL-AID FHWA `L 1 THE i THIS AGREEMENT, made and entered into this day of�(L, . by and between CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Gary Harper Construction,Inc.,hereinafter referred to as "CONTRACTOR." WTTNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within One Hundred and Twenty (120) working days from date of commencement hereof as required by the Contract, of which this agreement is a component part)perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-13-178 for improvement by construction and installation of: ' Work for the Misty Cove Lift Station Replacement,per the"Scope of Work"included herein. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications,including any and all addenda issued by the City and all other ' documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and ' services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached,as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Technical Specifications,if any I 3) If the Contractor refuses or fails to prosecute the work or any part thereof,with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make ' a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10)days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may ' take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event,the City, if it so elects, may, without liability for so doing,take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any ' work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City,unless otherwise specifically provided for in this Contract. ' The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses ' and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants,provisions and agreements hereunder. The Contractor also ' agrees to name the Misty Cove Association of Apartment Owners as an additional insured on a noncontributory primary basis with the same considerations as provided the City herein. ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a) the Contractor's agents or employees and(b)the City,its agents,officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ' Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then,in the event of liability for damages arising out of bodily injury to persons or damages to property caused by ' or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers,the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than One Hundred and Twenty (120) working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages(and not as a penalty)for each such day,which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one(1) year from the date of final acceptance of the work,unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect,fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work,the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum ' Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. I i r The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing,or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. r 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of,a traffic r control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $820.877.70 num rs Eight Hundred Twenty Thousand Eight Hundred Seventy Seven and 70/100 including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions"of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer r Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. ' 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS r FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement,or to exercise any option r r r r 1 ' conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. r16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement,unless notified to the contrary. Any written notice hereunder ' shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non- assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without Ladditional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws,rules, and regulations that are now effective or in the future become applicable to Contractor's business, ' equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. ' 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. TTY OF RE ON ' Pxc i , 1?artner/ wne Mayor e i s L a w AT- IVA Secretary �1 Jason Se h, DeputyCity Clerk dba � war' lr ��1 ���� I1��/ Firm Name check one � ❑ Individual ❑ Partnership '*'0 Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP,full name of each partner should be listed followed by d/b/a(doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and 1 name of the company. I r i i i Client#:579845 GARYHARPI ACORD,T., CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/12/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: T NAME: Kibble&Prentice,a USI Co SC PHONE 206 441-6300 610-362-8503 A/C No Et): A/C,No 601 Union Street,Suite 1000 E-MAIL Seattle,WA 98101 Select@KPcom.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:James River Insurance Company 12203 INSURED Gary Harper Construction,Inc. INSURER B:Ohio Security Insurance Company 24082 14831 223rd Street SE INSURER C:INSURER D Snohomish,WA 98296-3989 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WD POLICY NUMBER MWDD MM/DD LIMITS A GENERAL LIABILITY X X 000431573 5/01/2013 05/01/201 EACH OCCURRENCE $110001000 X COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED PREMISES Ea occurrence $50000 CLAIMS-MADE 1:9 OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X JEQ LOC $ B AUTOMOBILE LIABILITY BAS1455107635 5/01/2013 05/011201 COMBINED SINGLE LIMIT X ANY AUTO BODILY INJURY(Per person) $I,000,000 ALL OWNED SCHEDULED BODILY INJURY Per accident $ AUTOS AUTOS ( ) NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Peraccident $ X Ulm MED PAYMENTS $$5,000 A UMBRELLA LIAB X OCCUR 000432043 5/01/2013 05/01/201 EACH OCCURRENCE $4 OOO OOO ' X EXCESS LIAB CLAIMS-MADE AGGREGATE s4,000,000 DED I I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 000431573 5/01/2013 05/01/201 E.L.EACH ACCIDENT $1 000 000 OFFICER/MEMBER EXCLUDED? � N/A (Mandatory In NH) WA STOP GAP E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) RE: Misty Cove Lift Station Replacement Project. The General Liability policy includes a blanket automatic Additional Insured endorsement that provides Additional Insured and a Blanket Waiver of Subrogation status to City of Renton,its officers,officials, agents,employees and volunteers and Misty Cove Association of Apartment Owners,only when there is a written contract or written agreement between the named insured and the certificate holder that requires (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Renton SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1055 South Grady Way ACCORDANCE WITH THE POLICY PROVISIONS. Renton,WA 98057 ' AUTHORIZED REPRESENTATIVE 1)• o0Us4vk1 ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S11261094/M71252271 RYBJU __ I DESCRIPTI ntinued'from Page 1)_ such status.The General Liability policy contains a special endorsement with Primary and Noncontributory wording. 1 1 1 1 1 1t 1! SAGITTA 25.3(2010/05) 2 Of 2 #S11261094/M11252271 COMMERCIAL GENERAL LIABILITY CG 201.0 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations Where required by written contract or agreement. All operations of the Named Insured. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for"bodily injury", "property This insurance does not apply to"bodily injury",or damage" or "personal and advertising injury" "property damage"occurring after:. caused, in whole or in part, by: 1. Your acts or omissions;,or 1. All work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those acting.on your on the project(other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed;or nated above. 2. That portion of 'Your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing, operations for a prin- cipal as apart of the same project_ CG 2010 07 04 0 ISO.Properties, Inc., 2004 Page 1 of 1 ❑ COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 iTHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following.. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Organization(s): tions Where required by written contract or agreement. All operations of the Named Insured. Information required to complete this Schedule if not shown above will be shown in the Declarations. Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tions) shown in the Schedule, but only with respect to liability for"bodily injury" or"property damage"caused, in whole or in part, by'your work'at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and included in the"products-completed operations hazard I CG 20 37 07 04 Q ISO Properties; Inc., 2004 Page 1 of 1 D I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. i PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following; ALL COVERAGE PARTS Name Of Additional Insured Persorf(s) Or Organ ization(s : I If no entry appears above, this endorsement applies to all Additional Insureds covered under this policy. Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AR5031 US O4-10 Page 1 of 1 COMMERCIAL GENERAL LIABILITY DECLARATIONS POLICY NUMBER JAMES RIVER INSURANCE COMPANY 00043157-3 6641 WEST BROAD STREET,SUITE 300 RICHMOND,VA 23230 1. NAMED INSURED AND MAILING ADDRESS: PRODUCER: 15626 Gary Harper Construction Inc CRC of Washington 14831 223rd Street SE 1191 Second Avenue,Suite 1610 Snohomish,WA 98296-3989 Second&Seneca Building Seattle, WA 98101 2. POLICY PERIOD: From 05/01/2013 to 05/0112014 12:01 A.M.Standard Time at your Mailing Address above. IN RETURN FOR THE PAYMENT OF THE PREMIUM,IN RELIANCE UPON THE STATEMENTS IN THE APPLICATION(S)AND SUBJECT TO ALL THE TERMS OF THIS POLICY,WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. LIMITS OF INSURANCE EACH OCCURRENCE LIMIT $ 1,000,000 DAMAGE TO PREMISES RENTED TO YOU LIMIT $ 50,000 Any one premises MEDICAL EXPENSE LIMIT Excluded Any one person PERSONAL&ADVERTISING INJURY LIMIT $ 1,000,000 Anyone person or organization GENERAL AGGREGATE LIMIT $ 2,000,000 PRODUCTS/COMPLETED OPERATIONS $ 2,000,000 AGGREGATE LIMIT RETROACTIVE DATE CG 00 02 ONLY) THIS POLICY IS ON A CLAIMS-MADE AND'REPORTED BASIS WHICH PROVIDES LIABILITY COVERAGE ONLY IF A CLAIM IS FIRST MADE AND REPORTED DURING THE POLICY PERIOD OR ANY APPLICABLE EXTENDED REPORTING PERIOD. THIS INSURANCE DOES NOT APPLY TO"BODILY INJURY", "PROPERTY DAMAGE"OR"PERSONAL AND ADVERTISING INJURY"WHICH OCCURS BEFORE THE RETROACTIVE DATE, IF ANY,SHOWN BELOW. RETROACTIVE DATE: NONE;THIS IS NOT A CLAIMS MADE POLICY ENTER DATE OR"NONE"IF NO RETROACTIVE DATE APPLIES DESCRIPTION OF BUSINESS FORM OF BUSINESS: Corporation BUSINESS DESCRIPTION: Commerical GC MC0001 US 05-09 Page 1 of 3 ALL PREMISES YOU OWN, RENT OR OCCUPY LOCATION NUMBER ADDRESS OF ALL PREMISES YOU OWN, RENT OR OCCUPY 1 14831 223nd Street SE,Snohomish,WA 98296 CLASSIFICATION AND PREMIUM LOCATION CLASSIFICATION CODE PREMIUM RATE ADVANCE 1 NUMBER NO. BASE PREMIUM $ 1 Carpentry 91342 Included Included Included 1 Concrete Construction 91560 Included Included Included 1 Contractors- 91585 Included Included Included subcontracted work-in connection with construction, reconstruction, repair or erection of buildin s 1 Excavation 94007 Included Included Included 1 Grading of Land 95410 Included Included Included 1 Painting-interior- 98305 Included Included Included buildings or structures 1 Sewer Mains or 98820 $1,400,000 Refer to $12,670.00 Connections Construction Gross Sales AP23000S- 1106- Composite Rate Endorsement Wrecking 1 Wrecking-buildings or 99986 Included Included Included structures Stop Gap Liability Included Employee Benefits Liability Included TOTAL PREMIUM SUBJECT TO AUDIT $12,670.00 If checked, premium shown is flat and not Company Fee $ 350.00 subject to audit❑ TOTAL SHOWN IS PAYABLE: AT INCEPTION $13,020.00 AUDIT PERIOD(IF APPLICABLE) FREQUENCY: Annual ENDORSEMENTS ENDORSEMENTS ATTACHED TO THIS POLICY: See attached schedule A—Schedule of Forms MC0001 US 05-09 Page 2 of 3 THESE DECLARATIONS,TOGETHER WITH THE COMMON POLICY CONDITIONS AND COVERAGE FORM(S)AND ANY ENDORSEMENT(S),COMPLETE THE ABOVE NUMBERED POLICY. j I t I: I� �f MC0001 US 05-09 Page 3 of 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES Policy Change Number 2 POLICY NUMBER POLICY CHANGES COMPANY EFFECTIVE 00043204-3 10/16/201312:01 AM JAMES RIVER INSURANCE COMPANY Standard Time at the address of the Named Insured' NAMED INSURED AUTHORIZED REPRESENTATIVE Gary Harper Construction Inc Richard J. Schmitzer COVERAGE PARTS AFFECTED ALL COVERAGE PARTS CHANGES LIMITS OF INSURANCE For an additional premium of$3,000 The Limits of Insurance shown on the Declarations Page of this Policy are amended to read as follows: LIMITS OF INSURANCE A. Each Occurrence ................................................................... $4,000,000 B.Annual Aggregate.................................................................. $4,000,000 ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. Authorized Representative Signature II IL12 01 LL 04-03 Page 1 of 1 Cowrape Is Prodded le: Policy Number: Nvr2est. Ohio Security Insurance Company BAS (14) 5510 7635 Policy Period: Business Automobile Fran 05J01/2013 To MMI/2014 12.01 am Standard Time Revised Policy Declarations at Insured Mailing Location Named Insured Ageot GARY HARPER CONSTRUCTION INC. (206).441-6300 t KIBBLE& PRENTICE SUMMARY OF LIMITS AND CHARGES - continued Total Provisional Charges. $7,132.00 Note: This is not a bill SUMMARY OF COVERED VEHICLES UNIT YEAR MAREMBEL YIN TERR ST CLASS ZIP SYM/COST 001 2002 CHEVROLET 2500 1GCHK29U22E272490 01.2 46 7391 98296 $28,587 �. 002 2005 GMC/CHEVY K34 IGBJK34G35E129288 012 46 7391 98296 $28,095 003 2008 FORD F750 W/TADANO 3FRWF75C58V070734 012 46 33199 98296 $91,125 004 2007 CHEVROLET 2500 NEW 1GCHK23657F528245 012 46 7391 98296 $38,145 To re port a d fat f a ,call your Agent or 1-8110-289-09Ci0 DS 70 43 01 011 �' •�' •••' --•--- --- - .In.rn non n,--^nnnv nnnMn RIAr 4• K M Coverage Is Prodded la: gb. Policy Number: o><'t�l_west. Ohio Security Insurance Company BAS (14) 5510 76 35 �+emaerorueenyHuwcroup Policy Period: Business Automobile Iron OW01l2013 To 05101/ 14 12:01 am Standard Time Retired Policy Declarations at Insured Mailing Locatlon ' Named Inswil Agent GARY HARPER CONSTRUCTION INC. (206)441-6300 KIBBLE&PRENTICE ITEM THREE: COVERED VEHICLES AND PREMIUM DETAIL UNIT 001 2002 CHEVROLET 2500 VIN: 1 GCHK29U22E272490 Rating CLASS SYMXOST TERRITORY RISK STATE RATING ZIP TOWN CODE Fasters 7391 $28,587 012 WA 98296 0217 DESCRIPTION PREMIfifYl Liability Insurance $966.00 Medical Payments $37.00 Underinsured Motorist Bodily Injury and Property Damage $205.00 Physical Damage Comprehensive - Actual Cash Value Less$250 Deductible $54.00 Collision - Actual Cash Value Less$500 Deductible $146.00 Total Premium $1,40.W UNIT 002 2005 GMCICHEVY K34 VIN: 1 GBJK34G35E129288 Rating CLASS SYMMOST TERRITORY RISK STATE RATING ZIP TOWN CODE Faders 7391 $28,095 012 WA 98296 0217 DESCRIPTION PRpyRUIA Liability Insurance $966.00 Medical Payments $37.00 Underinsured Motorist Bodily Injury and Property Damage $205.00 Physical Damage Comprehensive - Actual Cash Value Less$250 Deductible $78.00 Collision - Actual.Cash Value Less$500 Deductible $230.00 Total Premium $7,518.00 I ' Toaparta claim,calf Par APO or 14011489-80W DS 70 43 0108 10)04113 55107635 N0175831 235 NCAFPPNO INSURED COPY 000068 PAGE 15 OF 20 Lib e Coverage Is FiorldeAla: Policy Number. � Northwest Ohio Security Insurance Company BAS (14) 5510 7635 Dlemba orlDcMMurudGroup Policy Period: Business Automobile From 0510112013 To 05/01/2014 12.01 am Standard Time Revised Policy Declarations at Insured Mailing Location Named Insured Ageat GARY HARPER CONSTRUCTION INC. (206)441-6300 KIBBLE&PREbMCE ITEM THREE: COVERED VEHICLES AND PREMIUM DETAIL - continued UNIT 003 2008 FORD F750 W/TADANO CRANE VIN: 3FRWF75C58VO7O734 Rating CLASS SYM/COST TERRITORY RISK STATE RATING ZIP TOWN CODE Factsts 33199 $91,125 012 WA 98296 0217 Loss Payee COAST CRANE COMPANY 8250 5TH AVE S SEATTLE, WA 98108 DESCRIPTION PREMIUM 'f Liability Insurance $1,493.00 Medical Payments $63.00 ,\ Underinsured Motorist Bodily Injury and Property Damage $139.00 Physical Damage Comprehensive - Actual Cash Value Less$250 Deductible $139.00 Collision - Actual Cash Value Less$500 Deductible $457.00 Total Premium �2,29l.00 UNIT 004 2007 CHEVROLET 2500 NEW VIN: 1 GCHK23657F528245 Rating CLASS SYM/COST TERRITORY RISK STATE RATINO ZIP TOWN CODE Factors 7391 $38,145 012 WA 98296 0217 Loss Payee Alaska USA Federal Credit Union PO Box 196613 Anchorage, AK 99519 DESCRIPTION PRENNUM Liability Insurance $966.00 Medical Payments $37.00 To report a claim,call your Agent or 1-800.284-0930 DS 70 43 0108 MAIA/t!1 45In7ri.Z.r. Nn175RAt Ong mracovfan iuenncn rrav mrvfeu oer.F is nr on U10b"ty 0e IS�ded I Policy Number.m Ohi o Security Insurance Company BAS (14) 5510 7635 K=brraftftM tunuIc.mp Policy Period: Business Automobile From 05101/2013 To 05/0112014 12:01 am Standard Time Revised Policy Declaratlons at Insured Mailing Location Neund Insured Aged GARY HARPER CONSTRUCTION INC. (206)441_6300 KIBBLE&PRENTICE ITEM THREE: COVERED VEHICLES AND PREMIUM DETAIL - continued Underinsured Motorist Bodily Igiury and Pbperty Damage $205.00 Physical Damage Comprehensive - Actual Cash Value Less$250 Deductible $95.00 Collision - Actual Cash Value Less$500 Deductible $293.00 TO&I PrerMam $1,596.00 ITEM FOUR: HIRED AUTO COVERAGE bli ated Aaaual Bete Per Each Coot of Hire $100 Aaaaei Cost of Hire Liability $2.000.00 .994 $78.00 Cost of Hire raeaar the toed mount you incur for the Ohre of"autos'you don't ecru(mot IN110ding"outer'yea borrow or root from your partners or=ployees or their fanny or tbedr family members) Cost of hire does net Intiode charger for services performed by meter carriers of property or pesseagers. ITEM FIVE: NON-OWNERSHIP LIABILITY COVERAGE Named rneurrd'e RnninPCn Rating Racis jgilmhe Prnminm Other than Garage Service Number of Employees 1 $125.00 Operations and Other Than Social Service Agencies(Not Applicable in CA) MISCELLANEOUS COVERAGES RATING TERRITORY BASK RATING TOWN FACTORS STATE ZIP CODE 0000 WA 98296 0217 Business Auto Enhancement Fndorsement $118.00 TO IIIPWI a 61atm,catl yearA6ant or 1490-289.6980 D►S 70 43 Ol 08 ' 10/04113 55107635 N0175831 235 NCAFPPNO INSUFtED COPY 000068 PAGE 17 OF 20 I I � � PREVAILING MINIMUM � HOURLY WAGE RATES 1 1 1 1 i I II � 1 i � 1 i "6%., i vi i i State of Washington _ Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and.the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description.of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date. 9/27/2013 Cow Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $41.69 5D 1 H iKing Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M King Building Service Employees Janitor $20.59 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.00 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $24.29 5S 2F King Building Service Employees Window Cleaner (Scaffold) $25.15 5S 2F King Cabinet Makers (In Shop} Journey Level $22.74 1 >King Carpenters Acoustical Worker $50.82 5D 1M lKing Carpenters Bridge, Dock And Wharf $50.82 5D 1M Carpenters King Carpenters Carpenter $50.82 5D 1M King Carpenters Carpenters on Stationary Tools $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D 1M ; ;King Carpenters Floor Layer $50.82 5D 1M 'King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 . 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1B Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F s King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P Through 199 Tons ;King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C . 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P Attachments A-frame Over 10 a s Tons 'King Power Equipment Operators Crusher $53.00 7A 3C 8P ;Xing Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 8P ' (power) King Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Or Crane Mount :King. Power Equipment Operators Drilling Machine $53.00 7A 3C 8P (King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco Et Similar Equipment King Power Equi mp ent Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Attachments FKing Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P ° Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. it Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators , Horizontal/directional Drill $52.58 7A 3C 8P a Locator King Power Equipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P (( i 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And UnderF, King Power Equipment Operators Loader, Overhead 8 Yards. Et $54.04 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P I Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P Yards i"6� vi i i r� King. Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P King Power Equipment Operators Locomotives, All $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen $54.04 7A 3C 8P, i $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader- Non- $52.58 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P rKing Power Equipment Operators Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield s King Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P l Distribution it Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7A 3C 8P i Tons And Over h . King Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C 8P Tons Through 99 Tons King Power E ui ment Operators Pavement Breaker $50.22 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P i Mount) King Power Equipment Operators Plant Oiler- Asphalt, Crusher $52.58 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P �l King Power Equipment Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operators Pumps - Water $50.22 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P <King Power Equipment Operators Quick Tower- No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment "King Power Equipment O erators Ri gg er And Bellman $50.22 7A 3C 813 King Power Equipment Operators Rollagon $53.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P kKing Power Equipment Operators Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P ° Materials King Power Equipment Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $53.00 7A 3C 8P } 45 Yards King Power Equipment Operators Scrapers - Concrete a Carry All $52.58 7A 3C 8P I, %King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P �� � I Underground Sewer bt Water I King Power Equipment Operators- Scraper, Self Propelled Under $53.00 7A X 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $52.58 7A 3C 8P Underground Sewer&_Water 'King Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer Et Water. King Power Equipment Operators- Shotcrete/gunite, Equipment $50.22 7A 3C 8P Underground Sewer a Water . King Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer 8t Water Tractors Under 15 Metric Tons. i King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A X 8 P Underground Sewer 8t Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons J King Power Equipment Operators- Slipform Pavers $53.49 7A X 8p­''' Underground Sewer Et Water j King Power Equipment Operators- Spreader, Topsider Et $53.49 7A X 8P I Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $53.00 7A X 8P Underground Sewer Et Water ;. King Power Equipment Operators- Tower Bucket Elevators $52.58 7A X 8P Underground Sewer Et Water 'King Power Eguipment Operators- Tower Crane Over 175'in $54.61 7A X 8P Underground Sewer F±Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P Underground Sewer a Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $53.49 7A X 8P .J Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $52.58 7A X 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver- 100 $53.00 7A X 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/drive-r Under $52.58 7A X 8P Underground Sewer 8t Water 100 Tons I King Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A X 8P Underground Sewer Et Water King Pow_, er Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $50.22 7A X 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A IC 8P I.-__XT T Under round Sewer I# Water King Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers King Power Line Clearance Tree Spray Person $41.51 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $43.76 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $39.10 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $29.44 5A 4A Trimmers King Refrigeration Et Air Journey Level $71.46 6Z 1G Conditioning Mechanics xKing Residential Brick Mason Journey Level $50.12 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $35.10 7L 1H 'King Residential Insulation Journey Level $26.28 1 Applicators I King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.461 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters ' King Residential Refrigeration Air Journey Level $71.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.84 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $42.15 5A 3D King Residential Sprinkler Fitters Journey Level $40.81 5C 211 (Fire Protection) s King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 I King Roofers Journey Level $44.21 5A 1 R King Roofers Using Irritable Bituminous $47.21 5A 1 R Materials King Sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1E King Shipbuilding & Ship Repair Boilermaker $39.66 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B King Shi building Et Ship air Electrician $37.82 70 3B King Shipbuilding Et Ship Repair Heat Frost Insulator $58.93 5J 1S k iu��. lvvi ii King ShipbuildinEt Ship Repair Laborer $36.78 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 3B King Shipbuilding Et Ship Repair Operator $40.15 70 313 King Shipbuitdin Et Ship Repair Painter $37.79 70 3B King Shipbuilding Et Ship Repair Pipefitter $37.77 70 3B King Shipbuilding Et Ship Repair Rigger $37.76 70 3B ;King Shipbuilding Et Ship Repair Sandblaster $36.78 70 313 King Shipbuilding Et Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding Et Ship Repair Shipfitter $37.76 70 3B King Shipbuilding Et Ship Repair Trucker $37.59 70 3B King Shipbuilding Et Ship Repair Warehouse $37.65 70 3B King Shipbuilding Et Ship Repair Welder/Burner $37.76 70 3B aKing Sign Makers Et Installers Sign Installer $22.92 1 , (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Etectrical) King Sign Makers a Installers (Pion- Sign Installer $27.28 1 p Electrical) King Sipn Makers £t Instalters (ton- Sign Maker $33.25 1 Electrical) King Soft Floor Lam Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X Protection King Stage Rigp ing Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $50.12 5A 1M 'King Street And Parking Lot Journey Level $19.09 1 t Sweeper Workers King Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor King Surveyors Chainman $52.06 7A 3C 8P King Surveyors Construction Site Surveyor $53.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $34.50 5A 213 Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $35.27 5A 2B Outside f King Telephone Line Construction - Telephone Equipment Operator $36.01 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operatorl $33.471 5A 2B i u�a. l i vi i i Outside (Light) King Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $25.27 5A 2B Outside King Telephone Line Construction - Television System Technician $30.20 5A 2B Outside King Telephone Line Construction - Television Technician $27.09 5A 2B Outside King Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M `King Tile Setters Journey Level $21.65 1 King Tile, Marble It Terrazzo Finisher $37.79 5A 1 B Finishers i King Traffic Control Strivers Journey Level $42.33 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) `King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L WA-Joint Council 28) ',King Truck Drivers Dump Truck 8 Trailer $47.91 5D 3A 8L `:King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) ;King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers &, Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers Department of Labor and Industries ��4,arargo� Prevailing Wage o 6 STATEMENT OF INTENT TO (360)902-5335 w }vww.]it i.wa.PovlTradesl..icensina/Prcv Waee �y -� o�`.'� PAY PREVAILING WAGES by N • This form must be typed orprintcd in ink. lase Public Works Contract • Fill in all blanks or the form will be returned for correction(see instructions). $40.00 Filing Fee Required •Please allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at Intent ID#(Assigned by L&I) h tt us/�forl less.wa.«ovi bm i/pwi ap ub/Sea rch Fm'.aso YotirComtianyInfm•tiiutiop eYm}'arding Agency Informs}ion .. Your Company Name Project Name Contract Number ABC Company,Inc. Road Repair _ " �,� 2011.OIB Your Address - Awarding Agency ` 1234 Main Street - - WA State Department of Trans 4 aticm City - State Zip+4 Awarding Agency Addressfvv' `� a!o Olympia - -:- WA 98501-1234 PO Box 47354 r; 1iz Your Contractor Registration Number Your UBI Number City vf.i•`;w,.* State v'Zi +4 ,. �GS P ABCCI*0123AA - 123456789 Olympia WA 4 her 98501 otw�a:M. Your Industrial Insurance Account Number Awarding Agency Contact Name 4 Phone 06mber s John D oev (SSS)555-5555 Your Entail Address(required for uotification ofappmval) Your Phone Number County Where Wo*.,Will Be Performed yN City Where Work Will Be Performed prevailingwage @lni.wa.gov (555)555-5555 Ihursfon,� ,, h°.r:' Olympia Adilitiona!Details.; ' %Contract lletails ,;�, Your Expected Job Start Date'(mm/cl&yyyy) i Bid Due Dare(Prime Contractor s)•f Award Date(Prune Contractor's) 01/Ol/2011J `4411 1 08/10/2010 Indicate Total Dollar Amount of Your Contract(including Job Site Address/Directions +� ^° sales to or time and materials,if applicable. $1000.00 State Street C Plum Street s �;, ARIt_1F,unds '' ' -; •:!- ''� :.' � � ReathcrlLafionorEuergyEfferentF,,units -;�: . �; , := Does this project utilize American Recovery and Reinvestment Act(ARRA)=funds Does this project utilize any weatherization or energy efficiency upgrade funds ❑Yes No _ °r(ARRA or olherwisc)? ❑Yes ®No _ Pntitc:Gmttt rctor'.s Comjlagy Lfformatlon,- ' �� • -. -:.,:.`' '-_ Hhmg:Contracior's G'onipauy Information ,::' ,,.`:- Prime Contractor's Company Name Prime Contractors Intent Number- Hkibig Contractor's Company Name XYZCompany,"Inc. 123456 Q, [v ,,,• 4 Super,Pavers,Inc. Prime Contractor's Registration Number Prime Contractors OBI Nrinmber r:. Httmg Contractor's Contractor Registration Number Hiring Contractor's UBI Number XYZIN"0123AA 987654321 SUPFRPA123AA 321456987 - @" Do you intend to use ANY subcontractors?tie � ❑Yes ®No Will employees perform work on this project? Yes ❑No :� z-`va§.x' a apprentice employees? Yes ❑No Will ALL Mork be subcontracted? - Mr++[7,Yes « ®No Do you intend to use ai p _® Number of Ottnet/Operators who own at least 30 0 tithe company who will perform work on the project: ❑None(0) ®One(1) ❑Two(2) ❑Three(3) Crafts/Trades 1,9ecupations'--r(Do not list apprentices. They are listed on the Affidavit of Wages Paid only.) Rate of Hourly If an em iloyec,'.w rks in more than one trade,ensure that all hours worked in each trade are reported below. Number o[ Rate of Hourly Usual("Fringe") ., -,p;:1 Workers Pay Benefits For additional cri'fTs/trades!occupatio4s,pJease use Addendum A. Laborer Asph2RaW , 2 39.28 5.00 Power Equipment Operator-Asphalt Plum Operator 1 48.04 2.35 Truck Driver-Asphalt Mix^(ojcra6'-Yds) I 46.47 0.00 Signature Block I hereby certify that I have read and understand the instructions to complete this form and that the information,including any addenda arc correct and that all workers I employ on this Public.Works Project will be paid no less than the Prevailing Wa a Rates as determined by the Industrial Statistician of the Department of Labor and Industries. PrhrtName: Print Title: Si nature Date For L&FUse On14'. Approved by signature of the De aitment of Labor and Industries Industrial Statistician R V 39.04.370 Addendum and attachit NOTICE: If the prime contract is at a cost of over one miilimt dollars(51,000,000.00),RC\V 39.04.370 requires you to complete the EFTII 2805( C� ) to your Afndavit ofWages of Paid when your work on the project concludes.This is only a notice.The EUB 2505 Addendum is not submitted pith this Intent. SAMPLE-F700-029-000 Sraterucut of hrtent to Pay Prevailing Wages 03-2011 Department Por and Industries arAT�p� AFFIDAVIT OF WAGES PAID Prevailing Wage age Program o4 b �, (360)902-5335 3 _ Public Works Contract wwmv.Ini.wa.2ov/`PradesLicensinc/Prev\Jae $40.00 Filing Fee Required 0 • This form must be Typed or printed in ink. Affidavit ID#(Assigned by L&1): • Fill in ALL blanks or the form"will be returned for correction(see instructions). •Please allow a minimum of 10 working days for processing. SAMPLE •Once approved,your form will be posted onlioe at ht tnsa!fortress.wa.eov!In i/nwi a-publSearchP'or.asn i �.t You.:Gom nanv:Iriformation.;':,� _ _it Awardin A enc,Information � =' . i Your Company Name Project Name Contract Number ABC Company Road Repair 123-456 j Your Address Awarding Agency 1234 Main Street WA St Department of Transportation E City State Zip+4 Awarding Agency Address Olympia WA 98501-1234 PO Box 123 ? Your Contractor Registration Number Your UBI Number City State -Zip+4 ABCCI*0123AA 123456789 Olympia WA 198501 ' Your Industrial Insurance Account Number Awarding Agency Contact Naive Phone Number 111,11 1-I 1 John Doe (555)555-5555 I Your Email Address(required for notification ofapproval) Your Phone Number Coimty Where-Work Was Performed City Where Work Was Performed 1 prevailingwage@,Ini.wa.gov 555)555-5555 Thurston Olympia SLUE Job Start Date(mm/dd/yyyy) Your Date Work Completed(mm/dd/yyyy) Bid Due Date(Prime Contractor's) Award Date(Prime Contractor's) 2/1/2011 3/1/2011 1/1/2011 1/5/2011 Job Site Address/Directions Your Approved Intent-ID.# Indicate Total Dollar Amount of Your Contract Plum and State Street 123456 (inciudingsales tax). $10,000.00 EHB 2805(RCW 39.04.370)-Is the Prime Contractor's If you answered"Yes"to the EHB 2805 question and the Award Date is 9/]/2010 or ❑Yes ®No , Contract at a.cost of over one million dollars $1,000,000? - later you nias[.com complete and submit the EHB 2805 CW 39.04.370 Addendnm. ARRA:Fiin S "'- -: + )' .-":C .'-t "\i'cnthn ization or3Ener� EtiicienfFunds. :" Does this project utilize American Recovery and Reinvestment Act(ARRA)funds? Does this project utilize any weatherization or energy efficiency upgrade"funds - ❑Yes ®No ARRA or otherwise)? ❑Yes ®No i Prime Contractor-sCom-an�;lnformntion ".FIbbn Contractor s Com anyIriformation, ` Prime Contractor's Company Name Hiring Contractor's Company Name j XYZ Company CBA Company - Prime Contractor's Registration Number Prime Contractors UBI Number Hiring Contractors Registration Number Hang Contractors UBI Number �- . I I AYZCI*0123AA 187654321 CBACI*0123AA 456789123 j. Exit Ioyirient Inform`a6mt ` Did you use ANY subcontractors? ❑Yes(Addendum B Renulreei + ®No Did employees perform work on this project? ®Yes ❑No - Was ALL work subcontracted? o Yes No ' ❑Yes(Addendum B Required) ®No Did you use apprentice employees. ❑ ® I I Number of Owner/Operators who own at least 30%of the company who performed.work on this project: ❑None(0) One(1) Two(2) ❑ Three(3) You must list the First and Last Nnme s �of any Owner/Operator et{ormin work below " List your Craftsrrrades/Occupations Below-For Journey Level Workers you must Number of Total#of Hours Rate of Hourly Rate of Hourly _ �j provide all of the information below. Owner/Operators-must.provide their First and Last Workers Worked Pay Usu:l("Fringe") ® name no other information required. —Apprenticesare not recorded below.You must Benefits j use Addendnm D to list A i'entices. General Labor 2 153 41.23 8.54 Car enter 5 210 52.26 10.13 I hereby certify Ihat I have read andwmderstand the instnaclions to complete this form"and that the information on the form and any addenda is corect and that allworkers I employed on this Public R'oks Project were paid no less than the.Prevailmg Wage Rates)as determined by the Industrial Statistician of doe Deportment ofLabor and Industries. Print Name:Jane Doe PnntTitle:Bookkee et Si nature: Date:3/5/2011 For"L&I Usc Ohl APPROVED: Department of Labor and Industries j B lndusnial Statistician SAMPLE-F700-007-000 Affidavit of Wages Paid 3-2011 t � SPECIAL PROVISIONS � 1 1 ' 1 1 1 1 1 1 1 1 1 1 i 1 1 1 SPECIALPROVISIONS.....................................................................................................................10 1-01 DEFINITIONS AND TERMS.....................................................................................................10 1-01.1 General.......................:.......................................................................................................10 1-01.3 Definitions.........................................................................................................................10 ' 1-02 BID PROCEDURES AND CONDITIONS..................................................................................12 1-02.1 Prequalification of bidders...............................................................................................12 1-02.2 Plans and Specifications...................................................................................................12 1-02.5 Proposal Forms.................................................................................................................12 1-02.6 Preparation of Proposal.......................................................................... ........................13 1-02.6(1) Proprietary Information...............................................................................................13 1-02.7 Bid Deposit........................................................................................................................13 1-02.9 Delivery of Proposal .........................................................................................................14 1-02.12 Public Opening of Proposals...........................................................................................14 1-02.13 Irregular Proposals..........................................................................................................14 1-02.14 Disqualification of Bidders.............................................................................................14 ' 1-02.15 Pre Award Information...................................................................................................15 1-03 AWARD AND EXECUTION OF CONTRACT............................................................................15 1-03.1 Consideration of bids........................................................................................................15 1-03.2 Award of Contract.............................................................................................................15 1-03.3 Execution of Contract.......................................................................................................15 1-03.4 Contract Bond...................................................................................................................16 1-03.7 Judicial Review..................................................................................................................16 1-04 SCOPE OF WORK..................................................................................................................16 ' 1-04.2 Coordination of Contract Documents..............................................................................16 1-04.3 Contractor-Discovered Discrepancies..............................................................................17 1-04.4 Changes.............................................................................................................................17 1-04.8 Progress Estimates and Payments....................................................................................17 1-04.11 Final Cleanup................................................................................ 17 .................................. 1-05 CONTROL OF WORK.............................................................................................................17 1-05.4 Conformity With and Deviation from Plans and Stakes..................................................17 1-05.4(3) Contractor Supplied Surveying....................................................................................18 1-05.4(4) Contractor Provided As-Built Information..................................................................19 1-05.7 Removal of Defective and Unauthorized Work...............................................................19 1-05.10 Guarantees......................................................................................................................20 ! 1 1-05.11 Final Inspection...............................................................................................................20 1-05.11(1) Substantial Completion Date.....................................................................................20 1-05.11(2) Final Inspection and Physical Completion Date........................................................21 1-05.11(3) Operational Testing....................................................................................................21 1-05.12 Final Acceptance.........................:...................................................................................22 1-05.13 Superintendents, Labor and Equipment of Contractor.................................................22 1-05.14 Cooperation with Other Contractors.............................................................................22 1-05.16 Water and Power............................................................................................................22 , 1-05.17 Oral Agreements.............................................................................................................22 1-05.18 Contractor's Daily Diary..................................................................................................23 1-06 CONTROL OF MATERIAL.......................................................................................................23 1-06.1 Approval of Materials Prior to Use..................................................................................23 , 1-06.2(1) Samples and Tests for Acceptance...............................................................................24 1-06.2(2) Statistical Evaluation of Materials for Acceptance......................................................24 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC................................................24 1-07.1 Laws to be Observed.........................................................................................................24 1-07.2 State Sales Tax...................................................................................................................25 1-07.2(1) General.........................................................................................................................25 ' 1-07.2(2) State Sales Tax-Rule 171............................................................................................26 1-07.2(3) State Sales Tax-Rule 170............................................................................................26 , 1-07.2(4) Services.........................................................................................................................26 1-07.6 Permits and Licenses.........................................................................................................26 ' 1-07.9 Wages................................................................................................................................27 1-07.9(5) Required Documents....................................................................................................27 1-07.11 Requirements for Non-Discrimination...........................................................................27 1-07.11(11) City of Renton Affidavit of Compliance............................. ..........................27 1-07.12 Federal Agency Inspection..............................................................................................27 1-07.13 Contractor's Responsibility for Work.............................................................................27 1-07.13(1) General.......................................................................................................................27 1-07.15 Temporary Water Pollution/Erosion Control.................................................................27 1-07.16 Protection and Restoration of Property.........................................................................27 1-07.16(1) Private/Public Property..............................................................................................28 , 1-07.17 Utilities and Similar Facilities.........................................................................................29 1-07.17(1) Interruption of Services.............................................................................................30 1-07.18 Public Liability and Property Damage Insurance...........................................................30 2 1-07.18(1) General....................................................................................................:..................30 1-07.18(2) Coverages....................................................................................................................30 1-07.18(3) Limits..........................................................................................................................32 1-07.18(4) Evidence of Insurance:...............................................................................................33 1-07.22 Use of Explosives............................................................................................................33 1-07.23 Public Convenience and Safety......................................................................................33 1-07.23(1) Construction Under Traffic.........................................................................................33 1-07.23(2) Construction and Maintenance of Detours...............................................................34 1-07.24 Rights of Way..................................................................................................................34 1-07.28 Confined Space Entry......................................................................................................35 1-08 PROSECUTION AND PROGRESS...........................................................................................36 1-08.0 Preliminary Matters..........................................................................................................36 1-08.0(1) Preconstruction Conference........................................................................................36 1-08.0(2) Hours of Work..............................................................................................................37 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees....................38 1-08.1 Subcontracting..................................................................................................................38 1-08.2 Assignment.......................................................................................................................38 1-08.3 Progress Schedule.............................................................................................................38 1-08.4 Notice to Proceed and Prosecution of the Work.............................................................39 1-08.5 Time For Completion........................................................................................................39 1-08.6 Suspension of Work..........................................................................................................41 1-08.7 Maintenance During Suspension.....................................................................................41 1-08.9 Liquidated Damages.........................................................................................................41 1-08.11 Contractor's Plant and Equipment.................................................................................41 1-08.12 Attention to Work...........................................................................................................42 1-09 MEASUREMENT AND PAYMENT..........................................................................................42 1-09.1 Measurement of Quantities............................:................................................................42 1-09.3 Scope of Payment.............................................................................................................43 1-09.6 Force Account...................................................................................................................43 1-09.7 Mobilization......................................................................................................................43 1-09.9 Payments...........................................................................................................................44 1-09.9(1) Retainage......................................................................................................................45 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts..................45 1-09.9(3) Final Payment...............................................................................................................46 1-09.11 Disputes and Claims........................................................................................................46 3 I 1-09.11(2) Claims.........................................................................................................................46 1-09.11(3) Time Limitations and Jurisdiction..............................................................................47 1-09.13 Claims and Resolutions....................................................................................................47 1-09.13(3) Claims$250,000 or Less.................................:...........................................................47 1-09.13(3)A Administration of Arbitration..................................................................................47 1-09.13(3)6 Procedures to Pursue Arbitration............................................................................47 1-09.14 Payment Schedule..........................................................................................................47 1-09.14(1) Scope..........................................................................................................................47 1-09.14(2) Bid Items.....................................................................................................................48 1-10 TEMPORARY TRAFFIC CONTROL..........................................................................................48 j 1-10.1 General..............................................................................................................................48 1-10.2(1)B Traffic Control Supervisor..........................................................................................49 1-10.2(2) Traffic Control Plans.....................................................................................................49 1-10.3 Flagging,Signs,and All Other Traffic Control Devices.....................................................50 1-10.3(3) Construction Signs........................................................................................................50 1-10.4 Measurement....................................................................................................................50 1-10.5 Payment..:.........................................................................................................................50 1-11 RENTON SURVEYING STANDARDS.......................................................................................50 1-11.1(1) Responsibility for surveys............................................................................................50 1-11.1(2) Survey Datum and Precision........................................................................................50 ' 1-11.1(3) Subdivision Information...............................................................................................51 1-11.1(4) Field Notes....................................................................................................................51 1-11.1(5) Corners and Monuments.............................................................................................51 1-11.1(6) Control or Base Line Survey.........................................................................................51 , 1-11.1(7) Precision Levels............................................................................................................52 1-11.1(8) Radial and Station--Offset Topography......................................................................52 1-11.1(9) Radial Topography........................................................................................................52 1-11.1(10) Station--Offset Topography........................................................................................52 , 1-11.1(11) As-Built Survey...........................................................................................................52 1-11.1(12) Monument Setting and Referencing..................................... 53 1-11.12 Materials.........................................................................................................................53 1-11.12(1) Property/Lot Corners.................................................................................................53 ' 1-11.12(2) Monuments................................................................................................................53 1-11.12(3) Monument Case and Cover.......................................................................................53 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP.............................................................53 4 , 2-01.1 Description........................................................................................................................53 2-01.2 Disposal of Usable Material and Debris...........................................................................54 2-01.5 Payment............................................................................................................................54 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS................................................................54 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs..............................................................54 2-02.4 Measurement....................................................................................................................54 2-02.5 Payment............................................................................................................................54 2-03 ROADWAY EXCAVATION AND EMBANKMENT....................................................................55 2-03.3 Construction Requirements..............................................................................................55 t2-03.4 Measurement....................................................................................................................56 2-03.5 Payment............................................................................................................................56 2-04 HAUL.....................................................................................................................................56 2-04.5 Payment............................................................................................................................56 2-06 SUBGRADE PREPARATION...................................................................................................56 2-06.5 Measurement and Payment............................................................................................56 2-09 STRUCTURE EXCAVATION....................................................................................................56 2-09.1 Description........................................................................................................................57 2-09.3(1)D Disposal of Excavated Material.................................................................................57 2-09.4 Measurement....................................................................................................................57 2-09.5 Payment............................................................................................................................57 5-04 ASPHALT CONCRETE PAVEMENT.........................................................................................58 5-04.2 Materials...........................................................................................................................58 5-04.3 Construction Requirements..............................................................................................58 5-04.3(5) Conditioning the Existing Surface................................................................................58 5-04.3(5)A Preparation of Existing Surface.................................................................................59 5-04.3(7)A Mix Design..................................................................................................................59 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture...................................................60 5-04.3(10)B Control......................................................................................................................60 5-04.5 Payment............................................................................................................................60 5-04.5(1)A Price Adjustments for Quality of HMA Mixture........................................................60 5-04.5(1)B Price Adjustments for Quality of HMA Compaction................:................................61 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS........*........*,*,*...**,*... ....61 5-06.1 Description........................................................................................................................61 5-06.2 Materials...........................................................................................................................61 5-06.3 Construction Requirements..............................................................................................62 5 7-01 DRAINS.................................................................................................................................62 7-01.2 Materials...........................................................................................................................62 7-01.3 Construction Requirements..............................................................................................62 7-01.4 Measurement....................................................................................................................62 7-02 CULVERTS................................................................................................... ......62 7-02.2 Materials...........................................................................................................................62 7-04 STORM SEWERS...................................................................................................................63 ' 7-04.2 Materials...........................................................................................................................63 7-04.4 Measurement....................................................................................................................63 7-04.5 Payment............................................................................................................................63 t 7-05 MANHOLES,INLETS,AND CATCH BASINS...........................................................................63 7-05.3 Construction Requirements..............................................................................................63 ' 7-05.3(1) Adjusting Manholes and Catch Basins to Grade..........................................................63 7-05.3(2) Abandon Existing Manholes............................................:...........................................64 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes....................................................................65 7-05.3(3) Connections to Existing Manholes...............................................................................65 7-05.3(5) Manhole Coatings........................................................................................................65 7-05.4 Measurement....................................................................................................................66 7-05.5 Payment............................................................................................................................66 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS..................................................................66 7-08.3 Construction Requirements..............................................................................................66 7-08.3(1)C Bedding the Pipe........................................................................................................66 7-08.3(1)D Pipe Foundation........................................................................................................66 7-08.3(2)A Survey Line and Grade...............................................................................................67 7-08.3(2)B Pipe Laying—General.................................................................................................67 7-08.3(2)E Rubber Gasketed Joints..............................................................................................67 7-08.3(2)H Sewer Line Connections............................................................................................67 7-08.3(2)) Placing PVC Pipe..........................................................................................................68 7-08.3(3)A Backfilling Sanitary Sewer Trenches..........................................................................68 7-08.4 Measurement....................................................................................................................68 7-08.5 Payment............................................................................................................................69 7-09 PIPE AND FITTINGS FOR WATER MAINS..............................................................................69 7-09.3(15)A Ductile Iron Pipe......................................................................................................69 7-09.3(15)B Polyvinyl Chloride(PVC) Pipe(4 inches and Over)..................................................69 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene..........................................69 6 7-09.3(19)A Connections to Existing Mains................................................................................69 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block........................................................70 7-09.3(23) Hydrostatic Pressure Test...........................................................................................70 ( ) H Y 7-09.3(24)A Flushing and.............................................................................................................71 7-09.3(24)D Dry Calcium Hypochlorite........................................................................................72 7-09.3(24)K Retention Period......................................................................................................72 7-09.3(24)N Final Flushing and Testing........................................................:..............................72 7-09.3(25) Joint Restraint Systems..............................................................................................72 7-09.4 Measurement....................................................................................................................73 7-09.5 Payment............................................................................................................................74 7-12 VALVES FOR WATER MAINS.................................................................................................74 7-12.3(1) Installation of Valve Marker Post.................................................................................74 7-12.3(2) Adjust Existing Valve Box to Grade..............................................................................74 7-12.4 Measurement....................................................................................................................75 7-12.5 Payment............................................................................................................................75 7-14 HYDRANTS............................................................................................................................75 7-14.3(1) Setting Hydrants...........................................................................................................75 7-14.3(3) Resetting Existing Hydrants.........................................................................................76 7-14.3(4) Moving Existing Hydrants............................................................................................76 7-14.5 Payment............................................................................................................................76 7-15 SERVICE CONECTIONS..........................................................................................................76 7-15.3 Construction Details.........................................................................................................76 7-15.5 Payment............................................................................................................................77 7-17 SANITARY SEWERS...............................................................................................................77 7-17.2 Materials...........................................................................................................................77 7-17.3 Construction Requirements..............................................................................................77 7-17.3(1) Protection of Existing Sewerage Facilities...................................................................77 7-17.3(2)H Television Inspection.................................................................................................77 7-17.4 Measurement....................................................................................................................77 7-17.5 Payment............................................................................................................................78 8-09 RAISED PAVEMENT MARKERS.............................................................................................78 8-09.5 Payment............................................................................................................................78 8-13 MONUMENT CASES.............................................................................................................79 8-13.1 Description....... .................................................................79 8-13.3 Construction Requirements.....*....... ...... .....79 7 S �'I 1 8-13.4 Measurement....................................................................................................................79 8-13.5 Payment............................................................................................................................79 8-14 CEMENT CONCRETE SIDEWALKS.........................................................................................79 8-14.3(4) Curing............................................................................................................................79 8-14.4 Measurement....................................................................................................................79 8-14.5 Payment............................................................................................................................80 8-17 IMPACT ATTEN UATOR SYSTEMS..........................................................................................80 8-17.5 Payment............................................................................................................................80 j 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL...........................................80 8-20.2(1) Equipment List and Drawings......................................................................................80 , 8-22 PAVEMENT MARKING..........................................................................................................80 8-22.1 Description........................................................................................................................80 8-22.3(5) Installation Instructions...............................................................................................81 8-22.5 Payment............................................................................................................................81 ' 8-23 TEMPORARY PAVEMENT MARKINGS..................................................................................82 8-23.5 Payment............................................................................................................................82 ' 9-03.8(7) HMA Tolerances and Adjustments................................................................................82 9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS........................................................82 9-05.4 Steel Culvert Pipe and Pipe Arch(RC)..............................................................................82 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)...............................................................82 9-05.7(2)A Basis for Acceptance(RC)..........................................................................................83 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC).......................................................................83 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)...........................................................83 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC)............................................................................83 , 9-05.12 Polyvinyl Chloride(PVC) Pipe.........................................................................................83 9-05.12(3) CPEP Sewer Pipe.........................................................................................................84 9-05.14 ABS Composite Sewer Pipe............................................................................................84 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.........................................................................84 9-05.22 High Density Polyethylene Piping..................................................................................84 9-08 PAINTS........................ .......................................................................................................86 9-08.8 Manhole Coating System Products..................................................................................86 9-08.8(1) Coating Systems Specification.....................................................................................86 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES...........................................................86 9-23.9 Fly Ash (RC).......................................................................................................................86 9-30 WATER DISTRIBUTION MATERIALS......................................................................................86 8 9-30.3(1) Gate Valves(3inches to 12 inches) ..............................................................................86 9-30.3(3) Butterfly Valves............................................................................................................87 9-30.3(5) Valve Marker Posts.......................................................................................................87 9-30.3(7) Combination Air Release/Air Vacuum Valves..............................................................87 9-30.3(8) Tapping Sleeve and Valve Assembly............................................................................88 9-30.3(9) Blow-Off Assembly.......................................................................................................88 9-30.5 Hydrants............................................................................................................................88 t9-30.5(1) End Connections(RC)...................................................................................................88 9-30.5(2) Hydrant Dimensions.....................................................................................................88 9-30.6(3)B Polyethylene Pipe......................................................................................................89 9-30.6(4) Service Fittings.....................................................................:.......................................89 t9-30.6(5) Meter Setters................................................................................................................89 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED............................89 9 09/27/2013 SPECIAL PROVISIONS 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". , 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work,which might reasonably have been anticipated from historical records of the general locality of the Work,shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for"Contract". Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date:The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. , Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or ' correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the 10 09/27/2013 Contract time. Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Date of Commencement: The date stated in the Notice to Proceed on which the Contract Time begins. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative,or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed,or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed 1 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 lWherever 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 11 i 09/27/2013 ' officer to the Department shall also refer to the Department of Public Works Administrator. , Shop Drawings Same as"Working Drawings" defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all , costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer,for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists,wheelchairs,and equestrian traffic. Utility Public or private fixed improvement for the transportation of fluids,gases, power,signals,or communications and shall be understood to include tracks,overhead and underground wires,cables, pipelines, conduits, ducts,sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: Bidders shall be qualified by experience,financing,equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. , 1-02.2 Plans and Specifications Delete this Section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids)for the Work. After award of the,Contract, Plans and Specifications will be issued to the Contractor at no cost as ' detailed below: To Prime Contractor No. of Sets Basis of Distribution , Reduced Plans (11"x 4 Furnished 17")and contract automatically upon provisions award Large Plans(22"x 34") 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: 12 I09/27/2013 At the request of the bidder,the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of 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. The Contracting Agency reserves the right to reject any bids that fail to provide a cost proposal all alternates and additives set forth in the proposal forms. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal p P The second paragraph is revised as follows: All prices shall be in legible figures written in ink or typed.The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), where a conflict arises the unit price shall prevail. t1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State)will give notice to the vendor of any request for j disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact,so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; . 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; r- 5. Signature of the bidder's officer empowered to sign official statements. The signature of the 13 09/27/2013 person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety's officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number as stated in the Advertisement for Bids, clearly marked on the outside of the envelope. Or as otherwise stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so 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 , L The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or , different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the 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; 14 09/27/2013 L A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract,the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. 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 I- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who - 15 I 09/27/2013 is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors , registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors,.or lower tier subcontractors of the Contractor)to faithfully perform the Contract,or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by-the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency's headquarters , are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications,and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4,and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions ' 4. Contract Plans 5. Contracting Agency's Standard Plans(if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction , 8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 16 t09/27/2013 L 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 I- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 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 17 09/27/2013 , proceed in a safe and orderly manner.The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. , Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation.shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to, become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with-Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer 18 i 09/27/2013 may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying,Staking, and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4)is a new section: It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor's responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade,Vaults,Culverts,Signal Poles,and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor's seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As- Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and ' shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice,with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case,the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal,or replacement of the Contractor's unauthorized Work. 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. 19 09/27/2013 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer,a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public,the Property Owner and the Property Owner's property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: If within one,year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7"Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Ii 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 20 09/27/2013 I Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use,the Engineer, by written notice to the Contractor,will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will, by written notice,so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion,whichever is applicable, the Contractor shall pursue vigorously,diligently and without unauthorized interruption,the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable.The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall.be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may, upon Written Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies,the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. , 1-05.11(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 1 period of time,after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship, materials,or equipment which prove faulty,or that are not in first class operating condition. Equipment, 21 09/27/2013 electrical controls, meters,or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer,so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power,gas, labor, material,supplies,and everything else needed to successfully complete operational testing,shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods,when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor's Work with theirs. Other utilities,districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband 3. Qwest Communications 4. City of Renton (water,sewer,transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District S. 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 22 09/27/2013 be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary. Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation,to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment., 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other 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: 23 09/27/2013 l The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1)is supplemented a follows: The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented_as follows: The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress .of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation,shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office,or other well-known place at the project site,all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate 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 p p J procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety,efficiency,and adequacy of the Contractor's plant, appliances,and methods,and for any damage or injury resulting from their failure,or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the 24 09/27/2013 conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously,and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not,and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on,or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General 1 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. i E i i t 25 09/27/2013 ' 1-07.2(2) State Sales Tax—Rule 171 WAC 458-20-171, and its related rules,apply to building, repairing, or improving streets, roads,etc., which are owned by a municipal corporation,or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices,or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment,or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax—Rule 170 i WAC 458-20-170,and its related rules,applies to the constructing and repairing of new or existing I buildings,or other structures, upon real property. This includes, but is not limited to;the construction of streets, roads, highways,etc., owned by the state of Washington;water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within,and a part of,a street or road drainage system;telephone,telegraph, electrical power distribution lines,or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property,whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases,the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170,with the following exception. Exception:The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery,equipment,or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply , with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work,and inspection fees in connection therewith shall be secured and paid for by 26 09/27/2013 the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees,the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments 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: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the Work, nearby land, streams, and other bodies of water, the Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State,as well as permits acquired for the project. 1-07.16 -Protection and Restoration of Property 27 09/27/2013 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: (******) The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements,cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way,the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means,of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill,on easements or rights-of-way,which have lawn areas. All fences, markers, mailboxes,or other temporary obstacles shall be removed by the Contractor and immediately replace,after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at'the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused t 28 09/27/2013 by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration.Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, 29 09/27/2013 , at least 2 working days before potholing is scheduled. Additionally,the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the .Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Interruption of Services Section 1-07.17(1) is a new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case.of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed,will be arranged by the Contractor at no cost to the Owner. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 30 09/27%2013 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may-also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable) • Explosion, Collapse, and Underground Hazards. • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) • Broad Form Property Damage • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability B. Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles C. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability(when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City 31 09/27/2013 j reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self-insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured's with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liabilitv General Aggregate* $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 Liabilitv Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability If required) Each Occurrence Incident Claim $1,000,000 Aggregate $2,000,000 Pollution Liability(If required) to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. 32 II 09/27/2013 The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and I- 07.18(3) as revised above. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting 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. I 33 09/27/2013 Section 1-07.23(1) is supplemented by adding the following: The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. �. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours.. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall,give a copy of all notices to the Engineer. When the abutting owners' access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk,driveway,or path during construction, 2. Detour crossings of intersecting 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. 34 09/27/2013 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. 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-e ntry.have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where,private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not,the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract.The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry rY Section 1-07.28 is new: 1 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. S. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 35 09/27/2013 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, er, Follow Confined l g g, g ed 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: �. + Contractor's plan of operation and progress schedule (3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) 4 List of materials fabricated or manufactured off the project + Material sources on the project 4 Names of principal suppliers + 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 36 09/27/2013 Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering,advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week.The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. an 5:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 37 09/27/2013 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******) Where the Contractor elects to Work on a Saturday,Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present,and a survey crew may be required at the discretion of the Engineer.The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s)of the Contracting Agency required to Work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved,,shall be subject to all setoffs, withholdings,and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path,the schedule shall show the float,or slack,time. 2. Procurement of material and equipment. 3. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor,agent,or any third party. 38 09/27/2013 5. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities(Owner's and others)to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner,or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer,the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week,and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects,apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the Work. There shall be no voluntary shutdowns or slowing of operations by the Contractor without prior approval of the Engineer. Such approval shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. 1-08.5 Time For Completion The first five paragraphs of 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. I A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before 39 09/27/2013 Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday,the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that,from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date,shall be charged to the Contract Time as it occurs except a day,or part of a day, which is designated a non-working day or an Engineer determined unworkable day. Because the City will be closed and the employees furloughed, the following dates shall also be considered non-working days; Friday, May 22, 2009; Friday, September 4, 2009; Monday, October 12, 2009; and Wednesday, November 25, 2009. The Engineer will furnish the Contractor a weekly report showing(1)the number of working days charged against the Contract Time for the preceding week; (2)the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week.This weekly report will be correlated , with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise,the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion,and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor's obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose. 40 ` 09/27/2013 the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: In addition,the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this _ Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees,from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 41 09/27/2013 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: (******) Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. . All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street S Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons(stamped at source) 42 09/27/2013 4. Net load weight(stamped at source) 5. Driver's name, date,and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form,and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item,then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material "furnished;' but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented 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 43 09/27/2013 chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization & Demobilization," Lump Sum. 1-09.9 Payments j Delete the third paragraph and replace it with the following: Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form —the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item,or per the schedule of values for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3). 44 09/27/2013 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sure 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 yI� 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. i (� 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. 45 27 09/ 2013/ i limits of clearing and grubbing are damaged and require removal,the Contractor shall remove such trees. , 1 Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark,decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs; curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction .,limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks,and Curbs Section 2-02.3(3) is revised and supplemented as follows:, (******) I irk 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. f, 54 ��, 09/27/2013 "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 L 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer,shall be provided by the Contractor at his sole expense. All areas shall be excavated,filled,and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface,which is smooth and even,without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment,Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. 55 09/27/2013 If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9-03.14 of the Standard Specifications,shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number,time and date,and be approved by the Engineer. 2-03.5 Payment Section 2-03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. Payment will be made for the following bid items when they are included in the proposal: "Roadway Excavation Including Haul" per cubic yard "Removal and Replacement of Unsuitable Foundation Material," per ton "Gravel Borrow Including Haul," per ton "Roadway Excavation Including Haul" shall be considered incidental and part of the bid item(s) provided for the installation of the utility mains and appurtenances. When the Engineer orders excavation below subgrade, then payment will be in accordance with the item "Removal and Replacement of Unsuitable Foundation Material". In this case, all items of Work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing,or otherwise disposing of the material. The unit contract price per ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of Work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION I 56 09/27/2013 2-09.1 Description Section 2-09.1 is supplemented by adding the following: This Work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials, including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation,Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance,otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding 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 Jcompensation shall be made. 57 I i 09/27/2013 "Gravel Backfill (Kind)for(Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. 5-04 ASPHALT CONCRETE PAVEMENT 5-04.2 Materials Section 5-04.2 is revised and supplemented as follows: Delete the second and fourth paragraphs of this section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet the grading requirements for the specified mix. Temporary patch shall be cold or hot mix. 5-04.3 Construction Requirements Section 5-04.3 is supplemented as follows: Shoulder Restoration The existing surfacing of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 1% inch minus crushed surfacing base course placed to a compacted thickness of 2% inches,followed by 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: 58 �I 09/27/2013 The Contractor shall maintain existing surface contour during patching, unless otherwise instructed by the City Engineer or Inspector. 5-04.3(5)A Preparation of Existing Surface Section 5-04.3(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: 2. Nonstatistical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. 59 09/27/2013 The mix design will be the initial job mix formula (JMF)for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture Item 1 is deleted and replaced with: 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA, and for other classes of HMA in the following applications: sidewalks, road approaches,ditches, slopes, paths,trails,gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)6 Control Replace Section 5-04.3(10)6 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%2", 1",4",%",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. 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 60 09/27/2013 limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 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)6 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 surfaces. 5-06.2 Materials The asphalt pavement for temporary patches shall be 2" of a hot mix asphalt composition determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a safety or health hazard. Temporary pavement material that does not form a consolidated surface after compaction shall be considered unsuitable and shall be removed from the site. Unsuitable temporary pavement shall be disposed of offsite. 61 09/27/2013 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 ermanent asphalt pavement or sub grade material. j P . p p g I 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: (******) Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated(aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I,corrugated aluminum alloy, polyvinyl chloride (PVC),or corrugated polyethylene (PE)at the option of the Contractor unless the Plans specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: The second paragraph is revised as follows: PVC drainpipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. PE or ABS drainpipe shall be jointed with snap-on, screw-on,or wraparound coupling bands as recommended by the manufacturer of the tubing. The sixth paragraph is revised as follows: . PVC under drain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE or ABS drainage tubing under drain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended by the manufacturer of the tubing. 7-01.4 Measurement Section 7-01.4 is supplemented adding the following: (******) When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul"as a pay item all costs associated with these items shall be included in other contract pay items. 7-02 CULVERTS 7-02.2 Materials The second paragraph of Section 7-02.2 is revised and supplemented as follows: (******) Where steel or aluminum are referred to in this section in regard to a kind of culvert pipe, pipe arch, or end sections, it shall be understood that steel is zinc coated (galvanized) with Asphalt Treatment I or aluminum coated (aluminized) corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. 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. 62 09/27/2013 7-04 STORM SEWERS 7-04.2 Materials The second.paragraph of Section 7-04.2 is revised as follows: Where steel or aluminum are referred to in this section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized),Asphalt Treatment I Coated, corrugated iron or steel and �. aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-05.5. The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the Specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by the Engineer will not relieve the Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, including adjustment of inverts to manholes. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans,shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe,and no additional compensation will be allowed. �i Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made. 7-05 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. Sanitary sewer pipe to manhole connections shall be"Kor-n-Seal" boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. 63 09/27/2013 The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per standard detail 400.1, prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6" above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete,the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies.The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces.The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section,that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes Section 7-05.3(2) is revised as follows: Where it is required that an existing manhole be abandoned, the structure shall be broken down to a 64 09/27/2013 depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer.The ring and cover shall be salvaged and all other surplus material disposed of. 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes Section 7-05.3(2)A is a new section: Where it is required that an existing sanitary sewer pipe be abandoned (or portions of pipe installed as part of this project which are to be abandoned as shown on the Plans), both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. A cement-based grout shall be used to fill the void of the abandoned sewer pipe. The grouting material must have a strength of at least 100 psi and shall have flow characteristics appropriate for filling a sanitary sewer. The grout mix designed and method of installation shall be approved by the Engineer ' prior to beginning the operation (See Section 9-03.22). 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented by adding the following: Where shown on the Plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and/or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and re-grout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Connections to existing sanitary sewer manholes shall be core drilled. Couplings shall be equal to "Kor-n- Seal' boots. Existing sanitary sewer manholes shall be cleaned, repaired, and re-channeled as necessary to match the new pipe configuration and as shown on the Construction Plans. A"connection to existing" item will be allowed at any connection of a new line to an existing structure; or the connection of a new structure to a existing line. No "connection to existing" will be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins,or curb inlets. ' Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at her/his own expense. The unit bid price per each shall be full compensation for all labor, materials and equipment required. ' 7-05.3(5) Manhole Coatings Section 7-05.5 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) ' 65 09/27/2013 Finish:Two or more coats of Wasser MC-Aroshield (min..4.0 mils DFT) Color: White 7-05.4 Measurement Section 7-05.4 is revised and supplemented as follows: Manholes will be measured per each. Measurement of manhole heights for payment purposes will be the distance from finished rim elevation to the invert of the lowest outlet pipe. Adjustments of new structures and miscellaneous items such as valve boxes shall be considered incidental to the unit contract price of the new item and no further compensation shall be made. Connection to existing pipes and structures shall be measured per each. 7-05.5 Payment Section 7-05.5 is supplemented as follows: "Adjust Existing ," per each. The unit contract price per each for"Adjust Existing shall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the Work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Existing Catch Basin," per each. "Connect Structure to existing pipe," per each. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with Section 9- ' 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction , shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer,will not uniformly support the pipe,such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be ballast and conform to the requirements of Section 9- 03.9(1)of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line. ' 66 09/27/2013 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a ' manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)6 Pipe Laying—General Section 7-08.3(2)6 is supplemented by adding the following: I' 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 I' rough ground but shall be supported in a manner, which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes,the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. ' Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. ' Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: ' Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: All connections not occurring at a manhole or catch basin shall be done utilizing pre-manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. When the existing main is constructed of PVC, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall 67 09/27/2013 be core drilled. When the existing main is constructed of vitrified clay, the main shall be re-sectioned , with flexible couplings, Fernco or approved equal. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). , 7-08.3(2)1 Placing PVC Pipe Section 7-08.3(2)1 is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a ' mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) (******) To the maximum extent available,suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 ' inches in their greatest dimension, brush,stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do ' not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill,or where unsuitable ' material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for Trench Backfill Sewer material conforming to the requirements of Section 9-03.19 shall be used. All native or imported backfill material shall be compacted to 95%of maximum dry density ' per ASTM D 1557 unless otherwise specified herein or on the Plans. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified proctor compaction test,ASTM D1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. ' The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replace and re-compacted at the Contractor's expense. The Contractor shall be responsible for any settlement of backfill,sub-base,and pavement that may ' occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as ' determined by the modified proctor compaction test,ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: (******) Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard, including haul,as specified in 2-09,or by the ton. ' 68 09/27/2013 ' 7-08.5 Payment Section 7-08.5 is replaced with: Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the proposal: "Gravel Backfill for Foundations Class ", per cubic yard or ton. "Gravel Backfill for Pipe Zone Bedding", per cubic yard or ton. All costs associated with furnishing and installing bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. "Plugging Existing Pipe", per each. ' "Commercial Concrete", per cubic yard. "Structure Excavation Class B per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. All costs in jointing dissimilar pipe with a coupling or concrete collar shall be included in the unit contract price per foot for the size and type of pipe being jointed. "Shoring or Extra Excavation Class B", per square foot. ' If this pay item is not in the Contract,then it shall be incidental. 7-09 PIPE AND FITTINGS FOR WATER MAINS 7-09.3(15)A Ductile Iron Pipe The first paragraph of Section 7-09.3(15)A is revised as follows: Long radius (500 feet or more) curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved in the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. ' If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed one half of the manufacturer's printed recommended deflections. ' 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is supplemented as follows: Polyvinyl Chloride (PVC) Pipe shall not be used for water mains and appurtenances. 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement The title and text of section 7-09.3(17) has been revised as follows: The Contractor shall lay ductile iron pipe with a polyethylene encasement. Pipe and polyethylene encasement shall be installed in accordance with AWWA C105. The polyethylene encasement shall also be installed on all appurtenances, such as pipe laterals, couplings, fittings, and valves, with 8-mil polyethylene plastic in accordance with Section 4-5 of ANSI 21.5 or AWWA C105. The polyethylene wrap shall be tube type and black color. Any damage that occurs to the wrap shall be ' repaired in accordance with ANSI/AWWA C105/A21.5-93. Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is revised and supplemented as follows: The Contractor may be required to perform the connection during times other than normal working hours. The Contractor shall not operate any valves on the existing system. Water system personnel will operate all valves on the existing system for the Contractor when required. ' No Work shall be performed on the connections unless a representative of the water department is 69 09/27/2013 ' present to inspect the Work. , When not stated otherwise in the special provisions or on the plans, all connections to existing water mains will be done by City forces as provided below: City Installed Connections: ' Connections to existing piping and tie-ins are indicated on the drawings. The Contractor must verify all existing piping,dimensions,and elevations to assure proper fit. Connections to the .existing water main shall not be made without first making the necessary arrangements with the Engineer in advance. A two-week advance notice shall be required for each connection which requires a cutting of the existing water mains or a shut-down of the existing water mains. The City reserves the right to re-schedule the connection if the Work area is not ready at the scheduled time for the connection. Work shall not be started until all the materials,equipment and labor necessary to properly complete the Work are assembled on site. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, ' excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary to install all connections as indicated on the construction plans, including.but not ' limited to the required fittings, couplings, pipe spools, shackle materials to complete the connections. The Contractor shall provide and install concrete blocking, polywrap the piping at the connections, backfill and surface restoration at the locations shown on the plans for the connections to the existing water mains. The City will cut the existing main and assemble all materials. 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ' Section 7-09.3(21) has been supplemented by adding the following: Provide concrete blocking at all hydrants, fittings and horizontal or vertical angle points. Conform to the , City of Renton Standard Details for general blocking, and vertical blocks herein. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. Joint restraint(shackle rods),where required,shall be installed in accordance ' with Section 7-11.3(15). Provide concrete dead-man blocks at locations shown on the plans. The dead-man block shall include reinforcing steels,shackle rods, installation and removal of formwork. , Blocking shall be commercial concrete (hand-mixed concrete is not allowed) and poured in place. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: A hydrant meter and a backflow prevention device will be used when drawing water from the City , system. These may be obtained from the City by completing the required forms and making the required security deposits. There will be a charge for the water used. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. , The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Owner or, 2) by pumping through a positive displacement water meter with a sweep unit hand , registering 1 gallon per revolution.The meter shall be approved by the Engineer. 70 ' 09/27/2013 ' Acceptability of the test will be determined by two factors, as follows: 1. The quantity of water lost from the main shall not exceed the number of gallons per hour as listed in the following table. ' 2. The loss in pressure shall not exceed 5 psi during the 2 hour test period. All water used to perform hydrostatic pressure shall be charged a usage fee. Allowable leakage per 1000 ft. of pipeline* in GPH Nominal Pipe Diameter in inches PSI 611 811 1011 1211 1611 2011 24 450 0.95 1.27 1.59 1.91 2.55 3.18 3.82 400 0.90 1.20 1.50 1.80 2.40 3.00 3.60 350 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 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 sum of the computed leakage for each size. For those diameters or pressures not listed,the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula L=N P 7400 in which: L= Allowable leakage,gallons/hour N = No. of joints in the length of pipeline tested D= Nominal diameter of the pipe in inches P= Average test pressure during the leakage test, psi The paragraph stating that "There shall not be an appreciable or abrupt loss in pressure during the 15 minute test ep riod." Is deleted. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: Sections of pipe to be disinfected shall first be poly-pigged to remove any solids or contaminated material that may have become lodged in the pipe. If the main cannot be "poly-pigged", then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. The "Poly-pig" shall be equal to Girard Industries Aqua-Swab-AS, 2lb/cu-ft density foam with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The paragraph stating: "Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be done after disinfection." is deleted. ' Dechlorination of all water used for disinfection shall be accomplished in accordance with the City of Renton Standard Details. Water containing chlorine residual in excess of that carried in the existing water system,shall not be disposed into the storm drainage system or any water way. 71 09/27/2013 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D has been replaced with: (******) Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7-09.3(24)K has been revised as follows: (******) Treated water shall be retained in the pipe at least 24 hours but no longer than 48 hours. After this , period, the chlorine residual at pipe extremities and at other representative points shall be at least 25 mg/I. 7-09.3(24)N Final Flushing and Testing Section 7-09.3(24)N has been revised as follows: (******) Before placing the lines into service, a satisfactory report shall be received from the local or State health department or an approved testing lab on samples collected from representative points in the new system.Samples will be collected and bacteriological tests obtained by the Engineer. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new additional section: (******) General: Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. Materials: Steel types used shall be: ' High strength low-alloy steel (cor-ten),ASTM A242, heat-treated, superstar"SST"series. High strength low-alloy steel (cor-ten),ASTM A242, superstar"SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" 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 tebolt: SS8: %" 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"" 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 B1.1. S12: 58" and 3/4" diameter, ASTM A36, ' A307. i 72 � i t09/27/2013 ' Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17:ANSI 1318.22.1. Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts 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 tiecouplings with both rods threaded equal distance into tiecouplings. Arrange tierods symmetrically around the pipe. ' Pipe Diameter Number of 3/4" Tie Rods Required 4"..............................................2 6" 2 .............................................. 8" 3 10".............................................4 12".............................................6 14".............................................8 16".............................................8 18".............................................8 20".............................................10 24"............................................ 14 30".............................................(16-7%8"rods) 36".............................................(24-7/8"rods) Where a manufacturer's mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tiebolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tiebolts shall be installed as rod guides at each joint. Where poly wrapping is required all tiebolts, tienuts, tiecouplings, tierods, and tiewashers, shall be galvanized. All disturbed sections will be painted, to the Inspector's satisfaction, with koppers bitomastic no. 300-m,or approved equal. ' Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods and tiewashers may be galvanized as specified,in the preceding paragraph or plain and painted in the entirety with koppers bitumastic no. 800-m,or approved equal. Tiebolts, tienuts,tiecouplings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Measurement and 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 73 09/27/2013 ` main and no further compensation shall be made. , Measurement for payment for connections to existing water mains will be per each for each connection to existing water main(s)as shown on the Plans. 7-09.5 Payment , Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-09.5 is revised and supplemented as follows: "Furnish and Install Ductile Iron Water Main& Fittings", per lineal foot. The unit contract price per linear foot for each size and kind of "Furnish and Install Ductile Iron , Water Main& Fittings" shall be full pay for the bid item as described in Section 1-09.14. "Concrete Thrust Blocking and Dead-Man Anchor Blocks", per cubic yard. The unit contract price per cubic yard for "Concrete Concrete Thrust Blocking and Dead-Man Anchor Blocks" shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains", per each. The unit contract price per each for "Connection to Existing Water Mains" shall be full pay for the bid item as described in Section 1-09.14. "Select Imported Trench Backfill", per cubic yard or ton. The unit contract price per cubic yard or ton for"Select Imported Trench Backfill' shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material' shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) has been revised as follows: , Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with 18 inches of the post ' exposed above grade. The rest of this section is deleted. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below ' 74 09/27/2013 finished grade. 7-12.4 Measurement Measurement and Payment Schedule for installation of water mains and ' appurtenances is shown in Section 1-09.14 Section 7-12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work,then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-12.5 is replaced with the following: "Furnish and Install -Inch Gate Valve Assembly". per each. The unit contract price per each for "Furnish and Install -Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating,tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade(RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract,then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Paragraph four and five of Section 7-14.3(1) is revised and the section is supplemented as follows: ' After all installation and testing is complete,the exposed portion of the hydrant shall be painted with two field coats.The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93, Sections 3.7 and 3.8.1 and the City of Renton Standard Details. Hydrant and guard posts shall be painted in accordance with the standard details. Upon completion of the project, all fire hydrants shall be painted to the City of Renton specifications and guard posts painted with two coats of preservative paint NO. 43-655 Safety Yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to ' 6", 8" AND 10" piping in trenches 3 - 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 on the plan. 75 09/27/2013 , Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI j spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 31/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside of right-of-way). , Joint restraint(Shackle Rods) shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented by adding the following: (******) All hydrants shall be rebuilt to the approval of the City (or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 , Section 7-14.5 is revised as follows: (******) Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are , included in the proposal: "Furnish and Install Hydrant Assembly per each. The unit contract price per each for " Furnish and Install Hydrant Assembly", shall be full pay for the bid ' item as described in Section 1-09.14. "Resetting Existing Hydrants", per each. The unit contract price per each for "Resetting Existing Hydrant" shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main.The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. "Moving Existing Hydrants per each. ' The unit contract price per each for "Moving Existing Hydrant" shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: (******) Pipe materials used to extend or replace existing water service lines shall be copper. Where installation is in existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, ' regular open trench methods may be used. 76 09/27/2013 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. t7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage,shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. tMaterial for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class,and thickness. Lettering shall be legible and permanent. under normal conditions of handling and storage. 7-17.3 Construction Requirements 7-17.3(1) Protection of Existing Sewerage Facilities Section 7-17.3(1) is supplemented by adding the following: When extending an existing sewer, the downstream system shall be protected from construction debris by placing a screen or trap in the first existing manhole downstream of the connection. It shall be the Contractor's responsibility to maintain this screen or trap until the new system is placed in service and then to remove it. Any construction debris, which enters the existing downstream system, shall be removed by the Contractor at his expense, and to the satisfaction of the Engineer. When the first manhole is set, its outlet shall be plugged until acceptance by the Engineer. 7-17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: Once the television inspection has been completed the Contractor shall submit to the Engineer the written reports of the inspection plus the videos. Said videos are to be in color and compatible with the City's viewing and recording systems. The City will accept video submittals on DVD viewable on a standard player or a CD or DVD compatible with Cues DataCAP 4.0. 7-17.4 Measurement Section 7-17.4 is supplemented as follows: 77 09/27/2013 Measurement of 'Bank Run Gravel for Trench Backfill Sewer" will be determined by the cubic yard in place, measured by the neat line dimensions shown in the Plans,or by the ton on truck tickets. 7-17.5 Payment Measurement and Payment Schedule for installation of sanitary sewer mains and appurtenances is shown in Section 1-09.14 Section 7-17.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: Furnish and Install In. sewer pipe", per linear foot. The unit contract price per each for" Furnish and Install In. sewer pipe", shall be full pay for the bid item as described in Section 1-09.14. "Furnish and Install In. side sewer pipe", per linear foot. The unit 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. "Television Inspection", per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.5 Payment Section 8-09.5 has been revised as follows: Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement 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. 78 09/27/2013 I 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. 8-13.3 Construction Requirements Paragraphs 2 and 3 of Section 8-13.3 is revised and supplemented as follows: The monument will be furnished and set by the Engineer or by the Contractor supplied Surveyor. When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete,the monuments shall be re-established by the Surveyor in 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. f 8-13.5 Payment Section 8-13.5 is supplemented by adding the following: "Reset Existing Monument" per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-14.3(4) is replaced with: The curing materials and procedures outlined in Section 5-05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement ' shall include all costs for the complete installation per the Plans and standard details including expansion joint material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of 79 I 09/27/2013 excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for"Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for"Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp,Cement Concrete," per each. Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Concrete Sidewalk" and the per each contract price for"Curb Ramp, Cement Concrete." 8-17 IMPACT ATTENUATOR SYSTEMS , 8-17.5 Payment Section 8-17.5 is supplemented by the following: (******) If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for"Traffic Control." 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL 8-20.2(1) Equipment List and Drawings (******) Paragraph four of Section 8-20.2(1) is revised and supplemented with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light standards with or without pre-approved Plans. 2. Signal standards with or without pre-approved Plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: Crosswalk Stripe , A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and 80 I 09/27/2013 parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two- lane or three-lane,two-way highways. Double Yellow Center Line(Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane,two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks,and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. Q The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. �t 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 I 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. 81 09/27/2013 t 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under"Traffic Control," if that item is included as a bid item. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: , 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", WI %", and -"" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-05 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 H. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside.and out following welding is acceptable and shall be asphalt treatment coated. 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC) Section 9-05.7(2) is replaced by the following: Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C-76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 82 09/27/2013 9-05.7(2)A Basis for Acceptance (RC) Section 9-05.7(2)A is supplemented by the following: All pipe shall be subject to (1) a three-edge-bearing strength (D-load) test in accordance with ASTM.C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC) Section 9-05.7(3) is replaced by the following: Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Section 9-05.7(4) is supplemented by the following: Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Section 9-05.9 is replaced with: (******) The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the City. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9-05.4. The size, coating, and metal shall be I as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch.. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9- 05.4(4). 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 + J./$ inch wide (measured outside to outside) and a minimum of .4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: 83 09/27/2013 3) CPEP Sewer 9-05.12 ( 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 7-1p 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. 9-05.22 High Density Polyethylene Piping Section 9-05.22 is a new section: (******) DRISCOPLEX'rm 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. 84 09/27/2013 1.4 Licenses and Permits—The Contractor shall be licensed and bonded. 1.5 Inspections-All Work shall be inspected by an Authorized Representative of the City who shall have the authority to halt construction if, in his opinion,these Specifications or standard construction practices _ are not being followed. Whenever any portion of these Specifications is violated,the Engineer shall, by written notice,order further construction to cease until all deficiencies are corrected. 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers-The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. 2.2 Materials-Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute)TR-4,with a standard grade HDB rating of 1600 psi at 73°F. Color material,when used,shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order,the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings-The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-contractors or t` distributors are prohibited. I 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 jand 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 Lshall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters- Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion-joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations)to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings& Flange Bolts- Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 85 I 09/27/2013 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08.8(1) Coating Systems Specification A. High Solids Urethane Coating C1 System: Coating High Solids Material: Urethane Surfaces: Concrete Surface In accordance with Preparation: SSPC SP-7 (Sweep or brush off blast) Application: Shop/Field:The drying time between coats shall not exceed 24 hours in any case System 6.0 mils dry film Thickness: 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 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: Fly ash shall not be used around water lines. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1(1) Ductile Iron Pipe (RC) , Section 9-30.1(1) is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement-mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9-30.3(1) Gate Valves (3 inches to 12 inches) Section 9-30.3(1) is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No.A2380, Kennedy,or M&H. 86 t 09/27/2013 Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See the City of Renton Standard Details for 12"gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. QResilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with,fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve �r assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves ` shall be provided with two (2) internal O-ring stems seals. The valves shall be equipped with one (1) anti- friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi-directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated Gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi. End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M&H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in-diameter shall include an 8"x24" cast iron gate valve box and extensions,as required. All 12 inch diameter and larger resilient seated gate valves shall have a 1 inch by-pass assembly and shall be installed in a concrete vault per City of Renton Standard Details, latest revision. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented by adding the following: Butterfly valves shall be Dresser 450 or Pratt Groundhog. 9-30.3(5) Valve Marker Posts Section 9-30.3(5) has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker.375"x 6'-0" or approved equal with blue label "water." 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) has been supplemented as follows: Air and vacuum release valves shall be APCO-Valve and Primer Corp, "Heavy-Duty,"combination air release valve,or equal. Installation shall be per the City of Renton Standard Details, latest revision. 87 09/27/2013 Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the high point of the line. 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is revised as follows: Tapping sleeves shall be cast iron,ductile iron epoxy-coated steel,or other approved material. , 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: I (******) Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation of blow- off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s)shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C-502-85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Mueller Super Centurion 200,conforming to AWWA C-502-85. 9-30.5(1) End Connections(RC) Section 9-30.5(1) is supplemented by adding the following: Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: Fire hydrants shall be Corey type (opening with the pressure)or compression type (opening against pressure) conforming to AWWA C-502-85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.)of 5 1/4 inches,two 2 1/2 inch hose nozzles with National Standard Threads,7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads,outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1-1/4" pentagon operating nut opened by turning counter clockwise(left). The two 2-1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for , positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter,4"Seattle Thread x 5"Stortz. Stortz adapter ' 88 It09/27/2013 shall be forged and/or extruded 6061-T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket,and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: 1CPolyethylene 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. SECTION 10........................... REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The permittee will be required to remove utility locate marks on sidewalks only within the Downtown Core Area. The permittee shall remove the utility locate marks within 14 days of job completion. 1 t t t 1 1 89 it Iii d 1 TECHNICAL � SPECIFICATIONS D I o 8 i 1 1 0 1 i Table of Contents Division1 General...................................................................................................................................1-1 1.10 General...........................................................................................................................................1-1 r1.11.01 Project Description................................................................................................................1-1 1.11.02 Reuse of Documents.............................................................................................................1-1 1.11.03 Electronic Data 1.13 Permits and Licenses..................................................................................................................1-2 1.15 Warranty....................................................................................................................................1-2 1.16 Owner Standard Locks and Keys................................................................................................1-3 1.30 Administrative................................................................................................................................1-3 1.31 Responsibilities..........................................................................................................................1-3 1.31.1 Contractor's Responsibility.....................................................................................................1-3 1.31.1.1 Construction Inspection Scheduling....................................................................................1-4 1.31.1.2 Contractor Conducted Progress Meetings...........................................................................1-4 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval..........................................1-4 1.31.2 Owner Inspector's Responsibility...........................................................................................1-4 1.33 Submittals..................................................................................................................................1-5 1.33.1 Submittal and Shop Drawings.................................................................................................1-5 1.33.2 Substitutions...........................................................................................................................1-6 1.33.2.1 Prior to Bid Opening.............................................................................................................1-6 1.33.2.2 After Contract Execution......................................................................................................1-7 1.40 Quality Control...............................................................................................................................1-7 1.42 Reference Specifications............................................................................................................1-7 1.50 Construction Support.....................................................................................................................1-7 1.51 Temporary Utilities....................................................................................................................1-7 1.52 Temporary Facilities....................................................................................................................1-8 1.53 Traffic Control............................................................................................................................1-8 1.59 Site Control .................................................................................................................. 1.59.1 Surveying and Staking.............................................................................................................1-8 1.70 Execution and Closeout .................................................................................................................1-9 1.75 Testing,Startup and Operation..................................................................................................1-9 1.75.1 Schedule..................................................................................................................................1-9 ' 1.75.2 Testing.....................................................................................................................................1-9 i I i Table of Contents 1.75.3 Scheduling of Owner Review for Testing..............................................................................1-10 1.75.4 Pump Testing........................................................................................................................1-10 1.75.6 Electrical and Control Systems Testing..............................................................:..................1-10 ' 1.75.30 Startup ................................................................................................................................1-11 1.75.40 Operational Demonstration................................................................................................1-11 II' 1.77 Cleaning ........................................................1-12 1.77.2 Site and Facility Cleanup.......................................................................................................1-12 1.79 Training and Documentation...................................................................................................1-12 1.79.1 Training.................................................................................................................................1-12 1.79.2 Operation and Maintenance Manuals..................................................................................1-12 1.79.3 Construction Record Drawings.............................................................................................1-14 i 1.80 Performance Requirements.........................................................................................................1-14 1.81 Seismic Restraint and Anchorage.............................................................................................1-14 1.82 Pressure Ratings.......................................................................................................................1-15 Division2 Sitework.................................................................................................................................2-1 2.00 General....................................................................................................... 2-1 2.05 Common Work for Sitework......................................................................................................2-1 2.09 Special Inspections for Earth Work............................................................................................2-2 2.10 Site Preparation .............................................................................................................................2-3 2.10.2 Clearing and Grubbing............................................................................................................2-3 2.10.4 Dewatering..............................................................................................................................2-3 2.10.5 Construction Access................................................................................................................2-5 �i 2.11 Earthwork Materials ..................................................................................................................2-5 2.11.1 Common Work for Earthwork Materials................................................................................2-5 2.11.2 General Fill..............................................................................................................................2-6 2.11.3 Structural Fill...........................................................................................................................2-6 2.11.4 Pipe Bedding...........................................................................................................................2-7 2.11.5 Trench Backfill.........................................................................................................................2-8 2.11.7 Gravel Base Course.................................................................................................................2-9 2.11.8 Gravel Top Course...................................................................................................................2-9 2.11.20 Geotextile Fabric...................................................................................................................2-9 i 2.12 Pavement Surfacing.................................................................................................................2-10 ii �I Table of Contents 2.12.1 Common Work for Pavement Surfacing...............................................................................2-10 2.12.2 Cement Concrete Pavement.................................................................................................2-10 2.12.3 Hot Mix Asphalt(HMA)/Asphalt Concrete Pavement(ACP)...............................................2-10 2.12.10 Pavement Marking/Striping................................................................................................2-10 2.13 Vegetation Protection..............................................................................................................2-11 2.13.5 Excavation around Trees.......................................................................................................2-11 2.13.6 Pruning......................................:...........................................................................................2-11 2.20 Earth Moving........................................................................:.......................................................2-11 2.23 Excavation................................................................................................................................2-11 2.25 Erosion and Sedimentation Control...................................................:.....................................2-12 2.25.3 Temporary Erosion and Sedimentation Control...................................................................2-12 2.25.4 Stormwater Discharge ..........................................................................................................2-14 2.30 Site Improvements.......................................................................................................................2-14 2.31 Fencing.....................................................................................................................................2-14 2.31.2 Temporary Construction Security Fence...............................................................................2-14 2.31.3 Chainlink Fence.....................................................................................................................2-15 2.31.4 Cedar Fencing........................................................................................................................2-17 2.40 Shoring and Support................................................... 2-18 2.41 Contractor Designed Shoring...................................................................................................2-18 2.60 Contaminated &Waste Materials Handling................................................................................2-19 2.60.2 Waste Material Control.........................................................................................................2-19 2.61 Contaminated Materials..........................................................................................................2-20 2.61.2 Toxic Spill or Release Contact Requirements........................................................................2-20 Division3 Concrete.................................................................................................................................3-1 3.00 General...........................................................................................................................................3-1 3.05 Common Work for Concrete......................................................................................................3-1 3.10 Forming and Accessories ...............................................................................................................3-3 3.15 Accessory Materials...................................................................................................................3-3 3.15.2 Premolded Joint Filler.............................................................................................................3-3 3.15.5 Pipe Penetrations through Concrete......................................................................................3-3 3.20 Reinforcing.....................................................................................................................................3-4 3.21 Reinforcing Steel........................................................................................................................3-4 iii Table of Contents 3.21.13 Reinforcing Steel...................................................................................................................3-4 3.31 Concrete Materials.....................................................................................................................3-5 3.31.2 Structural Concrete.................................................................................................................3-5 3.31.3 Thrust Blocks Driveways,Curb Gutter Sidewalks and Fence Posts 3-5 3.31.9 Controlled Density Fill (CDF)...................................................................................................3-6 3.35 Surface Finishing........................................................................................................................3-7 3.35.1 Common Work for Surface Finishing......................................................................................3-7 r 3.35.5 Floated Finish..........................................................................................................................3-7 3.35.6 Light Brush Finish....................................................................................................................3-7 3.40 Pre-Cast Concrete:.........................................................................................................................3-8 3.40.10 Utility Structures...................................................................................................................3-8 3.60 Grouting.........................................................................................................................................3-9 3.62 Non-Shrink Grout.......................................................................................................................3-9 Division4 Masonry.................................................................................................................................4-1 4.00 General...........................................................................................................................................4-1 4.05 Common Work for Masonry......................................................................................................4-1 4.05.13 Masonry Mortar....................................................................................................................4-2 4.05.16 Masonry Grout......................................................................................................................4-3 4.05.19 Reinforcement and Accessories............................................................................................4-3 4.08 CMU Inspection and Testing......................................................................................................4-4 4.20 Unit Masonry.................................................................................................................................4-4 4.22 Concrete Masonry Units............................................................................................................4-4 Division 5 Fabricated Metalwork and Structural Plastics.......................................................................5-1 5.00 General...........................................................................................................................................5-1 5.05 Common Work for Fabricated Metalwork and Plastics.............................................................5-1 5.05.23 Structural Connectors...........................................................................................................5-4 5.05.24 Concrete Anchors..................................................................................................................5-5 5.60 Ladders...........................................................................................................................................5-5 5.60.1 Common Work for Ladders.....................................................................................................5-5 5.60.10 Fiberglass Reinforced Plastic(FRP) Ladders..........................................................................5-6 Division6 Carpentry...............................................................................................................................6-1 6.00 General...........................................................................................................................................6-1 iv Table of Contents 6.05 Common Work for Carpentry....................................................................................................6-1 6.10 Rough Carpentry............................................................................................................................6-1 6.14 Pressure Treated Wood...................: ......6-1 ................................................................................... 6.16 Wood Sheathing.........................................................................................................................6-1 I6.17 Shop Fabricated Structures........................................................................................................6-2 6.17.53 Premanufactured Wood Trusses..........................................................................................6-2 jDivision 7 Thermal and Moisture Protection...............................:...........................................................7-1 7.00 General...........................................................................................................................................7-1 7.05 Common Work for Thermal and Moisture Protection ..............................................................7-1 7.20 Thermal Protection........................................................................................................................7-1 7.21 Thermal Insulation.....................................................................................................................7-2 7.21.3 Ceiling Insulation.....................................................................................................................7-2 7.21.4 Foundation Insulation.............................................................................................................7-2 7.21.5 CMU Wall Insulation...............................................................................................................7-3 7.40 Exterior Panels...............................................................................................................................7-3 7.46 Siding..........................................................................................................................................7-3 7.46.43 Steel Materials......................................................................................................................7-3 7.46.43.2 Steel Soffit Panels ..............................................................................................................7-3 7.60 Flashing and Sheet Metal................................................................................................................7-4 7.61 Metal Roofing.............................................................................................................................7-4 7.61.1 Common Work for Metal Roofing...........................................................................................7-4 7.61.3 Preformed Metal Roofing over Wood Decking.......................................................................7-6 1 7.70 Roof and Wall Specialties...............................................................................................................7-7 7.72 Roof Accessories........................................................................................................................7-7 7.72.1 Common Work for Roof and Wall Specialties.........................................................................7-7 7.72.26 Ridge Vent.............................................................................................................................7-7 7.90 Joint Protection...............................................................................................................................7-7 7.92 General Joint Sealants................................................................................................................7-7 Division8 Openings................................................................................................................................8-1 8.00 General.................................... .....................................................................................................8-1 8.05 Common Work for Openings.....................................................................................................8-1 8.06 Schedule.....................................................................................................................................8-1 v Table of Contents 8.10 Doors and Frames..........................................................................................................................8-1 8.11 Metal Doors and Frames............................................................................................................8-1 8.11.1 Common Work for Metal Doors and Frames..........................................................................8-1 8.11.13 Hollow Metal Doors and Frames..........................................................................................8-4 8.30 Specialty Doors ..............................................................................................................................8-4 8.34 Access Hatches...........................................................................................................................8-4 8.34.2 Vault Hatches..........................................................................................................................8-4 8.71 Door Hardware...........................................................................................................................8-6 8.71.1 Common Work for Door Hardware ........................................................................................8-6 8.90 Louvers and Vents..........................................................................................................................8-6 8.90.1 Common Work for Louvers and Vents....................................................................................8-6 8.91.13 Motor Actuated Louver/Dampers: .......................................................................................8-7 8.91.14 Gravity/Backdraft Dampers ................................................................................................8-8 8.91.19 Fixed Louver..........................................................................................................................8-8 Division9 Finishes...................................................................................................................................9-1 9.00 General...........................................................................................................................................9-1 9.90 Painting and Coating......................................................................................................................9-1 9.90.00 Common Work for Painting and Coating..............................................................................9-1 9.90.01 Color Schedule......................................................................................................................9-5 9.90.02 Unpainted Items...................................................................................................................9-5 9.91.13 Exterior Painting........................................................................................................................9-5 9.91.13.01-System 1: Metals—Exterior(Wet Conditions) including Doors,Windows, and Frames................................................................................................................................................9-5 9.91.13.13-System 2: Exterior of Exposed Ductile Iron Pipe............................................................9-6 9.91.33 Submerged and Buried Metals Painting...................................................................................9-8 9.91.33.03-System 3: Metals Submerged In Wastewater—Non NSF..............................................9-8 9.97.23 Concrete and Masonry Coatings...............................................................................................9-9 9.97.23.01-System 4: Concrete Wet Well Interior...........................................................................9-9 9.97.23.07—System 5:Concrete Vault Interior...............................................................................9-10 9.97.23.08—System 6:Concrete Wet Well and Vault Exterior—Bottom and Walls......................9-10 9.97.23.11 System 7:Anti-Graffiti Coating and Water Repellent on CMU Exterior........................9-10 9.97.23.14—System 8:Concrete Exterior Surface Sealer(Entrance Pad,Wet Well and vi Table of Contents Vault Tops) ...............................................9-11 .............................................................................:.......... Division10 Specialties......................................................................................................................:.10-1 10.00 General.......................................................................................................................................10-1 10.05 Common Work for Specialties...............................................................................................10-1 j10.10 Information Specialties..............................................................................................................10-1 10.14 Signs and Labels.....................................................................................................................10-1 10.14.1 Common Work for Signs and Labels...................................................................................10-1 10.14.2 Equipment Signs..................................................................................................................10-2 10.14.4 Danger Signs........................................................................................................................10-2 10.14.8 Electrical and Control Equipment.......................................................................................10-3 10.14.9 Pump and Check Valve Signs ..............................................................................................10-3 Division11 Equipment........................................................................................................................11-1 11.00 General.......................................................................................................................................11-1 11.05 Common Work for Equipment...............................................................................................11-1 11.10 Pumps.....................................................................................................................................11-1 11.10.1 Common Work for Pumps..................................................................................................11-1 11.12 Wastewater Pumps................................................................................................................11-6 11.12.2 Lift Station Pumps and Motors.................................... ..................................................11-6 11.12.3 Sump Pump...............................................................................................:.......................11-10 11.95.34 Fans.................................................................................................................................11-10 11.95.34.1 Wall Ventilators ...........................................................................................................11-10 Division12 Furnishings.......................................................................:...............................................12-1 Division 13 Special Construction ........................................................................................................13-1 Division 14 Conveying Systems...........................................................................................................14-1 Division15 Mechanical.......................................................................................................................15-1 15.00 General.......................................................................................................................................15-1 r 15.05 Common Work for Mechanical..............................................................................................15-1 15.10 Buried Pipe Installation..............................................................................................................15-2 15.11 Open Trench Pipe Installation................................................................................................15-2 15.11.13 Sewer Force Main Installation..........................................................................................15-2 15.12 Trenchless Pipe Installation ....................................................................................................15-3 15.12.13 Horizontal Directional Drilling...........................................................................................15-3 vii Table of Contents 15.12.13 Pilot Tube Microtunneling................................................................................................15-4 15.18 Buried Piping Inspection and Testing......................................................................................15-7 15.18.03 Valve Testing.....................................................................................................................15-7 15.18.06 Gravity Sewer Low-Pressure Air Pressure Test Method...................................................15-7 15.18.07 Sewer Force Main Inspection and Testing........................................................................15-7 j 15.20 Pipe and Fittings.........................................................................................................................15-9 15.21 Common Work for Pipe and Fittings......................................................................................15-9 15.22 Metal Pipe and Fittings........................................................................................................15-10 15.22.2 Ductile Iron Pipe and Fittings............................................................................................15-10 15.22.4 Stainless Steel Pipe and Fittings........................................................................................15-11 15.23 Non-Metal Pipe and Fittings................................................................................................15-12 15.23.2 High Density Polyethylene (HDPE) Pipe............................................................................15-12 15.23.12 PVC Pipe for Drain,Waste and Vent(DWV) ...................................................................15-15 15.30 Valves.......................................................................................................................................15-15 15.31 Common Work for Valves....................................................................................................15-15 15.32 Isolation Valves.. ...............................................................................................................15-16 15.32.5 Eccentric(Plug)Valves......................................................................................................15-16 15.33 Check Valves ........................................... ........... 15-17 15.33.2 Swing Check Valves...........................................................................................................15-17 15.40 Piping Specialties .....................................................................................................................15-18 �. 15.40.1 Dismantling Joint...............................................................................................................15-18 15.40.4 Dielectric Fittings and Adapters........................................................................................15-18 15.50 Flow Meters.............................................................................................................................15-18 15.50.1 Common Work for Flow Meters................................. .... .....15-18 15.53 Electronic Flow Meters........................................................................................................15-19 15.53.3 Electromagnetic Flow Meters...........................................................................................15-19 15.60 Pressure and Level Measurement...........................................................................................15-20 15.60.1 Common Work for Pressure and Level Measurement.....................................................15-20 15.61 Pressure Gauges...................................................................................................................15-20 Division16 Electrical...........................................................................................................................16-1 16.00 General.......................................................................................................................................16-1 16.05 Common Work for Electrical..................................................................................................16-1 viii � . Table Con ten ts 16.10 Electrical Site Work...........:.....................................................................:..................................16-7 16.10.1 Common Work for Electrical Site Work..............................................................................16-7 16.10.2 Underground Marking Tape (Detectable Type)..................................................................16-8 16.10.3 Handholes and Pull Boxes....................................................................................................16-8 16.15 Electrical Grounding...................................................................................................................16-9 16.15.1 Common Work for Electrical Grounding.............................................................................16-9 16.20 Utility Service............................................................................................................................16-11 16.21 Electrical Service..................................................................................................................16-11 16.21.2 Electrical Utility Meter Enclosure .....................................................................................16-13 16.21.4 Circuit Breaker Service Disconnect Switch........................................................................16-13 16.21.6 Manual Transfer Switch....................................................................................................16-14 16.30 Basic Panel Equipment and Devices........................................................................................16-14 16.31 Operating and Indicating Devices........................................................................................16-14 16.31.1 Digital Power Meter..........................................................................................................16-15 16.31.2 Run Time Meters...............................................................................................................16-15 16.31.3 Start Count Meters ............................................................................................................16-16 16.31.4 Indicating Lights................................................................................................................16-16 16.31.5 Selector Switch..................................................................................................................16-16 16.31.6 Pushbuttons......................................................................................................................16-16 16.31.7 Ammeter and Voltmeter...................................................................................................16-17 16.32 Panel Relays.........................................................................................................................16-17 16.32.1 Control Relays...................................................................................................................16-18 16.32.2 Analog or Digital Switching Relays....................................................................................16-18 16.32.3 Time Delay Relays............................................................:................................................16-18 16.32.4 Timing Relay...............................................................................................................,......16-19 16.32.5 Phase Fail Relay(PFR) .......................................................................................................16-19 16.35 Control Panel Accessories....................................................................................................16-20 16.35.1 Terminal Blocks.................................................................................................................16-20 16.35.2 Nameplates......................................................................................................:................16-20 16.36.1 Surge Protection Device (SPD)..........................................................................................16-21 16.40 Low Voltage Motor Control Equipment...................................................................................16-22 16.41.1 Motor Control Center.......................................................................................................16-22 ix Table of Contents 16.41.2 Standard Motor Starter Units..........................................................................................16-26 16.55 Switches and Protective Devices .............................................................................................16-27 16.55.1 Common Work for Switches and Protective Devices.......................................................16-27 16.55.13 Fuses...............................................................................................................................16-27 16.55.16 Molded Case Circuit Breakers.........................................................................................16-28 16.55.17 Instantaneous Magnetic Trip Breakers...........................................................................16-28 16.55.18 Disconnect Switches ........................................ 16.60 Conductors...............................................................................................................................16-29 16.61 Low Voltage Wire and Cable................................................................................................16-29 16.63 Signal Cable..........................................................................................................................16-31 16.70 Raceways, Boxes and Fittings 16.71 Raceways..............................................................................................................................16-33 16.72 Boxes and Enclosures...............................................................................................................16-36 �. 16.72.2 Outlet and Junction Boxes................................................................................................16-36 16.72.3 Watertight Enclosures.......................................................................................................16-37 16.72.4 Pull Boxes and Vaults........................................................................................................16-37 16.75 Wiring Devices .........................................................................................................................16-38 16.75.1 Common Work for Wiring Devices...................................................................................16-38 16.75.2 Receptacles.......................................................................................................................16-38 16.75.3 Line Voltage Switches......................................................................................:................16-39 16.75.4 HOA Lighting Switches......................................................................................................16-39 16.75.5 Plates.................................................................................................................................16-40 16.85 Lighting.....................................................................................................................................16-40 16.85.1 Common Work for Lighting Fixtures.................................................................................16-40 16.85.2 Lamps................................................................................................................................16-40 16.85.3 Fixtures..............................................................................................................................16-41 16.85.4 Ballast................................................................................................................................16-41 16.95 Testing....................................................................................................................:..................16-41 16.95.1 Common Work for Testing................................................................................................16-41 Division 17 Automatic Control...........................................................................................................:17-1 17.0 General....................................................................................................................:................17-1 17.05-Remote Communications Devices.........................................................................................17-1 X Table of Contents 17.10 Installation of Equipment by Others......................................................................................17-2 Division 18 Measurement and Payment............................................................................................18-1 18.0 General.........................................................................................................................................18-1 BID ITEM N0. 1 -MOBILIZATION,DEMOBILIZATION,SITE PREPARATION AND CLEAN-UP.....................................18-1 BID ITEM No.2-TEMPORARY EROSION AND SEDIMENTATION CONTROL.........................................................18-1 BID ITEM No.3-TRAFFIC CONTROL...........................................................................................................18-1 1 BID ITEM No.4-TEMPORARY BYPASS PUMPING SYSTEM..............................................................................18-2 BID ITEM No.5-SITE WORK AND UTILITIES.................................................................................................18-2 BID ITEM No.6-TRENCHLESS GRAVITY SEWER..............................................................................................18-2 Bid Item No.7—Unscheduled Excavation...........................................................................................18-3 tBid Item No.8-Unscheduled Structural Backfill................................................................................18-3 BID ITEM No.9-TRENCH SAFETY AND SHORING__...***,**,**.........................................................................18-3 BID ITEM N0.10-DEWATERING................................................................................................................18-3 BID ITEM NO. 11-ASPHALT PAVEMENT.....................................................................................................18-4 BID ITEM NO. 12-EXISTING LIFT STATION CONVERSION................................................................................18-4 BID ITEM N0. 13-LIFT STATION STRUCTURAL.............................................................................................18-4 BID ITEM N0. 14-ELECTRICAL BUILDING S TRUCTURAL..................................................................................18-4 BID ITEM No. 15-MISTY COVE LIFT STATION PUMPS AND MOTORS...............................................................18-4 BID ITEM N0. 16-DEVIL'S ELBOW LIFT STATION PUMP AND MOTOR..............................................................18-5 BID ITEM N0. 17-MECHANICAL.................................................................................................................18-5 BID ITEM NO. 18-ELECTRICAL...................................................................................................................18-5 BIDITEM No. 19-FINISHES.......................................................................................................................18-5 BID ITEM N0.20-OPERATION AND MAINTENANCE MANUALS AND ON SITE OWNER TRAINING..........................18-5 BID ITEM NO.21-CONSTRUCTION RECORDS.........................:.....................................................................18-6 Appendices Appendix A—Engineering Geology Report Appendix B-City of Renton Standard Details Appendix C—Duplex RTU As-Built Plans . xi 1 � ! I 1 f 1 1 i 1 t t t � i 1 1 , . 1 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 Section?' shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. 1.11.01 Project Description The City of Renton Misty Cove Lift Station consists of a submersible sewage lift station. The work includes but is not limited to: • Temporary sedimentation and erosion control systems and site restoration • Excavation and placement of underground vault and manhole • Precast concrete work • Installation of two (2) submersible pumps and other mechanical components • Installation of isolation valves and check valves inside a precast vault • Construction of a CMU building • Installation of electrical and telemetry systems • Site work and site utilities including trenchless pipe construction • Paving and fencing • Finish grading and site cleanup • Utility relocations for construction • Replacement of one submersible pump at Devil's Elbow Lift Station 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 thereo� 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 J:\Data\REN\112-047\Technica1 Specs\1 General.docx 9/27/2013 7:25 AM 0 2013 RH2 Engineering,Inc. Fall 2013 Ci ty of Renton Division 1—General Misty Cove Lift Station 1.11.03 Electronic Data 1. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any 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: • Conditional Use Permit • Right-of Way Permit The Contractor shall acquire and pay for all other necessary permits which may include: • Mechanical Permits • Electrical Permits • Disposal Permits • Transportation Permits A copy of the Owner acquired permits are/will be available at the Owner's office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. 1.15 Warranty The Contractor shall warrant all products used in the construction of this project 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. Warranty does not cover damage due to misuse by the Owner or conditions outside of the Owner or Contractor's control (force majeure) including but not limited to war, strikes, floods, fire, earthquakes, high winds (over 85 mph for 3 seconds peak gust), freezes below 1-2 9/27/2013 7:25 AM J:\Data\REN\112-047\Technica1 Specs\1 General.docx ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 1- General 10 degrees Fahrenheit, governmental restrictions, vandalism, and power failures or surges. The Contractor has control over workmanship, third party subcontractors and parts and materials used to complete the project. Warranties in addition to this warranty are listed in the following sections: • Div 2.13.1 Vegetation Protection • Div 2.90.1 Landscaping • Div 7.05 Roofing • Div 8.34.2 Access hatches • Div 11.10.1 Common Work for Pumps 1.16 Owner Standard Locks and Keys All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, etc. shall be cored to match Owner standard lock and keys. If construction cores are utilized during the project, Contractor shall provide Owner with construction key(s) for all temporary locks. 1.30 ADMINISTRATIVE 1.31 Responsibilities 1.31.1 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. The General (or Prime) Contractor is fully responsible for providing his subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to 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. 1-3 J:\Data\REN\112-047\Technica1 Specs\1 Gmeral.docx 9/27/2013 7:25 AM ©2013 R.H2 Engineering,Inc. Fall 2013 City of Renton Division 1—General Misty Cove Lift Station 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, 24-hour prior notice shall be given to the Owner and appropriate reviewing agency for all inspections required for the construction of the project. 24-hour notice is defined as 1 complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 24 hours in advance not including the holiday hours or weekend hours.) 1.31.1.2 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least bi-weekly and at other times as requested by the Owner or as required by progress of the work. The Contractor, Owner, and all Subcontractors active on the site must attend each meeting. 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval 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 inline with the previous schedule, the Contractor shall inform the Owner with each pay estimate. Non-working day approval shall also be received by the Owner with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non-working day requests. 1.31.2 Owner Inspector's Responsibility The Owner may elect to have an inspector on site to monitor, observe and record construction progress. The Contractor maintains complete responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Owner's inspector to address neither means and methods issues on site not direct safety issues on site. The Owner's inspector does not have the authority to stop work if unsafe conditions are observed. 1-4 9/27/2013 7:25 AM J:\Data\REN\112-047\Technica1 Specs\1 General.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 1- General 1.33 Submittals !� 1.33.1 Submittal and Shop Drawings Submittals are required for all items installed on this contract. Submittals shall be addressed to: RH2 Engineering, Inc. 22722 29ffi Drive SE, Ste 210 Bothell,WA 98021 Attn: David Baisch Submittals may be provided in hard-copy or electronic format (preferred). Owner reserves the right to require the Contractor to provide hard-copy submittals at no additional cost to b 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 y 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" x 11", 11" x 17", or 22" x 34" sheets and shall contain the following information: • Project Name as it appears on the Document Cover. r • Prime Contractor and Applicable Subcontractor. • Applicable Specification and Drawings Reference. • A stamp showing that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and _ dimensional suitability. 1� 1-5 i J:\Data\REN\112-047\Tec1nica1 Specs\1 General.docx 9/27/2013 7:25 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 1—General Misty Cove Lift Station 'All piping shall be tested as required by specifications and applicable codes. Tests on individual items of equipment, such as pipelines, structures, controls, and other items shall be as necessary to show proper system operation. During testing, the Contractor, shall _ correct any defective work discovered. Startup shall not begin until all tests(required by these specifications have been completed and approved by the Owner. 1.75.3 Scheduling of Owner Review for Testing The Contractor shall provide a minimum of 48-hours (2 complete working days) prior , notification to the Owner where witnessed testing or startup is required. The Contractor shall provide further notification within 2 working hours 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 Operation Testing of the Special Provisions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 48 hours ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test,the Contractor shall pay the Owner in the amount of$150 per hour per Owner Representative on site (minimum of$300 per scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner at their discretion. The Contractor Js required to have all systems pre-tested to their satisfaction prior to calling the Oumer for formal testing. 1.75.4 Pump Testing g See Divisions 11.10.1 for pumps and 11.20.1 for motors + 1.75.6 Electrical and Control Systems Testing See Division 16.95 for electrical system testing. �3 See Division 17.10 for automatic control 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: 4!'i • Pressure sensors and alarms Flow sensors and alarms !` Seal fail sensors and alarms Temperature sensors and alarms • Primary level control • Secondary.level control (floats) • Smoke alarms VA,i 1-10 9/27/2013 7:25 AM J:\Data\REN\112-047\Technical Specs\1 General.docx j. 0 2013 RI-12 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 1- General • Intrusion sensors and alarms • Motion sensors • Photovoltaic sensors • HVAC controls • 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. Authorized factory representatives shall be provided for the following items: • Pumps and motors • Motor control centers (electrician may qualify if approved by manufacturer) 1.75.40 Operational Demonstration Operation demonstration shall be conducted after successful startup has been completed as determined by the Engineer and Owner. The purpose of the operational demonstration period is to demonstrate automated operation of the equipment and system(s) using live waste water and to verify functional integrity of the system(s). This demonstration period shall occur under full operational conditions as determined by the Owner. The Owner reserves the right to simulate operations variables and equipment failures to verify the functional integrity of automatic and manual backup systems and alternate operating modes. The demonstration period shall be for 10 calendar days. The date and time that the operational period shall begin and end shall be agreed upon by the Contractor, Owner, and Engineer in advance of initiating the operational demonstration period. The Owner shall provide a certified operator during this period to provide operational support and required testing only. The Contractor shall provide personnel to respond and repair any problems or failures that occur during this period. If, during the operational demonstration period, the aggregate amount of time used for repair, alteration, or unscheduled adjustments to any equipment or systems that renders the affected equipment or system inoperative exceeds 5 percent of the demonstration period, the operation demonstration has failed. Any shut downs due to equipment or systems failures shall be corrected immediately by the Contractor. The Contractor must provide a report and status to the Owner's operator BEFORE turning the equipment or system in auto to continue the operational 1-11 J:\Data\REN\112-047\Technical Specs\1 General.docx 9/27/2013 7:25 AM 0 2013 RI-12 Engineering,Inc. Fall 2013 City of Renton Division 1—General Misty Cove Lift Station demonstration period. The Owner's operator reserves the right to decide if the issue that caused the system to fail could potentially be a safety concern to the customers if the system were to be put back into auto. Operation of the facility shall commence immediately after the successful completion of testing, startup, operational demonstration,and training and after satisfactory repairs and adjustments have been made. 1.77 Cleaning 1.77.2 Site and Facility Cleanup Clean up debris and unused material, and remove from the site and any buildings. If vehicle traffic causes ruts, repair asphalt (new or existing) in paved areas, in other areas back track with dozer or excavator and repair to proposed surface condition including necessary hydroseed,mulch,and landscaping as shown on the plans. Buildings shall be broom clean and all foreign damage or markings removed or repaired. Equipment shall be washed clean using appropriate methods. Unpainted exposed concrete structures shall be cleaned to a consistent bare concrete surface finish. Remove extraneous substances such as efflorescence, leakage residue and excess repair materials. i 1.79 Training and Documentation 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. 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 Prior to the receipt of payment for more than 90 percent of the work the Contractor shall P PY p deliver to the Owner 3 sets of acceptable manufacturer's operating and maintenance instructions covering pumps, motors, generator, transfer switch, telemetry, controls, and electrical equipment and systems installed on the Project requiring operational and/or maintenance procedures and for any additional items indicated by the Owner, including coatings furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with an index and bound in a suitable, hard-covered binder. Binders shall be of hard back construction with full length metal hinge. Capacity 1-12 9/27/2013 7:25 AM J:\Data\REN\112-047\Technica1 Specs\1 General.docx 0 2013 RH2 Engineering,Inc. VV�� City of Renton Fall 2013 Misty Cove Lift Station Division 1- General shall be 3" to 5" as appropriate for the quantity of O&M documentation. More than one binder may be required for large projects. Binders shall be equal to Wilson Jones WLJ344 series or WLJ369 series or Specialty Loose Leaf models 87784, 98085, 98086, or 98984. Manuals shall be assembled and indexed so that information on each coating and piece of equipment can be readily found. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and item of 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. 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.G. All manufacturers' warranties. Include name, address, and telephone number of the manufacturer's representative to be contacted for warranty, parts, or service information, H. Cleaning,repair, and maintenance instructions for each coating system. I. Provide 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, 1-13 J:\Data\REN\112-047\Technica1 Specs\1 Geneial.docx 9/27/2013 7:25 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 1-General Misty Cove Lift Station 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 O&M manuals shall be provided in hard copy. A duplicate CD copy may be provided- but shall not substitute a hard copy unless approved by the Owner. 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. 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 pumps and motors, piping, valves, and electrical panels. Seismic restraint shall be designed to meet IBC (ASCE 7Chapter 13 - , "Seismic Design Requirements for Nonstructural Components") code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 1 Sds = 0.959 1 Sd1 = 0.548 A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. Contractor shall install restraints in accordance with the manufacturer's requirements as applicable. Seismic restraint systems shall be designed so as not to interfere with normal 1-14 9/27/2013 7:25 AM J:\Data\REN\112-047\Technica1 Specs\1 General.docx 0 2013 R142 Engineering,Inc. � City of Renton Fall 2013 Misty Cove Lift Station Division 1- General operations and maintenance of the equipment and other components as shown on the plans. Interference with normal operations and maintenance shall be as determined by the Owner. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified. Contractor shall submit calculations stamped by a professional engineer licensed in Washington State showing that the seismic restraint assembly meets the design criteria given above. All materials and fabrication shall be as required in these specifications. Contractor shall submit this information to the Owner for review prior to fabrication and installation. 1.82 Pressure Ratings Fittings,valves, pipe and fluid systems shall have pressure ratings equal to or greater than the pressures identified below, unless specifically called out otherwise in the plans or specifications: ±-, Pipe Function Working Pressure Test Pressure Pump discharge piping 14 psi 150 psi Contractor shall size thrust blocks and install thrust restraint mechanisms to withstand the working and test pressure ratings for the sewer force main per the table above. A 1 F� �r 1-15 J:\Data\REN\112-047\Technica1 Specs\I General.docc 9/27/2013 7:25 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station 1) with 10 feet of 0.020-inch machine-slotted well screen from 25 to 35 feet bgs. Soil samples were collected at either 2.5 to 5-foot intervals using SPT methods. Four soil/geotechnical units, listed from shallowest to deepest, were found within the site: 1. Unit 1 consists of the asphalt forming the parking lot surface underlain by fill consisting of olive grey, compact, well-graded SAND with Gravel (SW), from ground surface to a depth of approximately 1.5 feet bgs. 2. Unit 2 consists of approximately 17 to 22 feet of olive gray to olive brown low to moderate plasticity, soft to medium stiff SILT and Silty CLAY (ML-CL), with little fine sand, some organic and woody debris at 8 to 15 feet,with some clayey or sandy layers. The unit is moist to wet below 13 feet bgs. ,tom 3. Unit 3 consists of approximately 3 to 5 feet of olive gray, low to moderate plasticity SILT with Sand (ML). 4. Unit 4 consists of at least 21 feet of olive gray, fine, wet Silty SAND (SM) from approximately 25 to 46.5 feet bgs. The unit contains some medium sand, thin layers of low plasticity Sandy SILT, and generally is medium dense. A layer of loose to very loose Silty SAND was encountered at 32 to 37 feet bgs. Soil from 1.5 feet to 13 feet bgs was moist. Soil below 13 feet was groundwater saturated. Groundwater in the completed MW-1 was approximately 9 feet bgs in July 2013. Groundwater levels at the project site likely fluctuate seasonally by a few feet. Constructing the proposed lift station will require site excavation to a depth of approximately 35 feet bgs, approximately 26 feet below the summer (low) groundwater level. The Silty SAND (SM),has v an estimated hydraulic conductivity value of approximately 0.0001 to 0.001 centimeter per second (cm/sec). 2.09 Special Inspections for Earth Work Part 3 —Execution �! Field Quality Control Special inspections including visual, probing of subgrade and compaction effort (nuclear densometer) are required for the following locations: • Trench backfill crossing roads and site access road and parking areas (visual, probe and nuclear densometer testing) • Excavation and Backfill around proposed structures (visual, probe. Nuclear densometer testing if found necessary by the Owner) Areas where fill (either native or non-native) is being placed shall be tested for compaction compliance by a special inspector. The owner will pay for the initial testing. If tests indicate �1 failure of compaction requirements, the Contractor.shall pay for subsequent tests until tests indicate compliance with the specifications. Areas of native undisturbed subgrade shall be I visually inspected by the engineer prior to placement of any material overtop. Contractor shall coordinate with the engineer a minimum of 24 hours prior to inspection being needed. L 2-2 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc I City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework The Contractor shall fully cooperate with the special inspector, including providing safe r' access to the testing areas. No extra compensation will be provided for cooperation with and facilitation of inspections. Utility Trench Testing Testing will occur at the following locations at a minimum: _ • One test within 30 feet of start. ,- • One test every 300 feet or at road intersections,whichever comes first. _ • One test whenever soil conditions change,per the direction of the Owner. The Contractor shall schedule with Owner for visual and probe review of earthwork activity. Contractor shall schedule with Owner and special inspection agency for nuclear densometer testing. Results of the tests shall be delivered to the Owner. If testing and review is required for roadway owned by another Jurisdiction, copies of testing results shall also be provided to that Jurisdiction. 2.10 SITE PREPARATION _ 2.10.2 Clearing and Grubbing Part 3- Execution _ Installation/Construction Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the plans within the construction limits and shall conform to Section 2-01 of the Standard Specifications. Do not.remove organic material including plants, grasses, trees and native topsoil unless _ 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 L Part 1 - General Submittals The Contractor shall develop a detailed dewatering system plan prepared by a competent person such as a Licensed Hydrogeologist or Professional Engineer with dewatering'design experience and submit the dewatering plan to the Owner for review prior to the installation of any dewatering system. This plan shall include, as a minimum, the scope, type, size, quantity, method of installation, operation, water discharge and removal of all dewatering systems to be used. I 2-3 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM a ©2013 RI-12 Engineering,Inc. III Fall 2013 City of Renton Division 2-Sitework Misty Cove Lift Station The Contractor shall excavate to building foundation,utility trench foundation elevation, manhole and vault subgrades using their own judgment for soil and slope stability based on OSHA and WSHA standards. . No additional payment for excavation or backfill will be made to the Contractor by the Owner except in instances of unknown utilities or unknown soil conditions deeper than 8 feet below grade. 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 ti individual particles having a maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. Part 3 —Execution Installation/Construction All general fill shall be compacted in uniform layers not exceeding 18 inches in loose g p Y g thickness and compacted to at least 85 percent maximum dry density based on the ASTM D-1557 (modified) test procedure. �f 2.11.3 Structural Fill Part 1— General Summary i All fill placed below, beside and against building components, building structures,,vaults, manholes, hndholes, slabs, sidewalks, and drives shall be "Structural Fill" unless other fill 2-6 J:\Data\REN\112-047\Technica1 Specs\2 Sitework docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. ._J City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework 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, it shall conform with Section 9-03.12(2), "Gravel Backfill for Walls" of the Standard Specifications. Structural fill for foundation subgrades or where free drainage is not required through the structural fill shall conform with 9-03.9(1) `Ballast" 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. Soil excavated from depths between surface and 20 feet below ground surface (bgs) likely is not suitable for use as structural fill. Soil excavated below 20 feet bgs likely will be water saturated and must be allowed to drain before possible use as structural fill. Part 3 —Execution Installation/Construction The moisture content of the material and weather conditions at the time of P lacement 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 12 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure from 0 to 3 feet below final grade, 90 percent below 3 feet. 2.11.4 Pipe Bedding Part 1— General Summary All fill placed below and around buried utilities shall be "Gravel Backfill for Pipe Bedding". The pipe bedding material has been selected to support the weight of the utility by distributing the load so that the completed utility and backfill system does not weigh more than the native material. In addition, the grain size has been selected so that the bedding will not migrate into the bottom of the trench. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate pipe bedding material where shown. References 2-7 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM C 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station For Ductile Iron, Steel, or Concrete Pipe larger than 4" diameter: Bedding material shall conform with Section 9-03.12(3) "Gravel Backfill for Pipe Zone Bedding" of.the Standard Specifications except all shall pass a 1" sieve. For PVC and HDPE water piping regardless of diameter: Bedding shall conform with Section 9-03.13 `Backfill for Sand Drains" or as approved by the Inspector. For PVC Sewer and Storm Piping, CPEP regardless of diameter and Conduit, Side Service Lines, and all other piping 4" in diameter or less: Bedding shall conform with Section 9- 03.13 "Backfill for Sand Drains" or as approved by the Inspector. Pipe bedding used around restrained joint pipe must be a well graded cohesive material with fines. Rounded gravels and pea gravel are not acceptable. Part 3—Execution Installation/Construction Bedding material shall surround the pipe and conduits to the limits shown on the plans and provide uniform support along the entire length without allowing concentrated loading at joints or bells or that results in any bridging of the pipe. All bedding material shall bear on firm subgrade and be compacted to firm and unyielding condition. 2.11.5 Trench Backfill Part 1— General Summary All fill placed above the pipe bedding in a trench shall be "Trench Backfill". The trench backfill material has been selected to distribute surface loads over the utility. In addition, the grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. The Contractor must take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. References Trench 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 18 inches in loose thickness. Each lift is to be compacted to at least 90 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 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 2-8 J:\Data\REN\112-047\Technica1 Specs\2 Sitework docx 9/27/2013 7:27 AM C 2013 R142 Engineering Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework test procedure (modified proctor) from 0 to 3 feet below finished surface, 90 percent below 3 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. 2.11.20 Geotextile Fabric Part 1— General Delivery, Storage and Handling All fabrics shall be shipped, stored, placed, overlapped and secured based on manufacturer requirements. . Part 2— Products Materials Geotextile Fabric shall be chosen by the Contractor to meet the requirements based on place of use. For geotextile fabric called out on the plans to separate drain rock or French drains from surrounding soils,it shall be equal to Tencate Mirafi 140N. For geotextile fabric placed between quarry spalls and fill to separate soil fines, it shall be equal to Tencate Mirafi 160N. 2-9 J:\Data\REN\112-047\Technical Specs\2 Siteworkdocx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station For geotextile fabric called out to drain behind a wall without the use of drain rock, it shall be equal to Tencate Mirafi G100W. For Embankment stabilization, if a geotextile fabric is called out, it shall be equal to Mirafi Miramat TM8. For geotextile fabric placed below crushed rock in road subgrade it shall be equal to Tencate Mirafi 50OX Other locations may require a specialized geotextile fabric and if so shall either be identified in the plans or geotechnical report. 2.12 Pavement Surfacing 2.12.1 Common Work for Pavement Surfacing 2.12.2 Cement Concrete Pavement Part 1— General References Cement concrete pavement, sidewalks, curb and gutter shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. 2.12.3 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) Part 1— General Definitions The plans and specifications may call out Hot Mix Asphalt (HMA) or Asphalt Concrete Pavement (ACP). The terms are synonymous. References Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. All HMA shown on the plans shall be Commercial HMA unless otherwise noted. Furnish, place, spread, and compact HMA to the thickness shown on the plans. Contractor shall follow all applicable City of Renton Standard Plans for as halt trench repair and overlay. 2.12.10 Pavement Marking/Striping Part 1 — General References Pavement marking shall be constructed in accordance with 8-22 of the Standard Specifications and any Owner standards more stringent than the Standard Specifications. 2-10 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station 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. 2.13 Vegetation Protection ` 2.13.5 Excavation around Trees Part 3-Execution Installation/Construction Excavate within drip line of trees only where shown.Where trenching for utilities is required within drip line, tunnel under or around roots by methods that do not tear or compromise the health of the roots. Do not cut main lateral roots or tap roots. Field Quality Control The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat cut roots over 1-inch in diameter with asphaltic pruning paint. 2.13.6 Pruning Part 3-Execution Installation/Construction Cut branches with sharp and clean pruning instruments and do not break or chop. Prune flush with trunk surface. 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 2-11 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM 0 2013 RH2 Engineering;Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station Excavated material below the organic layer could only 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. Shallow soil excavated from depths between 0 and 20 feet is not likely suitable for structural backfill. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously approved material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed off-site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the 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 foot beyond the structure unless specified otherwise on plans. Excavated material may be stockpiled within the construction limits with approval by the Owner. Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. Examination The base of the excavation for each structure 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. Construction Excavation required by the Engineer that is beyond the depth shown shall be performed by the Contractor per the direction of the Engineer. The Contractor will be reimbursed for additional excavation as specified in Division 18, "Measurement and Payment". 2.25 Erosion and Sedimentation Control 2.25.3 Temporary Erosion and Sedimentation Control Part 1— General Quality Assurance 2-12 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework The Temporary Erosion and Sedimentation Control (TESC) plans shown on the construction plans are the minimum requirements for the anticipated site conditions. The Contractor shall add additional TESC facilities or processes as necessary to ensure that erosion and sedimentation problems do not occur. The Contractor shall inspect the TESC ' facilities daily and maintain the systems as necessary to prevent off-site damage. Part 2-Products Materials Straw or mulch shall be applied to any exposed surfaces to minimize erosion and filter surface water runoff. Where straw or mulch is required for erosion control, it shall be applied to a minimum thickness of 2-inches. Straw shall not include Reed Canary grass. Part 3-Execution Installation/Construction All erosion/sedimentation control systems including; fencing, earth berms, grasses, straw, mulch, culverts, drain pipe, outfalls and other items required by for this .project, must be installed prior to any clearing, grubbing, excavation, or grading work or other work that could result in off-site stormwater or material flows. Erosion/sedimentation controls systems must remain in place throughout the duration of the construction activities. The systems may be relocated to complete utility, excavation, grading, and landscaping activities if their location impedes the associated work. If the systems are relocated to complete any work they must be reinstalled to protect the construction and surrounding areas prior to commencing work on other portions of the project. Systems such as mulch, plastic sheeting and hydroseed shall be installed as soon as clearing, grading and excavation are complete if sites are 1-acre or less. For sites larger than 1-acre, temporary and/or final surface restoration shall be completed as clearing, grading and excavation progresses so that no more than '/2-acre is exposed at any one time. The Contractor shall take care and diligence to minimize erosion exposure and provide erosion and sedimentation control measures as shown on the plans and required by construction practice. Stabilized construction entrances and wash pads shall be installed at the beginning of construction activities and shall be maintained for the duration of the project. Wash pads ' shall be kept clean to prevent the transport of sediment onto adjoining roads. Earth berms shall be installed as necessary to prevent the migration of surface water into excavations or off of the project site. Surface water that is intercepted by earth berms shall be routed to an approved stormwater conveyance system. The Contractor shall ensure that the concentration of surface water at the earth berm does not erode the adjoining or downstream properties. Sediment deposited against the earth berm shall be removed to ensure that surface water can flow freely. The earth berm shall not be removed before the stabilization of the surface downhill from the berm. 2-13 ' J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station 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 Fencing 2.31.2 Temporary Construction Security Fence Part 1— General Related Sections Signage, see Division 10.14.7 Part 2—Products Materials Chain link shall be 13-gauge minimum. Top and bottom wire shall be used for fencing with posts directly driven into the ground. Top and bottom rail shall be used for modular fencing using concrete block bases. All vehicle access gates shall be locked with a padlock provided by the Contractor. Extra keys shall be provided to the Owner prior to construction. . Part 3—Execution Installation/Construction The Contractor shall provide a 6-feet tall temporary 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 base blocks. Chain link shall be securely attached to the fence posts. The construction fence may be used in combination with the permanent fence provided that the fence is continuous around the site perimeter. Clearing limit identification fencing shall not be considered a Temporary Construction Security Fence. The Contractor shall be responsible for site security. 2-14 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM Q 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework 2.31.3 Chainlink Fence Part 1- General Summary This section describes the requirements for the chainlink fence located as shown and detailed on the plans and these specifications. Related sections Division 2.31.1;Division 3.31.3 (for post footings); Division 9.06 Color Schedule References Chainlink Fence Manufacturers Institute Product Manual Specifications ' DOT Standard Specifications Section 8-12 ASTM F626,A392,A817,F1083;A121, F567 Submittals Galvanizing information, steel quality standards,hardware quality standards. ' Dimensional drawings including details, finishes, accessories and foundations. Color coating samples if option is chosen by the Owner. ' Part 2 - Products Materials Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. Chain-Link (woven wire fabric) fencing shall be commercial grade, as detailed on the plans and in accordance with Section 8-12 of the Standard Specifications except as modified herein. Components Fence Fabric: Galvanized wire: ASTM A392 - 1.2oz/sf. Wire Spec-A817,Type and class per use and location of the project. Size: Helically wound and woven to height of as indicated on drawings with 2" diamond mesh and core wire gauge of 9. PVC coating, if required, shall not be included in the wire size measurement. Selvage of fabric: twisted at top and twisted at bottom unless noted otherwise on the plans. Steel Fence Framing: Steel pipe - Type I: ASTM F1083, standard weight schedule 40; minimum yield strength of 30,000 psi. Outside diameter (OD) sizes as shown on the plans. Hot-dipped galvanized with minimum average 1.8 oz/ft' of coated surface area. Accessories 2-15 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station Chain link fence accessories per ASTM F626 Provide items required to complete fence system. Galvanize each ferrous metal item and finish to match framing. ' Post caps: Formed steel weather tight closure cap for pipe posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. Top rail and rail ends: Pressed steel per ASTM F626, for connection of to and brace to ' terminal posts. Top rail sleeves: 6" (178 mm) expansion sleeve with a minimum 0.137' wire diameter and 1.80"length spring, allowing for expansion and contraction of top rail. Wire ties: 9 gauge galvanized steel wire for attachment of fabric to line posts. 13 gauge for ' rails and braces. Brace and tension (stretcher bar) bands: Pressed steel, minimum 300 degree profile curvature for secure fence post attachment. ' Tension (stretcher) bars: One piece lengths equal to 2 inches less than full height of fabric with a minimum cross-section of 3/16" x 3/4". Provide tension (stretcher) bars where chain link fabric meets terminal posts. Tension wire (used when top rails are not required): Galvanized coated steel wire, 6 gauge, with tensile strength of 75,000 psi. Hog ties are permissible. ' Tie rod, truss rods & tightener: Steel rods with minimum diameter of 3/8". Capable of withstanding a minimum tension of 2,000 lbs. , Nuts and bolts are galvanized. Fabrication Fence frames that require welding shall be hot dipped galvanized in the shop unless approved otherwise by the owner. Finishes ' PVC coating per Chainlink Fence Manufacturers Product Manual class 2A. Color shall be black. All fence components shall be coated including mesh,posts, caps, clips and rails. Part 3 - Execution Installers Installers shall have a minimum of 2 years of experience. References from 3 previous projects shall be submitted for review during shop drawing submittal. ' Examination Verify areas to receive fencing are completed to final grades and elevations. Ensure property lines and legal boundaries of work are clearly established. ' Perform complete utility locates within the areas of fencing to verify conflicting utilities. Fence posts may require adjustment to avoid utilities by a minimum of 2-feet. ' Installation/Construction 2-16 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework Chain ink Fence Framing Installation ' A. Install chain link fence in accordance with ASTM F567 and manufacturer's instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30° or more. C. Space line posts uniformly at 10-feet on center maximum and to avoid utilities by 2- feet minimum. D. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted soil. Trowel finish around post. Slope to direct water away from posts. Footings shall be sized per schedule on the plans. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. ' E. Bracing: Install horizontal pipe brace at mid-height for fences 8-feet tall and over on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust truss rod, ensuring posts remain plumb. F. Tension wire: If shown on the plans,install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches O.C. G. Top rail: If shown on the plans, install lengths, 21-feet. Connect joints with sleeves for rigid connections for expansion/contraction. H. Brace Rails for fabric height 8-feet and over. Install brace rails between terminal posts and adjacent line posts with fittings and accessories. ' I. Bottom Rails: If shown on the plans install bottom rails between posts with fittings and accessories. Chain Link Fabric Installation A. Fabric: Install fabric on side facing outward from site and attach so that fabric remains in tension after pulling force is released. Leave no more than 3-inches between finish grade and bottom selvage. Attach fabric with wire ties to line posts and tension wire at 15-inches on center and to rails and horizontal braces at 24- inches on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15-inches on center. Hog ties are allowed. Accessories A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. 2.31.4 Cedar Fencing Part 2 - Products Materials 2-17 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM Q 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station Cedar fencing shall be constructed with pressure treated 4x4 posts at 8-feet on center maximum. Rails shall be either no. 1 tight knot western red cedar or white cedar 2x4s or ' pressure treated 2x4. Fence boards shall be 1x4 and or 1x6 No. 2 or better cedar. All hardware shall be rated for direct contact with chemically treated wood. Finishes Division 9.91.13.11 Part 3 - Execution Installation/Construction Rough sawn side shall face to project site exterior. See Division 9 'Finishes" for finish specification if any. Contractor shall re-use existing fence boards where fence continues from existing boundary where possible. 2.40 SHORING AND SUPPORT 2.41 Contractor Designed Shoring ' Part 1 - General Summary Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it shall be the responsibility of the ' Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements. References , Chapter 296-155 of WAC, "Safety Standards for Construction Work, Part N, Excavation, . Trenching, and Shoring". ' OSHA Quality Assurance ' Where the Contractor is required to provide the shoring design, it shall be prepared by a competent person as defined by WAC 296-155. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit his stamped shoring plan , and calculations to the Engineer for approval. The stamp must be present on all plans and calculations, and all submittals must be approved by the Engineer prior to starting work. Part 3 - Execution ' Installation/Construction Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. For the wet well and valve vault excavations, the contractor is required to use a shoring system that allows for a minimum area of disturbance within the construction limits, and soil 2-18 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM Q 2013 RH2 Engineering,Inc. 1 City of Renton Fall 2013 Misty Cove Lift Station Division 2—Sitework stabilization around the outside of the shoring. The system must be installed so that no void space will exist between the shoring and the native soil outside the excavation. Open cut excavation is not permitted for the wet well and valve vault excavations. The contractor shall take extra precaution not to undermine the soil stability or damage the property, rock wall, and trees to the North of the construction site. 2.60 CONTAMINATED & WASTE MATERIALS HANDLING 2.60.2 Waste Material Control Part 1- General Quality Assurance Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having l urisdiction and present proof of approval upon request. Part 3—Execution Installation/Construction The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to any demolition or construction operations. Stockpiled debris shall be surrounded with yellow warning tape attached to lath, stakes, poles, or fencing to warn the public of any potential hazard. Use water sprinkling, temporary enclosures, or other methods to limit dust and dirt from rising and scattering in the air. Surface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality shall be collected and cleaned prior ' to discharge. On site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, and pollution. The Contractor shall minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Dust control measures shall be implemented by the Contractor prior to the beginning of work activities. Exposed soil may be wetted with water or covered to minimize dust creation. Water runoff from the wetting procedure shall be accumulated and cleaned prior to disposal. Water runoff accumulation shall be removed from the site prior to project completion. Cleaning At all times, keep the construction area clean and orderly and upon completion of the work, leave buildings broom clean and all parts of the work clean and free of rubbish and excess material of any kind. Leave fixtures, equipment, walls, and floors clean and free of stains, ' paint or roofing splashes, or other marks or defects. Upon completion, restore site of all work or equipment and material storage areas to their original conditions. Remove all tmiscellaneous unused material resulting from work and dispose of it in a manner satisfactory 2-19 J:\Data\REN\112-047\Technica1 Specs\2 Sitework.docx 9/27/2013 7:27 AM C 2013 RH2 Engineering,Inc. I Fall 2013 City of Renton Division 2—Sitework Misty Cove Lift Station to the Owner. The site, through the progress of construction, shall be kept as clean as possible and in a neat condition. ' 2.61 Contaminated Materials 2.61.2 Toxic Spill or Release Contact Requirements ' Part 3 - Execution Field Quality Control , During construction, if there is any toxic substance spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to Washington State Emergency Management at 1 (800) 258-5990 and the Owner's representative. Spills shall be monitored, contained, and cleaned up to applicable codes at the Contractor's expense. �I 2-20 J:\Data\REN\112-047\Technical Specs\2 Sitework.docx 9/27/2013 7:27 AM 0 2013 RH2 Engineering,Inc. Division 3 ' Concrete 1 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 • Admixture and products in contact with potable water—NSF 61 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 t • Special placement procedures for hot or cold weather • Rebar placement shop drawings • Precast concrete items • Grouts • Form Release agent 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 that information presented conforms generally with contract documents. Contractor or supplier maintains full responsibility for specified performance. 3-1 J:\Data\REN\112-047\Technica1 Specs\3 Concrete.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. I Fall 2013 City of Renton Division 3—Concrete Misty Cove Lift Station 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. Aix 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% of the required cement. Any products that will be applied to the surface of the concrete and will be in contact with , potable water must carry NSF 61 certification. Any concrete admixtures used in potable water storage structures must also carry NSF 61 certification. 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 Examination All formwork and reinforcing steel must be inspected and approved by the Special Inspector as required by Chapter 17 of the IBC prior to placing any concrete. Provide 48-hour notice ' to Owner prior to needing the required inspections. See Statement of Special Inspections on the Drawings for special inspections requirements. Inspection 1 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. , 3-2 J:\Data\REN\112-047\Tec11nical Specs\3 Concrete.docx 9/27/2013 7:27 AM C 2013 RI-12 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station 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. Air content shall be as measured out of the truck. 3.10 FORMING AND ACCESSORIES 3.15 Accessory Materials 3.15.2 Premolded Joint Filler ' Part 1— General References ' Premolded joint filler for expansion or through joint applications shall conform to the specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction", AASHTO M 213, except the requirement for water absorption is not applicable. Part 2— Products Materials The thickness and width of premolded joint filler shall be as indicated on the Plans. Where no premolded filler thickness is indicated,the thickness shall be 3/4 inch. 3.15.5 Pipe Penetrations through Concrete I ' Part 1 - General 3-3 J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 7:27 AM Q 2013 RI-12 Engineering,Inc. Fall 2013 City of Renton Division 3—Concrete Misty Cove Lift Station Summary Water holding structures and structures buried and subject to groundwater contact: As shown on the plans. Structures not holding water or unburied structures: Unless identified on the Plans, all pipes larger than two inches passing through poured-in-place concrete floors and walls shall be isolated from the concrete. Part 2 - Products Materials Provide a Link-Seal system (or approved equal) where shown on plans. Provide a Kor-N- Seal boot system where shown on plans. Part 3 - Execution Examination Wrapping must be inspected and approved by Engineer prior to concrete pour. Gaps, tears, or looseness in wrapping will be cause for rejection. Installation , Install both Link-Seal and Kor-N-Seal systems per manufacturers'instruction 3.20 REINFORCING 3.21 Reinforcing Steel 3.21.13 Reinforcing Steel Part 1 - General References ACI—American Concrete Institute CRSI Manual of Standard Practice ' Part 2 - Products Materials Grade-ACI A615-81A, Grade 60 Detailing-ACI 318-08 and ACI 315-99 Lap requirements - See schedule on plans or as required by ACI 318 Tie wire - 16 gauge minimum i Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete ' blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. 3-4 J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 7:27 AM ' ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 3—Concrete Part 3 - Execution Installation Reinforcing steel shall be detailed in accordance with ACI 315-99 and 318-08 and as shown on the plans. Lap all reinforcements in accordance with "the reinforcing splice and development length schedule". Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the plans to the bars. Field Quality Control Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks,improper bends, or reduced cross-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. 3.31 Concrete Materials 3.31.2 Structural Concrete Part 1 - General ' Summary All concrete as shown on the plans used for slabs-on-grade and building footings, and not used for liquid containment or below grade structures, and not called out otherwise. Use water reducers as required to achieve slump. Hydraulic Concrete may be substituted. Performance Requirements 28 day strength -4000 psi 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 - .40 Nominal maximum aggregate size—3/4" (WSDOT No. 67) Entrained air ratio—4.5%minimum to 7.0%maximum 3.31.3 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, and Fence Posts Part 1 - General 3-5 J:\Data\REN\112-047\TechnicalSpecs\3Concrete.docx 9/27/2013 7:27 AM C 2013 R112 Engineering,Inc. Fall 2013 City of Renton Division 3—Concrete Misty Cove Lift Station Summary All concrete for non-structural applications including thrust blocks, driveways, sidewalks, and fence post foundations. Hydraulic or Structural Concrete may be substituted. Performance Requirements , 28 day strength—4000 psi minimum Part 2 - Products Mixes Water/cement ratio - .45 maximum Nominal maximum aggregate size—3/4 inch Entrained air ratio—5.5%minimum to 7.5%max 3.31.9 Controlled Density Fill (CDF) Part 1 - General ' Submittals Revisions to the mix design shall be submitted to the Engineer for approval. , Performance Requirements CDF as shown on the plans or as directed by the Engineer shall be proportioned to be flowable, non-segregating, and excavatable, and shall conform to the following requirements: • Maximum Compressive Strength 300 (psi). • Minimum 28-day compressive strength 100 (psi). Part 2 - Products Mixes • Pounds of cement per cubic yard (approx.) 50. • Pounds of fly ash per cubic yard (approx.) 250. • Pounds of dry aggregate per cubic yard (approx.) 3,200. If air containing or water reducing admixture is used for flowability, total water and aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpability. Part 3 - Execution Field Quality Control The Contractor shall protect CDF for at least 24 hours after placement or for a duration as necessary to prevent displacement by construction equipment or traffic. CDF placing may be started if weather conditions are favorable, when the temperature is a minimum of 34T 3-6 J:\Data\REN\112-047\Technica1 Specs\3 Concrete.docx 9/27/2013 7:27 AM ' 2013 RH2 Engineering,Inc. Ci ty of Renton Fall 2013 Misty Cove Lift Station Division 3—Concrete and rising. At the time of placement, CDF must have a temperature of at least 40T. Placing shall stop when the temperature is 38°F or less and falling. CDF shall not be placed on frozen ground. 3.35 Surface Finishing 3.35.1 Common Work for Surface Finishing Part 2 - Products Finishes Each concrete area that requires finishing shall conform to one of the following requirements: Interior Floors—Floated tExterior Slab—Light Brushed Sidewalks—Light Brushed Part 3 - Execution ' Preparation Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. ' Cut out and patch defects in concrete surfaces as specified herein. After removal of forms, chip out imperfections, rock pockets, holes from form ties, and other defects to solid concrete. Surface of the cavity to be patched shall be thoroughly wet before patching mixture is applied. Where pull-out type ties are used, fill holes as recommended by manufacturer of ties, and as approved by the Owner. ' 3.35.5 Floated Finish Part 3 - Execution Construction Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Refloat to a uniform, smooth, sandy texture immediately after leveling. 3.35.6 Light Brush Finish Part 2— Products 3-7 J:\Data\REN\112-047\Technical Specs\3 Concrete.docx 9/27/2013 7:27 AM ©2013 RI-12 Engineering,Inc. Fall 2013 City of Renton Division 3—Concrete Misty Cove Lift Station Finish When concrete has appropriately set, finish with light soft broom finish. Brush ' perpendicular to slab slope. Part 3 - Execution Construction Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Field Quality Control Check surface planeness during or after first floating. Cut down high spots and fill low spots ' to produce surface with tolerance of 1/4 inch in 10 feet in any direction. Re-float to.a uniform, smooth, sweat finish concrete. 3.40 PRE-CAST CONCRETE 3.40.10 Utility Structures , Part 1 - General Related Sections ' 13.39.13 Sanitary Sewer Manholes, Frames and Covers Performance Requirements Pre-cast structures shall be constructed to withstand anticipated construction loads that occur during transport, handling, and placement as well as the anticipated design loads. Design loads shall include the anticipated soil pressures, hydrostatic loads, and H-20 , vehicular load rating. Part 2 - Products Materials All concrete structures identified on the plans as being pre-cast, prefabricated, or not specifically detailed with reinforcing steel shall be pre-cast concrete. Additional reinforcement shall be provided within the pre-cast concrete structure at all penetrations, openings, joints, and connections. The additional reinforcement shall be , provided to prevent damage during shipping, handling and installation. All damaged units shall be rejected. Pre-cast vaults shall conform to ACI 318-08 and be constructed to the equivalent dimensions and functional characteristics of the specific product identified on the plans. 3-8 J:\Data\REN\112-047\Technica1 Specs\3 Concrete.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 3—Concrete 3.60 GROUTING 3.62 Non-Shrink Grout Part 1 - General Summary Use Precision Non-Sbrink 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°F to 90° F (8° C to 32° C) at a working,time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C 939 and remain fluid at temperature range minimum and maximums for the 30 minute working time. All materials including water must be mixed and tested at temperature minimum/maximums. c. Modulus of Elasticity at 28 days at fluid consistency (ASTM C 469): 3.00 x 106 psi (27.0 GPa) minimum, 3.9 x 106 (27.0 GPa maximum. d. Coefficient of Thermal Expansion for fluid consistency (ASTM C 531): 7.5 x 10-6/ o F maximum (13.5 x 10-6/ o C). ' 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%. 3=9 J:\Data\REN\112-047\Technica1 Specs\3 Concrete.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 3—Concrete Misty Cove Lift Station 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. Mixes Comply with grout manufacturer's recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45° F (7° C) and 90° F (32° C) 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 in. (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt,loose chips, and dust. Maintain substrate in ' a 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. 3-10 J:\Data\REN\112-047\Technica1 Specs\3 Concrete.docx 9/27/2013 7:27 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station 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° F (7° C). 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. 3-11 J:\Data\REN\112-047\Technica1 Specs\3 Concrete.docx 9/27/2013 7:27 AM Q 2013 RH2 Engineering,Inc. 1 . 1 1 1 1 1 1 1 1 1 1 1 � I 1 � 1 ' 1 1 � 1 1 Division 4 Masonry 1 4.00 GENERAL This division covers that work necessary for furnishing and installing all masonry as described in these specifications and as shown on the plans. ` Sections in these specifications titled "Common Work for . . ." shall apply to all following subsections whether directly referenced or not. 4.05 Common Work for Masonry Part 1 - General Submittals Submittal information shall be provided to the owner for the following items: • Masonry Mortar • Masonry Grout • Reinforcing Steel Shop Drawings — Include plan view showing blocks and exact location of all vertical reinforcing. • Concrete Masonry Units (CMU) t • Color Scheme • Waterproofing materials • Masonry Insulation • Masonry Accessories 1 • Letter of Certification for Masonry Prism Testing as noted in the IBC Related Sections Division 9.05.00 Common Work for Finishes; 9.06 Color Schedule; 9.97.23 Concrete and Masonry. Inspection See Statement of Special Inspections on the Drawings for special inspection requirements. Provide 48-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. 4-1 J:\Data\REN\112-047\Technical Specs\4 Masonry.docx 9/27/2013 7:28 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 4—Masonry Misty Cove Lift Station Storage, Delivery and Handling Stockpile and handle grout and mortar to prevent contamination from foreign materials; store admixtures to prevent contamination or damage from excessive temperature changes. Water to be used in mixing the grout shall be free from foreign materials. Part 2 - Products Finishes/Colors The Owner shall develop a color schedule of colored CMU and grout after award of the contract unless already shown on the plans. Block colors shall be limited to 2 in a pattern decided by the Owner unless otherwise shown on the plans. Mortar color shall match one of the adjacent block course colors unless shown otherwise on the plans. Part 3 - Execution Field Quality Control Variations from plumb, specified grade, conspicuous lines, and walls shall be plus or minus 'A inch in any 10-foot length, not to exceed plus or minus 1 inch overall. Variations from dimension shall not exceed plus or minus 1/2 inch. Compressive strength shall be determined using the unit strength method or the prism test , method in accordance with IBC Section 2105.2.2. Net Area compressive strength shall be a minimum of 1500 psi. 4.05.13 Masonry Mortar Part 1 - General General Masonry mortar shall be used to properly level, position, bond together, seal irregularities, and provide a weather-tight joint between the concrete masonry units (CMU). Performance Requirements Mortar shall conform to section 2103.8 of the IBC for type "S" mortar with a minimum ' compressive strength of 1800 psi at 28 days. Cement shall be ASTM C-150 and lime shall be ASTM C-207. Mortar shall conform to the minimum property requirements given in Table II of ASTM j C270,based on 28 day laboratory testing. Part 2 - Products Mixes Proportion mortar by volume and mix in a standard mortar mixer operated in accordance j with manufacturers recommendations. Mix ingredients thoroughly in dry form and add water to bring the mixture to the proper consistency for use. Do not hand-mix mortar. Finishes Provide mortar pigment to match owner-selected color of concrete masonry units. 4-2 J:\Data\REN\112-047\Technica1 Specs\4 Masonry.docx 9/27/2013 7:28 AM 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 4—Masonry Part 3 - Execution Installation All joints shall be tooled and concave unless otherwise specified. Masonry mortar testing shall be in accordance with ASTM C270. 4.05.16 Masonry Grout ` Part 1 - General General Masonry grout shall be used to fill all CMU cells that contain reinforcing steel. References Masonry grout components shall comply with the following specifications: ASTM C-150,Portland Cement ASTM C-404,Aggregate for Masonry Grout. Compressive strength determined in accordance with ASTM C1019. Performance Requirements Masonry grout shall conform to Table 2103.12 or to ASTM C476 for Fine Grout. Per ASTM C-476 Fine Grout Standards, masonry grout shall consist of one part Portland Cement to three parts masonry sand and one-tenth part lime and shall have a minimum compressive strength of 2000 psi. i4.05.19 Reinforcement and Accessories Part 1 - General References Joint reinforcing shall comply with ASTM A951 and with section 2103.13 of the IBC. Part 2 - Products Materials Reinforcing steel bars to be used for masonry work shall be ASTM A-615, Grade 60. Provide bar lengths and sizes as shown on the plans. Anchors shall be dovetail anchor slots and anchors. Anchor slots shall be equal to Burke "Fleming" masonry anchor slot and anchors shall be equal to "AA Wire Products Dovetail Flex-O-Look Channel and Ties", or equal. Part 3 - Execution ' Installation All masonry accessories shall be installed as shown on the plans and submitted details. The Contractor shall not splice reinforcing except as shown on the plans. The minimum splice, 4-3 J:\Data\REN\112-047\Technica1 Specs\4 Masonry.docx 9/27/2013 7:28 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 4—Masonry Misty Cove Lift Station where not indicated, shall be 32 bar diameters or 24 inches, whichever is greater. All accessories shall be cleaned of all dirt, grease, oil, loose mill scale, excessive rust, or other foreign matter which may reduce bond with grout or mortar. .4.08 CMU Inspection and Testing Compressive strength shall be determined using the unit strength method or the prism test method in accordance with IBC Section 2105. Net Area compressive strength shall be a minimum of 1,500 psi. , Special Inspection shall be in accordance with IBC Table 1704.5.3, Level 2 Special Inspection. 4.20 UNIT MASONRY 4.22 Concrete Masonry Units Part 1 - General Storage and Handling All blocks shall be covered and protected against wetting prior to use. Related Sections ' 7.21.5 CMU Insulation Coatings: 9.97.23.11 And graffiti Part 2 - Products Materials Masonry shall be split as shown on the drawings. Concrete Masonry Units shall be hollow load-bearing type, conforming to ASTM C-90, Grade N, Type 1. All units, unless otherwise noted, shall have normal weight aggregate having a uniform quality, texture, and color. Unit sizes and shapes shall be 8 inches high by 16 inches long by 8 inches wide (nominal). ' Components All ungrouted concrete masonry units with an exterior face shall be insulated as shown on the plans and detailed in Division 7. Masonry construction shall comply with the requirements of IBC 2104 and with ACI 530.1. Provide vertical reinforcement at all corners, on each side of openings 24 inches and larger than and at the intervals shown. Provide horizontal reinforcing at bond beams as shown on the plans, and above and below all openings larger than 24-inches. Finishes Coat the following surfaces with the products identified under"Related Sections" above. • Exterior walls 4-4 J:\Data\REN\112-047\Technica1 Specs\4 Masonry.docx 9/27/2013 7:28 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 4—Masonry Part 3 - Execution Preparation When joining fresh masonry to set or partially set masonry construction, the Contractor shall clean the exposed surface of set masonry and remove loose mortar prior to laying fresh masonry. The Contractor shall protect sills,ledges, and offsets from mortar drippings or other damage during construction. The Contractor shall protect the adjoining work from mortar droppings, and newly-laid masonry from damage and from rain until the mortar has set. Installation Cold weather construction shall be in accordance with IBC section 2104.3 when the ambient temperature falls below 40 degrees F or the temperature of the masonry units is below 40 degrees F. Hot weather construction shall be in accordance with IBC section 2104.4 when the ambient temperature exceeds 100 degrees F or exceeds 90 degrees F with a wind velocity greater than 8mph. The Contractor shall lay only dry masonry units. When masonry needs to be sawed, only masonry saws shall be used to cut and fit masonry units. All units shall be set plumb, true to line, and with level courses accurately spaced. The masonry unit shall be adjusted to final position while the mortar is soft and plastic. If the units are displaced after the mortar has stiffened, the Contractor shall remove the units, clean the joints or mortar, and relay with fresh and clean units. All joints shall be tooled and concave. The Contractor shall remove mortar protruding into cells of cavities to be reinforced. Fill all vertical and horizontal cells that contain reinforcing and as detailed on the plans with ' grout. Cells shall have an unobstructed vertical alignment. The Contractor shall provide grouted bond beams where required. Provide lintels made up of reinforced, grouted lintel sections over all wall openings as shown on the plans. The Contractor shall install horizontal and vertical reinforcing and hold in position as the work progresses to maintain the following clearance between the reinforcing and the block surface: 1 1/2 exterior, 3/4-inch interior. The maximum lift for grout pours shall be 4 feet. The Contractor shall make sure that the grout is consolidated with a vibrator immediately after pouring and re-consolidate after excess moisture has been absorbed; but before plasticity is lost. Provide clean-outs at the bottom of all grouted courses. Contractor may eliminate clean-outs at the Owner's discretion, if the bottom of all cells are free of knocked-off mortar fins and dirt. The Contractor shall hold grout 1-1/2 inches below the top of the upper most units when work stops for over one hour, and thoroughly clean and roughen the joint before proceeding with the work. The Contractor shall grout full-space-around door frames and other built-in items. Build in all work with the masonry including anchor bolts. Build in wall plugs, doors, windows, and accessories and plumbing appurtenances as erection progresses. 4-5 J:\Data\REN\112-047\Technical Specs\4 Masonry.docx 9/27/2013 7:28 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 4—Masonry Misty Cove Lift Station At the stoppage of work at any time, the work shall be covered with tarpaulins or boards to prevent rain or snow from entering the cores of the block. The walls shall be adequately braced to support masonry. If mortar or grout has been misplaced, the Contractor shall have it immediately removed. Shore reinforced lintels a minimum of 14 days after grout placement or until a 28-day strength is achieved. Prior to completion, fill all holes in joints. All defective joints shall be cut out and repointed. At the end of each day's work and after final pointing, dry-brush the masonry surface. I II j 1 1 4-6 J:\Data\REN\112-047\Tec1nica1 Specs\4 Masonry.docx 9/27/2013 7:28 AM 0 2013 RH2 Engineering,Inc. 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 Work 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 9.05.00 Common Work for Finishes; 9.06 Color Schedule; 9.91.11 Aluminum in contact;9.91.13.2 Exterior metals; 9.91.23.1 Metals dry interior; 9.91.23.2 Metals wet interior; 9.91.23.3 Ga1v iron and nonferrous; 9.91.33 Submerged metals. For Seismic Restraint see Division 1.81 I Submittals • Shop Drawings showing details of Fabricated Metalwork including connections and welding • FRP Data Sheets verifying specification requirements • Concrete Anchors • Calculations and plans stamped by a professional engineer licensed in the State of Washington for all Contractor- or Manufacturer-designed components or assemblies.. Inspections Unless otherwise noted on the plans, specifications, or building department requirements, special inspections related to metal fabrications, placement and welding shall be subject to 48-hour notice to the Engineer prior to the inspection time. 48-hour notice is defined in Division 1, Contractor Responsibility. Any Field welding shown on the plans will require special inspections in accordance with Table 1704.3 of the IBC. Quality Assurance Only prequalified welds (as defined by AWS) shall be used. Fabricator shall be registered and approved by American Institute of Steel Construction (AISC) to perform shop 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 J:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docx9/27/2013 7:38 AM 0 2013 RI-12 Engineering,Inc. Fall 2013 Ci ty of Renton Division 5—Metals Misty Cove Lift Station If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on shop fabricated items. The Contractor shall also reimburse the Owner for all Special Inspections required by the IBC for field welding not specifically shown on the plans. Contractor shall alert Owner at least 30 calendar days in advance if such Special Inspections will be required in order to procure the services of a testing lab. Special Inspection by the Owner does not relieve the 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 Pipe Columns -ASTM A53, Grade B Type E or S,Fy>_35 ksi Structural Tubing-ASTM A500, Grade B,Fy>—46 ksi Stainless Steel Stainless steel shall be type 304 (non-welded) or type 304L (welded). Plates -ASTM A240 Fasteners -ASTM F593 Extruded Structural Shapes -ASTM A276 Pipe -ASTM A999. See Section 15.22.4 for information on pipe used for mechanical applications. All stainless steel shall have a standard mill finish where concealed or No. 4 finish where exposed and shall be cleaned of all foreign matter before delivery to the job site. Aluminum Plates -ASTM B209,Type 6061-T6 Extruded Shapes -ASTM B308,Type 6061-T6 t Pipe -ASTM B210 Type 6061 Architectural Applications -ASTM B210,Type 6063 Aluminum materials in contact with concrete or other metals or other masonry materials shall have surfaces coated per Division 9. Galvanized Steel Base metal shall be as specified for Mild Steel. 5-2 J:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docx 9/27/2013 7:38 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 5 - Metals Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. Finishes: For pieces that will NOT be painted, galvanize with zinc coating in . accordance with ASTM A 653/A 653M For pieces that WILL be painted, galvarineal with zinc/10%iron coating in accordance with ASTM A 653/A 653M 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 7-05 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 Non-exposed structural steel: Mill finish or as shown on plans Exposed structural steel: Division 9 Aluminum: Division 9 Galvanized steel: Division 9 Stainless steel: Division 9 Fiberglass: Uncoated Part 3 - Execution Fabrication All welding shall be in accordance with AISC and American Welding Society (AWS) standards and shall be performed by AISC and AWS certified welders using electrodes to match base material. Only prequalified welds (as defined by AWS) shall be used. Welding 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. 5-3 J:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docx 9/27/2013 7:38 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 5—Metals Misty Cove Lift Station 1 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. No permanent bolting or welding shall be performed until the structure has been properly aligned. 5.05.23 Structural Connectors Part 2 - Products Materials Under no circumstances shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. Connection bolts, nuts and washers for all materials in wet conditions including the wet well shall be Stainless Steel. Minimum grade 304 in raw domestic or treated domestic water. Minimum grade 316 in treatment process and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Steel Fabrications: Connection bolts for dry conditions may be A307 galvanized bolts. Aluminum and Structural Plastic Fabrications: Connection bolts shall be Stainless Steel. Bolts into 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 pump anchor bolts, see Section 11.19, For mechanical pipe (non structural) connections, see Division 15, "Common Work for Pipe and Fittings". 5-4 J:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docx 9/27/2013 7:38 AM Q 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 5 - Metals Part 3 - Execution Installation All materials to be joined together shall be connected as shown on the plans, specifications, l g p as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. 5.05.24 Concrete Anchors Part 2 - Products Materials Concrete Anchors shall be Hild HIT-RE 500-SD Adhesive Anchors. CMU Anchors shall be Hilti HIT HY 150 MAX Adhesive Anchors. Anchorage into unreinforced masonry cells is not allowed unless specifically called out on plans. Anchors in unreinforced masonry cells shall be Hild HIT-HY 20 Hybrid Adhesive Anchors. ' Threaded rod shall be zinc plated steel in valve vault and flow meter vault. Part 3 - Execution Installation Install in accordance with Manufacturer's recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Concrete anchors shall not be used to 1 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. 5.60 LADDERS 5.60.1 Common Work for Ladders Part 1 - General Design Requirements Ladders shall meet the requirements set forth in OSHA 1910.27 and WAC (Washington Administrative Code) 296-24-735 through 296-24-81011. The ladder shall also be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung. Safety cages, platforms, and fall prevention devices shall be provided as shown on the plans. They shall comply with WAC Section 296-24-81. 5-5 J:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docx 9/27/2013 7:38 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 5—Metals Misty Cove Lift Station Ladders shall extend the full distance from base landing to top access plus extension. Ladders that are short shall be field extended by method approved by the Engineer or 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" square tube with a wall thickness of.25". The rungs shall be 1" minimum diameter thermal cure clear solid rod with a nonslip footing surface. All joints and rungs shall be epoxied and riveted. Fabrication Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff clips. All cut or machined edges shall be sealed with a resin compatible with the resin matrix used in the structural shape. 5-6 J:\Data\REN\112-047\Technical Specs\5 Fabricated Metal Work and Structural Plastics.docc 9/27/2013 7:38 AM C 2013 RI-12 Engineering Inc. 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 tided "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: • Structural Wood • Trusses—Submit calculations and shop drawings stamped by a licensed,professional iengineer registered in the State of Washington. 6.10 ROUGH CARPENTRY 6.14 Pressure Treated Wood Part 1 - General Submittals Submit pressure treatment type and application rate for each of the following applications: CMU Wall To Plate Use Category UC2 Top g rY Prefabricated Trusses—Use Category UC1 Applicable AWPA Standards shall be supplied to the Engineer with submittal. Part 2 - Products Components Pressure treatment type and application rate shall be appropriate for the Use Category as determined by the American Wood Preserves Association (AWPA). Chemical content shall be 0.401b/cf Finishes Coat cut ends of pressure treated wood with copper naphthenate based wood preservative. 6.16 Wood Sheathing Part 2 - Products 6-1 J:\Data\REN\112-047\Technical Specs\6 Carpentry.docx 9/27/2013 7:30 AM R ©2013 H2 Engineering,Inc. Fall 2013 City of Renton Division 6—Carpentry Misty Cove Lift Station Materials Wood sheathing shall be C-D exposure 1 or better Engineered Wood Association (APA) rated plywood or Oriented Strand Board (OSB). Thickness shall be as shown on the plans. Part 3 - Execution Construction Provide blocking at unframed panel edges where noted on the plans. Nail sheathing as shown on the plans. If not shown, provide nailing as follows, at a minimum: 8d nails at 6 inches on center at framed panel edges, trusses and diaphragm boundaries and 12-inches on center elsewhere. 6.17 Shop Fabricated Structures 6.17.53 Premanufactured Wood Trusses Part 1 - General References Trusses shall meet the Plate Testing and Evaluation Criteria and Quality Criteria and shall be designed in accordance with the Design Procedures as given in ANSI/ TPI 1-2002 as published by the Truss Plate Institute. Quality Assurance Prefabricated wood trusses and cross-bracing and blocking shall be designed and certified by the truss manufacturer to meet the loads shown on the plans. Truss design shall be stamped by a Washington State licensed Professional Engineer. 6-2 9/27/2013 7:30 AM J:\Data\REN\112-047\Technica1 Specs\6 Carpentry.docx 0 2013 RH2 Engineering,Inc. 1 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 tided "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: • Caulk • Roofing System • Insulation Systems and Installation Verifications Warranty—Roofing System The roofing Contractor shall warrant the roof system provided under this contract against leakage, and defects in materials and workmanship for a period of two years after date of project acceptance. The roofing system manufacturer shall provide a warranty for the roof system against leakage and defects in materials for a period of eighteen years after the roofing Contractor warranty expires. Following roof installation, supplier shall furnish services of a qualified manufacturer's representative to inspect the roof and inform Owner of any defects or concerns regarding condition of roofing system at the job site. Contractor shall provide repair as necessary to the satisfaction of the manufacturer representative at Contractor's expense. Upon resolution 1 of any defects or concerns (if any), manufacturer's warranty shall then be in full effect. The finished roofing system shall be free from leaks,warps,permanent discoloration, and coating degradation for the warranty period. The Roofing system manufacturer's warranty shall be non-prorated and in full effect (100% covered) for the full 2 years following project acceptance. The manufacturer's warranty shall be prorated from 100% covered from year 2 to year 5 and linearly decreasing to 10%at year 20. 7.20 THERMAL PROTECTION 7-1 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM Q 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 7—Thermal and Moisture Protection Misty Cove Lift Station 7.21 Thermal Insulation 7.21.3 Ceiling Insulation y Part 1— General Performance Requirements Insulation shall be craft paper faced bat with a minimum R value of 38. Part 2— Products Manufacturers Ceiling insulation shall be equal to Owens Corning Part 3 —Execution Installation Provide and install ceiling insulation as shown on the project plans. Place insulation with craft paper face down and as recommended by the manufacturer. Insulation shall be placed to the extents possible to cover the attic. Place baffles above the insulation.as the slope of the roof meets the building edge. 7.21.4 Foundation Insulation Part 1— General Performance Requirements Provide a minimum R value of 10. Insulation shall be suitable for direct bury application. Storage and Handling Protect insulation stored on the jobsite from physical damage and direct sunlight. Insulation should be stored off the ground and covered with a light color polyethylene film. Make sure the covered insulation is well ventilated to prevent excessive temperature build-up. Part 2 — Products Manufacturers Insulation shall be Foamular 150 as manufactured by Owens Corning or equal. Part 3 —Execution Installation Extruded polystyrene insulation shall be placed as shown on the plans. Contractor shall not damage insulation during installation and take adequate care to backfill soils to meet compaction standards while not damaging insulation. Finish top edge of insulation 1"-2" below finished ground elevation. Install only as much insulation as can be covered, at least temporarily, during the same day. 7-2 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM 0 2013 R112 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 7—Thermal and Moisture Protection 7.21.5 CMU Wall Insulation Part 1— General Performance Requirements All non-grouted exterior exposed CMU walls shall be insulated to R-values as stated on the plans. Part 2— Products Manufacturers All concrete masonry units with an exterior face shall be insulated with Perlite block insulation or equal. Part 3—Execution Installation Insulation shall be installed by methods and personnel approved by the block manufacturer. 7.40 EXTERIOR PANELS 7.46 Siding 7.46.43 Steel Materials 7.46.43.2 Steel Soffit Panels Part 1— General Design Requirements The panels shall be able to withstand the wind loading identified in the Plans. Finishes Finish all panels as recommended by the manufacturer. Color shall be chosen by the owner from a minimum of 15 colors. Part 2— Products iMaterials Panels shall be equal to AEP Span Prestige Series (PS-12) soffits. Panels shall have a Zincalume or Kynar finish. Vented and non-vented soffit panels shall have matching beads or groove widths and matching finishes. Provide venting per local building code requirements. All vents shall include aluminum or galvanized bird screens. Part 3—Execution Installation Panels shall run perpendicular to rafters. Install panels next to transition between wall and eave as recommended by the manufacturer. 7-3 J:\Data\REN\112-047\Tec11nical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 7—Thermal and Moisture Protection Misty Cove Lift Station 7.60 FLASHING AND SHEET METAL 7.61 Metal Roofing 7.61.1 Common Work for Metal Roofing Part 1— General General Work covered in this section consists of furnishing all labor, material, and equipment for preformed metal roofing as shown on the Plans and as specified herein. Submittals Submit shop drawings detailing all edges, hips, valleys, eaves, rakes, other flashing and include fastener schedule and in accordance with Division 1.33. Prior to Engineer review, Contractor shall have the shop drawings reviewed and approved by the system manufacturer. �. The Roofer shall submit a list of a minimum of(5) five successfully completed projects with owner references, total roofing system square footage and roofing cost. The Roofer shall be regularly engaged in construction of metal roofing systems and approved to install metal roofing by the accepted system manufacturer. Such approval shall be submitted in writing along with the shop drawings as specified below. Storage and Handling r The Contractor is responsible for continuously maintaining materials subject to precipitation or weather damage in new condition. Replace warped or weathered plywood, insulation, or other materials damaged by climatic conditions. Follow all manufacturer's recommendations regarding product delivery, storage, and handling of materials. Part 2— Products Materials Materials shall be purchased directly from the manufacturer's commercial department to verify that the Contractor is approved by the system manufacturer to install the roofing system specified. All materials shall be provided by one manufacturer and conform to the current IBC. Roofing felt shall be 30-pound asphalt-saturated felt, conforming to ASTM D-250, Type I, �. plain,unperforated. Fasteners shall be as recommended by the roofing manufacturer;lengths as required. Other miscellaneous exposed fasteners shall be stainless steel or ZAC (exposed head of zinc/aluminum alloy). Fasteners shall be of the length to penetrate the top ridges of the steel decking only. Fasteners shall be inserted to penetrate only the top ridges of the steel roof support decking. 7-4 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM 0 2013 RI-12 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 7—Thermal and Moisture Protection Finishes The Owner shall select the roofing color from manufacturers standard offering of not less than fifteen colors. Color options shall be provided with the submitted shop drawings. Part 3—Execution Examination Verify that work of other trades which penetrates the roof deck, or requires workers and equipment to traverse roof deck,has been completed. Examine surfaces for inadequate anchorage, foreign material; moisture, and unevenness which will prevent the execution and quality of application of roofing system as specified. Do not proceed with application of roofing until these defects are corrected. Preparation Provide temporary roof during inclement weather. Requests for use of alternate structural and/or base materials with superior weathering resistance, if approved by the Engineer, may be made in lieu of temporary roof replacement. Submit a description of each temporary roof system or alternate material schedule proposed. Provide special protection from heavy traffic on completed work. Restore to original condition, or replace work or materials damaged during handling of roofing materials. Installation Apply roofing felt below waterproof roof paneling, single-ply, lapped shingle fashion, 3-inch head laps and 6-inch side laps. Install no more roofing felt than can be covered by metal roofing in the same day. Roof underlayment shall be dry and free of defects prior to the installation of metal roofing. Apply roofing only in dry weather and when the ambient temperature is above 40 degrees Fahrenheit. Except as otherwise shown or specified, comply with recommendations and instructions of metal roofing manufacturer. Form and fabricate sheets, seams, strips, cleats, clips, hips, ridges, edge treatments, integral flashings, and other components of specified metal roofing to profiles, patterns, and drainage arrangement shown, and as required for permanent leak-proof construction. Provide for thermal expansion and contraction of work caused by ambient air temperature difference of 100 degrees Fahrenheit. All openings shall be sealed from weather and to prevent recessed areas that may attract nesting animals. Panel corrugations shall be sealed with the manufacturers standard closed cell neoprene blocks conforming to the panel corrugation. Gaps created between corrugations and flashings shall be avoided whenever possible. Where such gaps occur, they shall be sealed with manufacturer's low pitch closures, or equal. All closures shall be installed as close to the face of the opening as possible to minimize any recessed areas. Provide uniform,neat seams with no exposure of sealant to ultraviolet light. 7-5 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering;Inc. Fall 2013 City of Renton Division 7—Thermal and Moisture Protection Misty Cove Lift Station Flashing with a drip edge shall be installed on all edges, corners and angle points. Valley. gutters shall be provided at all valleys. Field Q ty uali Control Metal roofing and its flashing shall be weather-tight. Exposed surfaces shall be free of dents, scratches, abrasions, or other visible defects. Construction and fabrication of metal roofing shall comply with Sheet Metal and Air Conditioning Contractors National Association (SMACNA) recommendations for fabrication and construction of details, expansion joints, and installation procedures, except as shown or specified. Fabricate and install work true and accurate with lines and corners of exposed metal units. Form exposed faces and starter sections of seams flat and free of buckles, excessive waves, and avoidable tool marks considering temper and finish of metal. Hold-down attachments for roof shall be designed and spaced to resist uplift pressure due to Basic Wind Speed and Exposure as identified in the General Notes. Provide uniform, neat seams without tool marks or irregularities. 7.61.3 Preformed Metal Roofing over Wood Decking Part 2— Products Materials Preformed metal roof paneling shall be equal to the Custom Bilt Metals, SLZ 1750 Titan® Snap-Lock Roof Panel. The metal roofing system shall consist of 24-gauge, factory-formed, pre-finished panels with major ribs not less than 1-3/8" in height. Panels shall be held down to the structure with concealed clips and fasteners. The fastening schedule shall be designed by the manufacturer to resist the loads identified in the General Notes. Edges, hips, valleys, eaves, rakes, and miscellaneous flashing shall be finished with matching pre-finished pieces of 24-gauge minimum, to form a weather-tight roofing system. Exposed sheet metal (including flashing used in this system): minimum 24-gauge thickness. Roofing panels shall be factory-prefabricated in accordance with manufacturer's standard pattern and design. Extend panels from eaves to ridge in one piece. Shop-fabricate metal in conformance with manufacturers pattern specifications to result in a minimum 1-inch effective water dam height on both edges. Standing seam interval shall not exceed.16 inches. All final hand turning of seams at joints and junctions is to be of the same quality as the machine-produced seams. Practices and techniques described in the SMACNA Architectural Sheet Metal Manual are to be used as the standard of practice unless otherwise specified or shown on the Plans. Finishes Exposed sheet metal treated with a protective coating of Zincalume conforming to ASTM 792,AZ50,with factory-applied paint finish of full-strength Kynar 500 or Hylar 5000 with a total dry film thickness of one mil. Reverse face shall be protected by a wash coat or primer. 7-6 J:\Data\REN\112-047\Technica1 Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM C 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 7—Thermal and Moisture Protection 7.70 ROOF AND WALL SPECIALTIES 1 7.72 Roof Accessories 7.72.1 Common Work for Roof and Wall Specialties Part 1— General Design Criteria Attic ventilation shall be installed in accordance with IBC 1203. Contractor shall certify in writing that attic ventilation meets the IBC specification during the submittal process. Part 3—Execution Installation Blocking shall be installed on all exterior eaves. Ventilation baffles shall be provided at all eave vents that provide a 1" minimum air gap between the attic insulation and the roof sheathing. Gable end vents or roof vents shall be provided. 7.72.26 Ridge Vent Part 2—Products Manufacturers Roof vents shall be equal to Cot-A-Vent model V-600 ridge vents or approved equal. Part 3 —Execution Installation Roof vents shall be applied to both the hip ridges as well as the roof peak unless otherwise noted on the roof plan. 7.90 JOINT PROTECTION 7.92 General Joint Sealants Part 1— General Submittals Submit schedule for caulk used on the project for approval prior to application. Part 2—Products Materials Concrete and Masonry DAP®Premium Polyurethane Concrete&Masonry Sealant or equal. Other Surfaces Contractor shall provide caulk appropriate to surface and reason for caulk application. 7-7 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 7—Thermal and Moisture Protection Misty Cove Lift Station Caulk shall be the most durable available (longest warranty) by DAP®, or equal. Part 3—Execution Installation Caulk all joints and spaces necessary to provide a completely weather-tight product. Apply caulking in strict accordance with manufacturers directions with regard to temperature at application and curing times, surface condition,moisture and cleanliness. Apply after surfacing prime and prior to final coatings if surface is to be coated. If surface will not be coated,provide color choices to the Owner for approval prior to application. Clean all adjoining surfaces of excess sealant, smears, or marking due to application and leave joints with neat,uniformly-filled surfaces. 7-8 J:\Data\REN\112-047\Technical Specs\7 Thermal and Moisture Protection.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. Division 8 s O enin p g 8.00 GENERAL Sections in these specifications titled "Common Wlork for . . ." shall apply to all following subsections whether directly referenced or not. 8.05 Common Work for Openings Part 1 - General Summary This division covers furnishing all labor,materials, and equipment necessary for providing all interior and exterior doors, frames, and windows. Submittals Submittal information shall be provided to the Owner for the following items: • Doors • Hatches • Hardware • Locks • Keys Y 8.06 Schedule See the contract Plans for schedule of doors and windows. �1 8.10 DOORS AND FRAMES 8.11 Metal Doors and Frames 8.11.1 Common Work for Metal Doors and Frames Part 1 - General Summary This specification covers the doors, frames, accessories, and hardware for both interior and exterior man doors. Related Sections Div 1.16 Owner Standard Locks and Keys Submittals Submittal information shall include the following: 8-1 J:\Data\REN\112-047\Technica1 Specs\8 Openings.docx 9/27/2013 7:30 AM Li 0 2013 RI-12 Engineering,Inc. I Fall 2013 City of Renton Division 8 - Openings Misty Cove Lift Station Manufacturer's product data and installation instructions for each type of door, frame, accessory, or hardware. Include both published data and any specific data prepared for this project. Door and frame shop drawing for approval prior to fabrication. Include detailed plans, elevations, details of framing members, required clearances, anchors, and accessories. Include relationship with adjacent materials. As requested by the Engineer, provide sample color chips representing specified colors and finishes. Performance Requirements Doors between rooms requiring a fire separation shall have a listed fire rating equal to or greater than the required room fire rating. See plans for which rooms are required to be separated with a fire door. Doors and frames shall be listed and labeled for a minimum of 45 minutes. Doors between rooms requiring an acoustical separation (soundproof or sound rated door) shall have a minimum STC rating of 45. All exterior doors and frames shall be insulated for a maximum U-value of 0.60. Quality Assurance The manufacturer(s) shall be a minimum of ten (10) continuous years documented experience specializing in the manufacturing of doors, frames, accessories, and/or hardware of the type required for this project. At the request of the Engineer, the manufacturer shall provide testing and/or certification information demonstrating that the manufacturer shall has design and constructed all equipment to the latest applicable codes and standards. The manufacturer or his representative shall be available for consultation to all parties engaged in the project,including instruction to installation personnel. Scheduling The Contractor shall ensure that all approvals and/or shop drawings are supplied or returned to the manufacturer in time for fabrication without affecting construction progress schedule. In addition, he shall ensure that templates and/or actual hardware requested by manufacturer are available in time for fabrication without affecting construction progress schedule Warranty The Manufacturer shall provide a one (1) year warranty against defects in workmanship and materials, including warping, rotting, decaying or bowing. The Installer shall warrant installation procedures and performance for a minimum of two (2) years from the point of substantial completion against defects due to workmanship and materials handling. 8-2 J:\Data\REN\112-047\Technica1 Specs\8 Openings.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 8 - Openings Part 2 - Products Components Provide doors, frames, and accessories as noted on the Door Schedule. Provide door hardware as specified, as noted on the Door Schedule, and as required by the local building code. Contractor shall provide weather tight trim around all doors whether shown on the plans or not. The frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. Exterior door frames shall have an integral at head and jambs. Frames shall be trimmed in the field to form a weather tight seal if shown on the plans or not. Accessories Provide door accessories as noted on the Door Schedule. Hinges shall provide 180-degree rotation of the door. Hinges which are exposed at building exterior shall be equipped with tamper-proof pins that cannot be removed. Hinges exposed at the interior of the building shall be removable. The manufacture shall provide door stops; no screw-on stops will be accepted. Finishes Prime doors and frames at the factory according to requirements for metals in Division 9. Finishes shall be per the appropriate metal finishes in Division 9. Part 3 - Execution Installation Install doors and frames in accordance with manufacturer's instructions and approved shop drawings; set frames plumb, square, level, and aligned to receive doors. Anchor frames to adjacent construction in strict accordance with recommendations and approved shop drawings and within tolerances specified in manufacturer's instructions. Seal metal-to-metal joints between framing members using good quality elastomeric sealant, and all doorjambs with Caulking as specified. Reinforce hinge and lock areas. Mount door using minimum of three (3) hinges. Hang door in the frames and apply hardware in a neat, secure manner so that the doors will operate without dragging or binding. Cleaning/Repair Upon completion of installation, thoroughly clean door and frame surfaces in accordance with AAMA 609. Do not use abrasive, caustic or acid cleaning agents. Protect products of this section from damage caused by subsequent construction until substantial completion. If damage does occur, Contractor shall repair damaged or defective products to original specified condition in accordance with manufacturer's 8-3 J:\Data\REN\112-047\Technica1 Specs\8 Openings.docx 9/27/2013 7:30 AM ©2013 R112 Engineering,Inc. Fall 2013 City of Renton Division 8 - Openings Misty Cove Lift Station recommendations. Replace damaged or defective products that cannot be repaired to Owner's acceptance. 8.11.13 Hollow Metal Doors and Frames Part 2 - Products Components Doors and frames shall comply with ANSI/SDI A250.8 for level and model and A250.4 for physical performance level. All doors shall be 1-3/4 inch thick and insulated with a solid polyurethane or urethane foam core. Exterior doors shall be Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 2 (Seamless) and fabricated from 16 gauge steel minimum. Interior doors shall be Level 2 and Physical Performance Level B (Heavy Duty),Model 1 (Full Flush) and fabricated from 18 gauge steel minimum. Door frames shall be 14-gauge galvanized steel, as manufactured or recommended by the door supplier specifically for the door installed. Frames shall be furnished with sufficient wall and head anchors to secure the jamb and door against all operating, wind, and seismic loads. Alternatively, door frames installed within CMU walls can be 16-gauge galvanized steel, tied to the CMU with masonry wire clips. Fully grout CMU block within one length of a full- sized block measured from door frame. 8.30 SPECIALTY DOORS 8.34 Access Hatches 8.34.2 Vault Hatches Part 1 - General Summary Access hatches shall be of the dimensions and type shown on the project plans. Related Sections Div 1.16 Locks and Keys Div 11.12.2 Submersible Sewer Pump Performance Requirements Door leaf (or leaves) shall be able to withstand a live load of 300 lb/ft2 with a maximum deflection of 1/150th of the span. Access doors shall be rated for H-20 (AASHTO) loading. Submittals Provide manufacturer's statement of load rating. 8-4 J:\Data\REN\112-047\Technica1 Specs\8 Openings.docc 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 8 - Openings Finishes Aluminum hatch frames shall be protectively coated prior to casting in concrete to prevent the accelerated corrosion that occurs when aluminum is in contact with concrete. Warranty' Manufacturer shall guarantee against defects in material or workmanship for a period of five years. Part 2 - Products Manufacturers �- All hatches shall be equal to East Jordan Iron Works,LW Products, or approved equal. Components Access hatches shall have aluminum diamond plate door leaf (or leaves), stainless steel spring lift, neoprene weather seal, stainless steel hardware, self latching stainless steel slam lock, and recessed padlock hasp. An internal lever shall open the latch to prevent accidental entrapment. Any drainage provision provided by the hatch or frame shall be routed to the vault or building sump or drain system using Sch 40 PVC anchored to the walls and ceiling unless shown otherwise on the plans. Frame shall be channel style with a full anchor flange around the perimeter and shall allow for controlled water drainage away from the opening. Compression spring operator lift system enclosed in telescopic tubes or torsion springs shall be provided for smooth, easy and controlled door operation throughout the entire arc of opening and closing. Operation shall not be affected by temperature. The door shall automatically lock in the vertical position by means of a heavy steel hold-open arm with release handle. Access doors that are indicated as odor-tight on the plans shall have a continuous EPDM gasket shall be affixed to the frame and form an odor-resistant barrier around the entire perimeter of the cover. The door frame shall incorporate a 1/8" Neoprene bumper, the continuous EPDM debris gasket, and the continuous EPDM odor-resistant gasket, for a triple-seal system. All access hatches and lids covering sewer wet wells shall be installed using stainless steel bolts as described in the plans and shall not be installed using the hatch anchor bolts. Part 3 - Execution Installation Installation shall be in accordance with manufacturer's instructions. Field Quality Control Frame shall be installed square and true without binding of door throughout the full arc of travel. Misoperation of door shall be corrected by the Contractor. 8-5 J:\Data\REN\112-047\Technica1 Specs\8 Openings.docx 9/27/2013 7:30 AM Q 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 8 - Openings Misty Cove Lift Station 8.71 Door Hardware 8.71.1 Common Work for Door Hardware ■ Part 1 - General_ Summary This specification covers door hardware for interior and exterior doors. The Contractor shall provide all hardware necessary to install doors in a secure, weather-tight manner. Unless otherwise specified, all door hardware shall be according to this section. Related Sections Div 1.16 Locks and Keys Submittals Door hardware submittal information shall indicate that hardware is suitable for fire- and sound-rated applications,where applicable. Performance Requirements All door hardware shall be selected to meet local building and fire codes. Part 2— Products Components Key cylinders shall utilize the Owners standard core and key. The key cylinder shall fit all exterior locking hardware.A vandal-resistant cover plate shall be provided at exterior surface of doors to prevent exterior access to deadbolts or slam latches at gap between door and frame. All exterior, and fire- and sound- rated doors and frames shall have perimeter gasketing. Weatherstripping shall consist of a vinyl, neoprene, or sponge neoprene strip mounted on an aluminum or stainless steel bracket which is fastened to the door or frame. Gasketing shall be Pemko or equal. 8.90 LOUVERS AND VENTS 8.90.1 Common Work for Louvers and Vents Part 1— General System Description Ventilator shall be provided with explosion proof motors if noted in the Plans. Design and Performance Requirements See Louver and Damper Schedule on Plans and Functional Control description for design and performance requirements. 8-6 J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 8 - Openings Submittals Submit detailed product information including specifications, sizing information, dimensional drawings, coating systems and available colors, and other information relevant to this project. Part 2— Products Manufacturers The following manufacturers are considered to be acceptable "or equals" unless otherwise noted on the Plans or elsewhere herein. • Potoroff • Cesco • Louvers &Dampers, Inc. Accessories Provide all accessories needed for a complete installation including wall and roof thimbles, backguards, and mounting sleeves. Components A filter frame and an insect screen shall be provided on the interior side of all intake louvers. The filter frame shall allow for easy installation and removal of standard size filters. Provide one set of filters. , In chemical rooms or other corrosive environments, all materials in contact with the room air shall be fully resistant to corrosion attack from the atmosphere. Finishes All louvers shall be coated with factory Kynar or powder coat finish, color to match exterior color scheme. In chemical rooms or other corrosive environments, all materials in contact with room air shall be fully resistant to attack from the interior environment. Part 3—Execution Install per manufacturer's recommendations. Louver assembly shall be set flush with the wall exterior Operate all moving parts prior to installation. Any non-functional or binding parts shall be repaired or replaced prior to installation. Install so that blade linkages are accessible after installation to permit service and lubrication without requiring removal of wallboard or other structures. 8.91.13 Motor Actuated Louver/Dampers: Part 2—Products 8-7 J:\Data\REN\112-047\Technica1 Specs\8 Openings.docx 9/27/2013 7:30 AM ©2013 RH2 Engineering,Inc. Fall 2013 Ci ty of Renton Division 8 - Openings Misty Cove Lift Station Components If automatic controlled operation, blades shall be adjustable from fully open to fully closed via a 120VAC motor actuator sized appropriately to operate the damper fully. Blades shall seal with neoprene or vinyl seals. Blades shall pivot on bronze or nylon bushings, or steel bearings. Contractor shall verify compatibility of damper to actuator. Motor actuator if any, shall be side mounted, out of the air stream. Provide disconnect switch for each unit (where applicable). 8.91.14. Gravity / Backdraft Dampers Part 2 — Products Dampers shall be TAMCO Series 7000 or approved equal. Dampers shall be available in three mounting types: "Rear Flange", "In Duct", or "Front Flange". Frames shall be mil finish extruded aluminum (6063-T5) with mounting flanges on both sides of frame. Frame to be assembled using plated steel mounting fasteners. Damper blades shall be extruded aluminum (6063-T5) profiles and shall not be less than 0.06 inch thick. Blade and frame seals shall be of extruded silicone and shall be secured in an integral slot within the aluminum extrusions. Blade. and frame seals are to be mechanically fastened to eliminate shrinkage and movement over the life of the damper. Adhesive or clip-on type blade seals are not allowed. Damper shall have maintenance-free bearing systems.Linkage system shall consist of hard alloy aluminum (6005-T6) crank arms fastened to aluminum pivot rods and shall be doubly secured within channel running along top of blade. Dampers shall be designed for operation in temperatures ranging between -72°F and 212°F Air leakage through a 24" x 24" damper shall not exceed 4.32 cfm/ft2 against 1 inch w.g. differential static pressure at standard air. Standard air leakage data shall be certified under the AMCA Certified Ratings Program. Part 3 —Execution ' Dampers shall be made to size required. Dampers with dimensions greater than maximum section size shall be manufactured in multiple sections. Multiple sections are not interlinked or connected. To install, each section must be individually fastened to a structural frame prepared on site. Part 3 — Execution Install the louver flush with the exterior wall face. Seal all gaps with approved caulking. Adjust linkage and actuators for free movement. 8.91.19 Fixed Louver Part 1— General Provide fixed louver(s) as shown on the plans. 8-8 J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 8- Openings Part 2—Products Components Louver shall include channel frame mounted to the inside face of the wall. Height and width of louver and damper shall be as shown on the plans. Depth of louver, filter, and screen assembly shall be set flush with the wall exterior and any intrusion into the interior wall supported by the frame. 8-9 J:\Data\REN\112-047\Technical Specs\8 Openings.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. 1 1 t 1 1 1 t I 1 1 i 1 t 1 t Division 9. Finishes 9.00 GENERAL This division covers that work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Sections in these specifications titled "Common Work for Finishes." shall apply to all following subsections whether directly referenced or not. 9.90 PAINTING AND COATING 9.90.00 Common Work for Painting nd Coating g 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 Material Safe Data Sheets for all materials to be used including solvents. Provide Safety g 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 i, weekly or as necessary. Provide manufacturer's approval of coating system applicator. �i 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 i 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 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 9-1 J:\Data\REN\112-047\Technical Specs\9 Finishes.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 9 - Finishes Misty Cove Lift Station secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor's expense. The completed coating shall produce a minimum dry film thickness in accordance with the 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. Contractor shall insure 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 9-2 9/27/2013 7:30 AM J:\Data\REN\112-047\Technical Specs\9 Finishes.docx 0 2013 RH2 Engineering,Inc. i City of Renton Fall 2013 Misty Cove Lift Station Division 9 - Finishes occur, the Contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. i Part 2— Products Manufacturers The following coating system manufacturers are approved subject to compliance with the Specifications contained herein: 1. Tnemec Company _ 2. Sherwin Williams 3. AkzoNobel Devoe 4. Raven The specified coating shall be understood as establishing the type and quality of the coating desired. Other 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 r 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 Installers �1 Contractor shall be responsible for quality assurance including the retention of a coating =, applicator with experience necessary to complete the work as specified within this Division. Applicator's personnel shall be adequately trained for application of specified coatings. Applicator must prove adequate experience with the coatings specified for this project. At the discretion of the Owner, the applicator shall be approved to complete the coatings onion of the work. Submit list of a minimum of 5 completed projects of similar size and p p p l complexity to this project during the submittal process. Include for each project: 1. Project name and location. 2. Name and phone number of owner. 3. Name and phone number of Contractor. 4. Name and phone number of engineer. 5. Name and phone number of coating manufacturer. 6. Approximate area of coatings applied. 9-3 J:\Data\REN\112-047\Technica1 Specs\9 Finishes.docc 9/27/2013 7:30 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton ' Division 9- Finishes Misty Cove Lift Station 9.91.33 SUBMERGED AND BURIED METALS PAINTING 9.91.33.03 - System 3: Metals Submerged In Wastewater — Non NSF Part 1— General This section applies to all metals submerged and/or regularly in contact with wastewater. Location: Piping inside of wet well. Part 2— Products Materials -� 1. Tnemec a. Primer: Series Omnithane (2.5 to 3.5 Mil DFT) !' b. Intermediate Coat: Series 446 PermaShield MCU 1222 Gray (8 to 10 Mil DFT) c. Finish Coat: Series 446 PermaShield MCU 1222 Gray (8 to 10 Mil DFT) 2. Sherwin Williams a. Primer (blast hold primed: Copoxy Primer (3 to 5 Mil DFT) j b. Intermediate Coat: SeaGuard 6000 (5 to 7 Mil DFT) c. Finish Coat: SeaGuard 6000 (5 to 7 Mil DFT) 3. AkzoNobel Devoe a. Primer: BarRust 236 Multipurpose High Solids Low Temperature Curing Epoxy Lining (4 to 5 Mil DFT) b. Intermediate Coat: BarRust 236 Multipurpose High Solids Low Temperature Curing Epoxy Lining (4 to 5 Mil DFT) c. Finish Coat: BarRust 236 Multipurpose High Solids Low Temperature Curing Epoxy Lining (4 to 5 Mil DFT) Part 3 —Execution Preparation Pipe shall be emptied of water for a minimum of 12 hours prior to surface preparation and painting. Pipe shall not be filled with water until coating is dry. ' Surface preparation: SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be =� 2.0 mils,minimum. T r; 9-8 9/27/2013 7:30 AM J:\Data\REN\112-047\Technica1 Specs\9 Finishes.docx ©2013 RH2 Engineering,Inc. Ci ty of Renton Fall 2013 Misty Cove Lift Station Division 9 - Finishes 9.97.23 CONCRETE AND MASONRY COATINGS 9.97.23.01 - System 4: Concrete Wet Well Interior Part 1 - General Apply the Raven Lining Coating System in the wetwell. Part 2 - Products 1. Raven Lining System a. Primer: Raven 110: One coat (2 to 5 Mil DFT) b. Protective Coating: Raven 405 Ultra high build epoxy (60 to 100 Mil DFT) Part 3 - Execution Preparation of Concrete 1. Verify state of cured concrete. No concrete surface shall be coated without a �, minimum 28-day cure or verify the concrete emits less than 31b per 1,000 sq. ft. in a 24 hour period via a Calcium Chloride test or ASTM D4263 Plastic Mat Test. This applies to patched areas, new pour areas, or newly formed walls and containment dikes. 2. Roughen concrete surface for improved adhesion. Concrete shall be abraded by an approved method from SP13 such as abrasive blasting, high pressure water blast, water jetting with abrasive injection, or similar to achieve a ICRI standard CSP3-5 profile over the entire substrate to be coated. 3. Remove surface contaminants. Remove all oils, grease, dirt, efflorescence, laitance or other foreign contaminants. The concrete surface will also need to be free of moisture or standing water. Wash down with clean water and vacuum the surface subsequent to the above procedures. 4. Repair substrate defects. After the concrete is clean and dried, all surface irregularities are to be repaired with the specified surface filler. This includes form voids,honeycombs, fins, cracks, spalled areas and control joints. Any and all metallic protrusions shall be ground below the surface and then patched or filled with an approved material. 5. Upon full cure, the installed lining system shall be checked by high voltage spark detection in accordance with NACE RP0188-90 to verify a pinhole-free surface Application Procedures of Primer and Coating 1. Application procedures shall conform to the recommendations of the coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. 2. The spray equipment shall be specifically designed to accurately ratio and apply the specified primer and protective coating materials and shall be regularly maintained and in proper working order. 9-9 J:\Data\REN\112-047\Technica1 Specs\9 Finishes.docx 9/27/2013 7:30 AM ©2013 R112 Engineering,Inc. Fall 2013 City of Renton Division 9- Finishes Misty Cove Lift Station 3. The primer and protective coating material must be spray applied by a Certified Applicator of the coating manufacturer and must be able to provide written proof prior to beginning the work. 9.97.23.07 — System 5: Concrete Vault Interior Do not coat interior walls unless noted otherwise on the plans or stated herein. 9.97.23.08 — System 6: Concrete Wet Well and Vault Exterior — Bottom and Walls Part 2— Products Materials 1. Tnemec a. One coat: Series 46H-413 Hi-Build Tneme-Tar. (16 to 20 Mil DFT) 2. Sherwin Williams a. One coat: Hi-Mil Sher-Tar Epoxy. (16 to 20 Mil DFT) 3. AkzoNobel Devoe Coatings a. DevTar 5A High Solids Coal Tar Replacement Epoxy Coating. (16 to 20 Mil DFT) Part 3—Execution Preparation Allow 28 days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat Test. Surface shall be clean, dry,and free of contaminants. 9.97.23.11 System 7: Anti-Graffiti Coating and Water Repellent on CMU Exterior Part 2— Products Materials 1. Tnemec a. First Coat: Chemprobe Dur A Pell GS (6-9 mils dft) b. Second Coat: Chemprobe Dur A Pell GS (6-9 mils dit) 2. Sherwin Williams a. First Coat:Anti-Graffitti Coating (6-9 mils dit) b. Second Coat:Anti-Graffitti Coating (6-9 mils dit) 3. AkzoNobel Devoe Coatings a. First Coat: RainGuard Blok-Lok (60-125 square feet/gallondepending on substrate) 9-10 9/27/2013 7:30 AM J:\Data\REN\112-047\Technica1 Specs\9 Finishes.docx ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 9 - Finishes b. Second Coat: RainGuard Vandal Guard (200-300 square feet/gallon depending on substrate) Part 3 —Execution Preparation Surface must be clean, dry, and in sound condition. Remove all oil, dust, grease, dirt, loose rust, and other foreign material to ensure adequate adhesion. Refer to SSPC-SP13/NACE 6, or ICRI 03732, CSP 1-3. Surfaces should be thoroughly clean and dry. Concrete and mortar must be cured at least 28 days @ 75°F (24oC). Remove all loose mortar and foreign material. Surface must be free of laitance, concrete dust, dirt, form release agents, moisture curing membranes, loose cement and hardeners. Fill bug holes, air pockets and other voids with Cement-flex 875 or equal. Weathered masonry and soft or porous cement board must be brush blasted or power tool cleaned to remove loosely adhering contamination and to get to a hard, firm surface.Laitance must be removed. 9.97.23.14 — System 8: Concrete Exterior Surface Sealer (Entrance Pad, Wet Well and Vault Tops) Part 2— Products Materials 1. Tnemec a. Chemprobe Dur A Pell 40 (100 square feet/gallon coverage based on smooth precast concrete. See product data sheet for coverage on other concrete surfaces.) 2. Sherwin Williams a. Loxon 40% Silane Water Repellant (125 -175 square feet/gallon coverage based on smooth precast concrete. See product data sheet for coverage on other concrete surfaces.) 3. AkzoNobel Devoe Coatings a. RainGuard Blok-Lok (60-125 square feet/gallon coverage based on smooth precast concrete. See product data sheet for coverage on other concrete surfaces.) Part 3—Execution Preparation Surface Preparation: Prepare surface to clean, bare concrete free of contaminants including dust, oil and water. Apply sealer to concrete until it has moist appearance using a garden sprayer. Clean the surface to remove purged matter and allow it to dry a minimum of 24 hours. Repeat process to apply 2 coats. Construction 9-11 J:\Data\REN\112-047\Technical Specs\9 Finishes.docx 9/27/2013 7:30 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 9- Finishes Misty Cove Lift Station Apply concrete sealer to the following locations: landings, vault and wet well concrete tops, and all proposed exterior concrete surfaces. 9-12 9/27/2013 7:30 AM J:\Data\REN\112-047\Technical Specs\9 Finishes.docx 0 2013 R142 Engineering,Inc. 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 Wlork for Specialties." 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 • Pipe Markings 10.10 INFORMATION SPECIALTIES i 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 10-1 J:\Data\REN\112-047\Technical Specs\10 Specialties.docx 9/27/2013 7:31 AM C 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 10- Specialties Misty Cove Lift Station device operation or maintenance. If the device is too small or otherwise impractical to mount marker,locate marker as close as possible to the device on an adjacent surface. Provide and mount,as directed, equipment si s for the following: Purpose Location Text Electrical Panels and See Plans See Plans disconnects Pumps Wet Well 1,2 Check Valves Valve Vault 1,2 10.14.2 Equipment Signs �! Part 2- Products Materials Equipment signs shall be plastic-laminated 1-inch high, by required length, by 1/8-inch thick,with 1/2-inch high letters in N-2 Standard Gothic characters. 10.14.4 Danger Signs Part 1 - General Summary The Contractor shall provide danger signs per the schedule(s) on the Plans. Part 2 - Products Manufacturers Danger signs shall be Seton Identification Products or approved equal. When stated on the Plans,provide specified model number or approved equal. Components Signs shown on the Plans to comply with National Fire Protection Association standard 704 (NFPA 704) shall be corrosion resistant for indoor installation and corrosion and W resistant for outdoor installation. Chemical identification and"Danger Hazardous Chemical" signs shall be corrosion resistant. Signs mounted to tanks or equipment may be adhesive type. Part 3 - Execution Installation Mount signs securely in locations shown on the Plans. 10-2 9/27/2013 7:31 AM J:\Data\REN\112-047\Technica1 Specs\10 Specialties.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 10 - Specialties 10.14.8 Electrical and Control Equipment Part 2 - Products Materials Name plates and service legends shall be phenolic-engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/16-inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. 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. Provide a nameplate for each control center unit door. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. 10.14.9 Pump and Check Valve Signs Part 2- Products Materials Provide a 2 inch high, temperature resistant metal or vinyl number or name on each pump or pump motor. Part 3- Execution Installation Number shall face the pump control panels and be placed so as not to be obscured from other equipment. Confirm with Engineer.the proper numbering or naming of each pump. 10-3 J:\Data\REN\112-047\Technica1 Specs\10 Specialties.docx 9/27/2013 7:31 AM 0 2013 RH2 Engineering,Inc. F a t t t t i t 1 i I 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 Work for Equipment" shall apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment Part 1 - General Related Sections See Div 1.81 for Seismic Restraint requirements Submittals Submittal information shall be provided to the owner for the following items: • Pumps and Motors Temporary Pumps and Motors • Pump Installation Mechanisms • Pump Removal Mechanisms 11.10 Pumps 11.10.1 Common Work for Pumps Part 1 - General Summary This section covers work necessary to provide the pumps, complete with motors and accessories, described herein and as shown on the Plans Related sections: • 1.82 Pressure Ratings • 10.14.9 Pump signs • 11.19 Pump Anchor Bolts • 11.20.1 Common Work for Pump Motors • 9.91.33.3 Coatings—Metals Submerged in Wastewater Non NSF ' References • HI -Hydraulic Institute. • ASTM -American Society for Testing and Materials. 11-1 J:\Data\REN\112-047\Technical Specs\11 Equipmentdocx 9/27/2013 7:31 AM 0 2013 RI-12 Engineering,Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station • AISI -American Iron and Steel Institute. • ANSI -American National Standards Institute. Definitions Pumps are classified by the following terms: Submersible—Refers generally to single stage centrifugal pumps such as Submersible Sewage or Sump Pumps. Performance Requirements The design and performance requirements listed for each pump must be met, with no exceptions. Pumps that do not meet all of the conditions will be rejected. Submittals Submittal information shall be provided for each individual pump. Product Data: - • A minimum of 5 installations with similarly sized and configured pumps in equivalent fluid applications. Include location, contact name,and number. • Specifications and data describing all pump parts, pieces, and components. Include information on materials of construction and proposed coating systems. • Performance curves showing total dynamic head (TDH) in feet, efficiency and net- positive-suction head required (NPSHR) vs. output in gallons per minute (GPM). All losses from the drive shaft, seal, coupling and other mechanical losses shall be included in the pump efficiency data presented. Catalog or software generated curves may be submitted for preliminary approval and ordering. • Complete list of all pump system components and accessories to be provided • Calculations showing compliance with bearing life and shaft deflection. • Shop Drawings: • Provide detailed dimensional drawings showing outline dimensions, lengths, overall sizes,materials and weights for each pump unit and associated accessories. • Closeout Submittals: Provide the following submittals prior to project closeout: • Operations and Maintenance Manual • Manufacturer Signed Warranties with pump serial numbers. Schedule Provide delivery time in time from approval of shop drawings/submittal. All equipment shall be delivered within 14 weeks or less from approval of complete submittal information. Quality Assurance The pump manufacturer shall accept unit responsibility for the motor/pump assembly. 11-2 J:\Data\REN\112-047\Technica1 Specs\11 Equipmentdocx9/27/2013 7:31 AM 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 11'- Equipment Ensure that pumps selected are locally serviceable and replacement parts are readily available. Delivery, Storage and Handling rY a g g Pumps shall be delivered, stored, and handled in accordance with manufacturer recommendations. Warranty All pumping equipment described in this section and provided under this contract shall be warranted against defects in materials and workmanship for a period of two years after date of project acceptance. "Original operation" shall be defined as the date that the �. manufacturer's representative approves field testing of each unit, and Owner accepts unit and its installation following completion of 10-day start up period. Following pump and motor installation, supplier shall furnish services of a qualified manufacturer's representative to inspect pump units and inform Owner, prior to field testing, of any defects or concerns regarding condition of each unit and its installation at the job site. Upon resolution of any defects or concerns (if any) and work performed by the Contractor at their expense, manufacturer's warranty shall then be in full effect with no reservation or qualifications other than those stated in the manufacturer's warranty. Upon completion of pump installation, manufacturer shall provide written certification that equipment is fully warranted as installed. Extra Materials Provide any special tools required for pump or motor maintenance. Part 2 - Products Manufacturers Flygt is the only manufacturer approved on this project i' Components All pump system components are to come from the pump manufacturer and shall include: • Motor • Shaft assembly • Impeller assembly • Volute assembly �` • Discharge head or pump casing • Couplings • Power cable • All other necessary appurtenances for complete unit assembly • Removal mechanisms • Basins where applicable 11-3 J:\Data.\REN\112-047\Technica1 Specs\11 Equipmentdocx9/27/2013 7:31 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station Accessories All pumps are to include an engraved non-corrosive metal nameplate on the exterior of the pump head or body (duplicate attached to pump support flange or shipped loose if submersible), readily accessible without requiring any disassembly. The nameplate shall include, at a minimum, the following information: • Pump�Manufacturer • Pump Model Number • Pump Serial Number • Impeller Number • Impeller Trim , • Design TDH (feet) • Design Flow (gpm) • Supplier Name and Phone Number ;oufce Date of Manufacture Quality Control Field Pump Performance Testing Pump manufacturer shall have a representative that will oversee the pump vibration and performance during testing and startup. Part 3 - Execution Installation/Construction Install pump units in accordance with manufacturer's specifications and direction. Installation shall be supervised and approved by manufacturer's representative prior to operating or field testing units. Adjust pump assemblies so that driving units are properly aligned, plumb, and level with the driven units and all interconnecting shafts and couplings. Flexible couplings shall not be used to compensate for any misalignment. Connect suction and discharge piping to the pump in a manner which prevents strain on pump flanges. Field Quality Control Contractor shall be responsible for calibration, startup, and initial performance to meet specifications herein. A field test shall be made to give an indication of the performance of the new pump when it is operating under actual field conditions and to establish the acceptance of the pump furnished and installed. The field test shall be conducted and/or supervised by the pump manufacturer's authorized representative, and observed by the Engineer after the piping and controls have been installed. Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is installed correctly and fully warranted. 11-4 J:\Data\REN\112-047\Technica1 Specs\11 Equipmentdocx9/27/2013 7:31 AM 0 2013 RH2 Engineering,Inc. �, City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment A performance test as described in the latest edition of Hydraulic Institute's (HI) Pump Tests (ANSI/HI 1.6 Centrifugal, or ANSI/HI 2.6 Vertical, ANSI/HI 11.6 Submersible) shall be performed, submitted to the Engineer and approved for each pump. The field test shall be performed to the accuracy obtainable with the testing equipment installed as a part of the piping and instrumentation. If sufficient field devices are not available,the Contractor shall provide testing gauges and meters as needed. Prior to acceptance of installed pumps, manufacturer's representative shall demonstrate proper operation of pumps at capacities stated. Testing shall be completed under the observation of the Owner and Engineer. At that time, the following data shall be collected for each pump: • TDH vs. Flow at a minimum of three points which include: Shutoff head, Open to system, and approx. 50% design flow with throttled discharge valve. Additional points may be required by Engineer. • Overall Efficiency • Vibration readings shall be taken at the locations described in Hydraulics Institute standard 9.6.4.3.2. Vibrations shall be read in the three orthogonal planes, with the maximum reading governing the results. If the vibration tests fail, the manufacturer and/or Contractor shall modify the equipment and/or installation and retest until the standards are met. Submit three copies of the vibration test results to the Engineer. The manufacturer's representative shall provide proper, calibrated instrumentation to verify Emaximum completed unit vibration amplitude. Maximum allowable completed unit vibration amplitude (pump and motor installed) shall be as shown below. (Velocity measurements are in/sec RMS) Submersible Sewage ' Power Vibration /sec 0.25 0-10 0.25 Upon completion of pump installation and testing, manufacturer shall provide written certification that equipment is fully warranted installed. Certification shall be provided that pumps meet all requirements set forth in these specifications and submittal literature. The pump installer shall also provide a written report of all test conditions and results. See Division 1.75 Testing,Startup and Operation for additional requirements Repair Repair and retest units failing any field test. If unit fails second field test,unit will be rejected and supplier shall furnish a unit that will perform as specified. 11-5 ' J:\Data\REN\112-047\Technica1 Specs\11 Equipmentdocx9/27/2013 7:31 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station 11.12 Wastewater Pumps 11.12.2 Lift Station Pumps and Motors Part 1 - General This section covers work necessary to provide the submersible non-clog pumps and motors with rail system, complete at the proposed Misty Cove Lift Station and to provide one submersible non-clog pump and motor with adapter to fit existing rail system at Devil's Elbow Lift Station. The pumps shall be capable of passing a 3.0" spherical solid without degradation to the pump or motor. Each pump unit provided for this project shall be Flygt, no substitutions. See lower sections for specific pump model numbers and operational requirements. Part 2 - Products Operational Requirements Misty Cove Pump No. 1 Pump No. 2 Design Head(TDH) (Feet) 32;4 32.4. .. Design Flow(gpm) 194 194 Minimum Shutoff Head(feet) 75 75 Flygt Model Number/Impeller No. NP 3085 SH 3— NP 3085 SH 3— Adaptive 256 Adaptive 256 ...... _., Maximum-Motor Horse Power 4 4 Devil's Elbow Pum No. 1 Design Head(I'DH) (Feet) : 155 Design Flow(gpm) 537 Minimum ,. . __. _. . _ . . ._.... Shutoff Head(feet) 272 F1ygt Model Number/Impeller No NP 3171 SH 3— 275 Maximum Motor Horse Power 35 Pump Design i 11-6 J:\Data\REN\112-047\Technical Specs\11 Equipmentdocx9/27/2013 7:31 AM ©2013 RH2 Engineering,Inc. Renton City of a to n Fall 2013 Misty Cove Lift Station Division 11- Equipment The pump(s) shall be automatically and firmly connected to the discharge connection, ' guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet well. A machined metal to metal watertight contact shall accomplish sealing of the pumping unit ' to the discharge connection. Each pump shall be fitted with sufficient length of stainless steel cable to reach from bottom to top of wet well plus five feet of slack. The working load of the lifting system shall be 50%greater than the pump unit weight. Pump Construction ' Major pump components shall be of gray cast iron, ASTM A-48, Class 35B,with smooth surfaces devoid of blow-holes or other irregularities. All exposed nuts or bolts shall be ' AISI type 304 stainless steel construction. All metal surfaces coming into contact with the sewage, other than stainless steel or brass, shall be protected by a factory applied spray coating of acrylic dispersion zinc phosphate primer with a polyester resin paint finish on the exterior of the pump. Sealing design shall incorporate metal-to-metal contact between machined surfaces. Critical mating surfaces where watertight sealing is required shall be machined and fitted ' with Nitrile or Viton rubber O-rings. Fittings will be the result of controlled compression of O-rings in two planes and O-ring contact of four sides without the requirement of a specific torque limit. ' Impeller(Adaptive) -Misty Cove The impeller(s) shall be cast of ASTM A-48, Class 35B gray iron, dynamically balanced, ' semi-open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a spiral groove located on a replaceable insert ring. ' The impeller shall have vanes hardened to Rc 45 and shall be capable of handling solids, fibrous materials,heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag-laden wastewater.The impeller shall be capable of momentarily moving axially upwards a distance of 15mm/0.6-in. to allow larger debris to pass through and immediately return to normal operating position. ' Pump Impeller—Devil's Elbow The impeller shall be high chrome alloy hard iron, dynamically balanced, semi-open,multi- vane, back swept, screw-shaped, non-clog design. The impeller leading edges shall be mechanically self-cleaned automatically upon each rotation as they pass across a spiral ' groove located on the volute suction. The screw-shaped leading edges of the impeller shall be hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter normally found in wastewater. The screw shape of the impeller inlet shall provide an inducing effect for the handling of up to 5% sludge and rag-laden ' wastewater. The impeller to volute clearance shall be readily adjustable by the means of a single trim screw. The impellers shall be locked to the shaft, held by an impeller bolt and shall be coated with alkyd resin primer. 11-7 J:\Data\REN\112-047\Technica1 Specs\11 Equipmentdocx9/27/2013 7:31 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 11- Equipment Misty Cove Lift Station Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seal system consisting of two totally independent seal assemblies. The seals shall operate in a lubricant reservoir that hydro-dynamically lubricates the lapped seal faces at a constant rate. The lower, primary seal unit, located between the pump and the lubricant chamber, shall contain one stationary corrosion resistant tungsten carbide and one positively driven rotating corrosion resistant tungsten carbide ring. The upper secondary seal, located between the seal chamber and the seal inspection chamber shall be a leakage-free seal. The upper.seal shall , contain one stationary and one positively driven rotating corrosion resistant tungsten- carbide seal ring. The rotating seal ring shall have small back-swept grooves laser inscribed upon its face to act as a pump as it rotates, returning any fluid that should enter the dry motor chamber back into the lubricant chamber Each seal interface shall be held in contact by its own spring system. The seals shall require neither maintenance nor adjustment not depend on direction of rotation for sealing. The position of both ' mechanical seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plugs, with positive anti-leak seals, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media for lubrication. The motor shall be able to operate dry without damage while pumping under load. Seal lubricant shall be FDA Approved,non-toxic. Suction Cover The volute shall have a replaceable suction cover insert ring in which are cast spiral- shaped, sharp-edged groove(s). The spiral groove(s) shall provide trash release pathways and sharp edge(s) across which each impeller vane leading edge shall cross during rotation so to remain unobstructed. The insert ring shall be cast of (ASTM A-48, Class 35B gray iron or ASTM A-532 (Alloy III A) 25% chrome cast iron) and provide effective sealing between the multi-vane semi-open impeller and the volute housing. Volute The pump volute shall be of A48 Class 35B gray cast iron and shall have an integral spiral shaped cast groove(s) at the suction of the volute. Pump Shaft Pump and motor shaft shall be the same unit. The pump shaft is an extension of the motor shaft. Couplings shall not be acceptable. The pump shaft shall be AISI type 431 stainless steel. Bearings The integral pump/motor shaft shall rotate on two bearings. The motor bearings shall be ' sealed and permanently grease lubricated with high temperature grease. The upper motor bearing shall be a two row angular contact ball bearing. The lower bearing shall be a two 11-8 J:\Data\REN\112-047\Technical Specs\11 Equipmentdocx9/27/2013 7:31 AM ©2013 RH2 Engineering,Inc. l ' City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment row angular contact ball bearing to handle the thrust and radial forces. The minimum L10 ' bearing life shall be 50,000 hours at any usable portion of the pump curve. Electrical Pump Cord Each pump shall be provided with submersible cable (SUBCAB) suitable for submersible pump applications. The power cable shall be of sufficient length to reach from the bottom of the wet well to the splice box shown on the Plans plus five feet of slack. The ' power cable shall be sized according to NEC and OCEA standards and also meet with PMSHA approval. L Electric Motors The pump motor shall be UL approved as explosion-proof for continuous operation in a Class I,Division I, Group D hazardous location when not submerged. The pump motor shall be induction type with a squirrel cage rotor, shell type design, housed in an air filled,watertight chamber,NEMA B type. The stator windings and stator leads shall be insulated with moisture resistant Class H insulation rated for 180°C (356°F) ' and capable of up to 15 evenly spaced starts per hour. The rotor bars and short circuit rings shall be made of cast aluminum. Thermal switches set to open at 125°C (257°F) shall be embedded in the stator lead coils to monitor. the temperature of each phase winding. tThese thermal switches shall be used in conjunction with and supplemental to external motor overload protection and shall be connected to the control panel. The motor and ' pump shall be designed and assembled by the same manufacturer. The combined service factor (combined effect of voltage, frequency and specific gravity) shall be a minimum of 1.15. The motor shall have a voltage tolerance of plus or minus 10%. The motor shall be designed for operation up to 40°C (104°F) ambient and with a temperature rise not to exceed 80°C (176°F). A performance chart shall be provided- showing curves for torque, current, power factor, input/output kW and efficiency. This ' chart shall also include data on starting and no-load characteristics. The power cable shall be sized according to the NEC and ICEA standards and shall be of sufficient length to reach the junction box without the need of any splices. The outer jacket of the cable shall be oil resistant chloroprene rubber. The motor and cable shall be capable of continuous submergence underwater without loss of watertight integrity to a depth of 65 feet. The motor horsepower shall be adequate so that the pump is non-overloading throughout the entire pump performance curve from shut-off through run-out. ' Motor Sensors The motor stator temperature shall be continuously monitored by three (3) low resistant, bi-metallic, (N.C.) normally closed thermal switches embedded in the stator windings. These thermal sensor switches shall be used as additional supplemental motor protection and shall be wired in series with external third leg overload protection provided by the ' motor stator in the control panel. A float switch shall be installed in the seal leakage chamber and will activate if leakage into the chamber reaches 50% chamber capacity, signaling the need to schedule an inspection. 11-9 J:\Data\REN\112-047\Technical Specs\11 Equipmentdocx9/27/2013 7:31 AM ©2013 RH2 Engineering,Inc. i Fall 2013 Ci ty of Renton Division 11- Equipment Misty Cove Lift Station Upon detection, the sensors shall actuate a panel mounted relay which will provide the operator with a visual indication of impending seal failure. Seal lubricant shall be FDA Approved,non-toxic. Pump Removal Rail System ' The pump removal rail system shall provide smooth, easy, removal and installation of the specified pumps from the lift station. the system shall include for each pump unit a hydraulic sealing flange, discharge base elbow, guide rails, carrier guide bracket, ITT Flygt 1 Grip-Eye System, nylon line, and lifting chain. The guide rails, carrier guide bracket, and lifting chain shall be constructed of stainless steel materials. ' Mix-Flush System Provide one of the specified pumps in the primary pumping chamber with a Flygt 4901 Flush Valve for flushing the wet well during initial operation of the pump. The flush valve shall depend only on the pump flow and pressure to operate and no electrical components shall be allowed. Install per manufacturer's recommendation. Part 3 - Execution Installation of the pump units shall be in accordance with the manufacturer's specifications and direction. The installation shall be supervised and-approved by the manufacturer's representative prior to operating or field testing the units. Upon completion of the pump installation, the manufacturer shall provide written certification that the equipment is fully warranted as installed. Devil's Elbow Lift Station Pump Replacement The contractor shall travel to the City's existing Devil's Elbow Lift Station and replace the existing PACO pump with the proposed Flygt pump. The other existing pump is already a Flygt pump of the same model. The PACO pump shall be replaced using the existing discharge adapter,which shall be repaired at MEB if required, and drill the Flygt discharge flange to fit as required. The City shall install the MiniCAS. 11.12.3 Sump Pump Part 2 - Products Manufacturers Sump pump: equal to Hydromatic V-A1 Materials ' Provide a sump pump with cast iron and engineered thermoplastic body, thermoplastic vortex impeller, carbon / ceramic mechanical seal, oil-filled motor with reset thermal overload, single-row ball bearing construction, and piggyback plug. 11.95.34 Fans 11.95.34.1 Wall Ventilators 11-10 J:\Data\REN\112-047\Technical Specs\11 Equipmentdocx9/27/2013 7:31 AM ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 11- Equipment Part 1— General ' Design and Performance Requirements See Ventilator Schedule on Plans and Functional Control description for design and ' performance requirements. Submittals Submit detailed product information including specifications, sizing information, performance curves, dimensional drawings, accessories, and other information relevant to this project. Part 2— Products Manufacturers ' The following manufacturers are considered to be acceptable "or equals" unless otherwise noted on the Plans or herein. • ACME • Fantech • Penn Ventilation Accessories Provide all accessories needed for a complete installation including wall and roof thimbles, backguards, and mounting sleeves. Finishes In chemical rooms or other corrosive environments, all materials in contact with room air shall be fully resistant to corrosion from atmospheric conditions. Part 3 —Execution Install per manufacturer recommendations. Provide a disconnect switch for each unit. 1 1 11-11 J:\Data\REN\112-047\Technica1 Specs\11 Equipmentdocx9/27/2013 7:31 AM 0 2013 RI-12 Engineering,Inc. 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 Division 12 Furnishings 1 Not Used This Project 1 1 1 1 1 1 1 1 1 1 1 i 1 12-1 J:\Data\REN\112-047\Technical Specs\12 Furnishings.doci 9/27/2013 7:31 AM ©2013 RI-12 Engineering,Inc. � . � i � i � '� � '� Division 13 Special Construction This section is not used on this project. i i 1 I 13-1 J:\Data\REN\112-047\Technica1 Specs\13 Special Construction.docx 9/27/2013 7:32 AM 2013 RI-12 Engineering,Inc. t � I � � t Division 14 Conveying Systems See Division 11 for pump cone ance/access/lifs stems. L 14-1 J:\Data\REN\112-047\Technical Specs\14 Conveying Systems.docx 9/27/2013 7:35 AM ©2013 RH2 Engineering,Inc. 1 1 1 1 1 1 1 1 1 1 1 . 1 1 1 1 1 1 1 Division 15 Mechanical 1 15.00 GENERAL This division covers the work necessary for furnishing and installing mechanical appurtenances and accessories as described m these Specifications and shown on the Plans. Sections in these specifications titled "Common Work for Mechanical." 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 1 Division 10.14.3 Pipe Markers Submittals Submittal information shall be provided to the Owner for the following items. • Ductile iron pipe IDuctile iron fittings • HDPE pipe and fittings - ' • Copper pipe and fittings PVC pipe and fittings • Isolation Valves • _Eccentric Plug Valves • Swing Check Valves • Floor Drains and Cleanouts • Level sensors 15-1 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM C 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station • Pressure gauges • Shackle Rods and Restraint Systems • Other mechanical components listed in this division or required by the Engineer 15.10 BURIED PIPE INSTALLATION i 15.11 Open Trench Pipe Installation 15.11.13 Sewer Force Main Installation Part 1 - General References Use materials and installation methods in accordance with Uniform Plumbing Code, latest edition, and local codes and regulations which are applicable. Install ductile iron/PVC and HDPE sewer mains in accordance with Owner standards. Part 3 - Execution Installation Install pipes in accordance with manufacturer's recommendations. Use types and sizes of pipes as specified herein and/or as shown on the Plans. Where sizes of small pipe are omitted from the Plans and not mentioned in the specifications, use sizes corresponding to code requirements, and as required by equipment and plumbing fixtures and appurtenances. In any event,properly size any undesignated pipe sizes for functions to be performed. Carefully lay pipe and supported at proper lines and grades. Follow piping runs shown on the Plans as closely as possible, except for minor adjustment to avoid architectural and structural features. Make major relocations,if required,in a manner acceptable to Engineer. Keep openings in pipes closed during progress of work. Form thrust blocking so that bolts, joints, gaskets, and flanges of adjacent joints are clear of concrete and so that bolts and joints can be dismantled without removing concrete. All concrete blocking shall have a minimum compressive strength of as identified in Division 3.31.3. Pipe passing through concrete walls or slabs shall be made watertight. Field Quality Control No permanent connections to the existing system shall be made until the new sewer main , has been tested and approved by the Engineer. No temporary connections of the untested, unapproved new sewer main to the existing system shall be made without the installation of a double check valve assembly between the new sewer main and water system. The Contractor shall verify the size, material, and location of the existing main at the connection point prior to installing the new connecting sewer main. Each connection shall be made in compliance with the construction plans. Connections to existing mains shall comply with the requirements for maintaining service as described herein. 15-2 9/27/2013 7:35 AM J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docc C 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical t15.12 Trenchless Pipe Installation 15.12.13 Horizontal Directional Drilling Part 2- Products Components The Contractor may use a lubricant to ease the pipe installation. Bentonite may be used and should . consist of a refined, processed, natural, high swelling, montmorillonite clay containing polymers and admixtures as necessary. Any lubricant used shall be a safe, non- toxic, non-contaminating product suitable for exposure to groundwater. Part 3 —Execution Preparation The Contractor shall select, design, and engineer the equipment necessary to install the pipe as specified and as shown on the plans. The directional drilling machine, cutting head, spoils control system, guidance control system, power supply, installation and removal systems, shaft location and configuration, shoring system, and other necessary items shall be designed tby the Contractor for the specific application intended. The Contractor shall make all necessary arrangements for obtaining water at their expense. Construction Contractor will supply portable mud tanks or construct temporary mud pits within the easement limits to contain excess drill fluids during construction. All drilling fluids shall be jdisposed of off-site at a legal dump site. The Contractor shall pull the HDPE pipe through the excavated hole in a manner that will not damage, degrade, crack, scratch, or deform the pipe as to prevent its capability of maintaining working pressure and allowable surge pressure as dictated by the manufacturer. 1 Field Quality Control Contractor will continuously monitor the longitudeinal pulling forces during pipe pullback and shall limit the longitudinal pull on the pipe so that the finished installation can withstand working pressure of the sewage it will carry as well as external forces from soil and stream water loads. The Contractor shall provide adequate protection at the head of the pipe string prior to tbeginning the pulling operation to prevent damage to the pipe from tensile or other forces. Contractor shall provide adequate support rollers for the pipe during pullback to prevent damage to the pipe. The Contractor shall maintain the integrity of the pipe, existing utilities, and adjoining properties during installation. The pipe shall be installed within the easement and property lines as shown on the plans. The vertical location of the pipe shall meet the minimum cover requirements specified in the plans. The Contractor shall monitor pipe installation and immediately notify 15-3 1 J:\Data\REN\112-047\Technical Specs\15 Mechanical.docx 9/27/2013 7:35 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station I the Owner during installation if the pipe has not been installed within the specified tolerances. Upon request, the Contractor shall provide the Engineer with field notes, survey data, and other information the Contractor has acquired to determine pipe location. Any pipe installed outside of the specified tolerances shall be replaced at the Contractor's expense. Repair Any pipe section that has been damaged during construction shall be repaired or replaced at the Contractor's expense. Cracking, buckling, separation, or distortion of the pipe or pipe joints rendering the pipe incapable of working or surge P r essures o f the finished ed construction shall constitute damage. All repair procedures shall be designed and stamped by a registered Professional Engineer licensed in the state of Washington and submitted to the Owner for approval. The Contractor's Engineer shall certify in writing that the rep='performed under their direct supervision and equals or exceeds the design strength of the pipe. In the event the Contractor must abandon the drill hole before its completion, the Contractor shall seal the borehole and re-drill. Costs for such actions shall be dictated by the Schedule of Prices provided in the General Provisions. Testing Upon complete installation of the HDPE pipe and end fittings and prior to connections to other pipe, the pipe shall be tested under a hydrostatic pressure test in strict accordance with the manufacturers' procedures for pressure testing. All equipment, fittings, and supplies necessary for performing the test shall be furnished and operated by the Contractor. 15.12.13 Pilot Tube Microtunnehng Part 1— General Summary This work consists of all materials, labor and equipment required to install product pipelines typically of sizes 6" through 27" inner diameter JD) using the trenchless technique commonly known as Pilot Tube Microtunneling. Definitions: Drive Shaft The shaft or pit created for initiating the pilot bore microtunneling. Pilot Tube A steerable narrow tube attached to a slant-faced steering bit equipped with a lighted target which is rotated to control the direction of tube advancement from the jacking shaft to the receiving shaft. The pilot tube provides a centerline for the new pipe installation and guides a reaming apparatus from the jacking shaft to the receiving shaft. Pilot Tube Microtunneling (PTMT) j A two or three stage system, which allows both trenchless guided sewer installations as well as accurate direct jacking of smaller diameter collection sewer pipes without use of casing. 15-4 9/27/2013 7:35 AM J:\Data\REN\112-047\Technical Specs\15 Mechanical.docx ©2013 RH2 Engineering,Inc. 'I City of Renton Fall 2013 Misty Cove Lift Station Division 15 -Mechanical When approved, PTMT provides an alternate guided installation method to slurry microtunneling. Product Pipe The permanent pipeline for operation use. Receiving Shaft The shaft which receives the pilot tube, casing sections and product pipe. Pilot tubes and casing sections are removed through the receiving shaft. Submittals iSubmit the following for approval 14 days before beginning the PTMT operation: a) General A complete construction plan showing details of the proposed methods of construction and ' the sequence of operations. b) Experience Names and contact information of Contractor or subcontractor performing the Work. Include work-related qualifications,references and experience. c) Sequence of Work and Construction tShop drawings and written description identifying details of the proposed sequence of work and proposed construction operations. Show site constraints, staging,location of jacking and retrieval shafts, pilot tube microtunneling equipment, jacking system, and pipe stockpile location. d) Pipe Stress Calculations Calculations showing the anticipated maximum jacking force and the allowable compressive stress of the pipe to be installed. Include a proposal for a suitable substitution should anticipated stresses exceed the allowable limits. Part 2—Products Materials Use pipe that will withstand all forces imposed upon it during the construction phase as well as the final in-place loading conditions. All pipes must be able to withstand.a compressive loading greater than the anticipated jacking load with a minimum safety factor of 2.5.The driving ends of the pipe and intermediate points must be protected against damage. The detailed method proposed to cushion and distribute the jacking force at the joint is subject to approval. Designate the pipe manufacturer at the time of the bid. Any subsequent change of pipe manufacturer must be approved. Equipment Required Equipment: Equipment must be comprised of a set of components (line and grade control system, jacking frame, pilot tubes, soil transport, hydraulic power unit and 15-5 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM '1 C 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station lubrication system, etc.) fabricated by a single manufacturer and designed to act as an integrated system. a a) Line and Grade Control Systems The control system must include but not be limited to a theodolite, lighted target, camera, and monitor screen. b)Jacking Frame The jacking frame must possess adequate strength to advance the pilot tube,the enlargement casing and the string of product pipe from the drive shaft to the receiver shaft. The frame must develop a uniform distribution of jacking forces on the end of the pipe. The auger motor must possess adequate torque to steer the pilot tube and adequate torque and speed to effectively auger the excavated material from the face of the bore to the drive shaft. c) Pilot Tube Construct steel pilot tubes in rigid but short sections to accommodate the small drive and receiver shafts. The tubes must rigidly connect to each other, the steering tip, and the enlargement casing. The inside diameter must be large enough to adequately view the lighted target.The tube must withstand the torque encountered in the steering process. d) Enlargement Casing Construct steel enlargement casing to a diameter just larger than the product pipe, with a leading connection compatible with the pilot tube. The leading face of the casing must possess several large openings for the soil to enter as it advances along the proposed alignment. Funnel the excavated material from the internal auger chamber to the temporary full diameter-Casings of the Three-Pass Process, or into the internal auger casings of the Two-Pass Process. Connect structural members in the leading edge of the casing to the pilot tube connections. e) Soil Transportation System The soil transportation system consists of an auger train operating inside the full diameter temporary steel casings of the Three-Pass System, an internal casing, and auger train operating inside the product pipe. Provide internal casings for the Two-Pass Process designed and manufactured to minimize leakage of the excavated material into the product pipe. ma 0 Soil Removal Provide a soil removal system to safely remove and transport excavated material from the drive shaft to the surface. g) Hydraulic Power Unit Rest the hydraulic power unit on the surface and connect it to the jacking frame by hoses. h) Lubrication System Employ a lubrication system to minimize pipe friction to ensure that pipe can be installed from the drive shaft to the receiver shaft within the safe working load rating of the pipe. Use 15-6 9/27/2013 7:35 AM J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 0 2013 RH2 Engineering,Inc. C City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical a system that also minimizes the torque required to transport the excavated material to the drive shaft. Line and Grade Control Use equipment capable of installing the pilot tubes to the desired line and grade with a tolerance of plus or minus 0.375" between manholes (360 LF) . Tunneling Over Cut Limit the over cut of the enlargement casing to no more than 1 ' '/2" larger than the diameter of the installed product pipe. 15.18 Buried Piping Inspection and Testing 15.18.03 Valve Testing Part 3 - Execution Testing Test all valve bonnets for tightness. Test operation of all valves at least once from closed-to- open-to-closed positions while valve is under pressure. 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. The Contractor shall verify that the pressure differential across the valve during operation does not exceed the rated working pressure of the valve. 15.18.06 Gravity Sewer Low-Pressure Air Pressure Test Method Part 3 - Execution Testing A. Where specified, pipeline and appurtenances shall be leak tested using low-pressure compressed air to a pressure equal to the Owner's standard details in the appendix. 15.18.07 Sewer Force Main Inspection and Testing Part 3 - Execution Preparation All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and other equipment necessary for performing the test shall be furnished and operated by the Contractor. The pipeline trench shall be backfilled sufficiently to prevent movement of the pipe under pressure. All thrust blocks shall be in place and sufficiently cured to reach design strength before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. 15-7 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM ' ©2013 R142 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station II The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow air to escape and/or allow the lining of the pipe to absorb water. The Contractor will furnish the water necessary to fill the pipelines for testing purposes. Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. Testing All new force mains and appurtenances shall be tested under a hydrostatic pressure equal to 100 psi. The Contractor is responsible for the proper disposal of any waste, including water. An acceptable test of pipe and fittings buried under or adjacent to proposed concrete slabs or other structures must be performed prior to construction of the structure. Whenever possible, have pipe joints, fittings and valves exposed for inspection. Any visible leakage detected shall be corrected by the Contractor to the satisfaction of the Owner regardless of the allowable leakage specified above. Should the test section fail to meet the specified pressure test successfully, the Contractor shall locate and repair the defects and retest the pipeline at his own expense. Prior to calling out the Owner to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and successfully performed the test to assure that the pipe is in a satisfactory condition. Owner shall witness the test. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves and appurtenances. The test shall be accomplished by pumping the main up to the required pressure. Stop the pump for a minimum of 15 minutes up to a 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. The quantity of water required to restore the initial hydrostatic pressure shall be accurately determined by either: 1) pumping from an open container of suitable size such that accurate volume measurement can be made by the Owner; or 2) by pumping through a positive displacement water meter with a sweep unit hand registering 1 gallon per revolution. The meter shall be approved by the Owner. For the test to be considered acceptable, the quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula. L_ D 7400 in which L = allowable leakage,gallons/hour N = number of joints in the length of pipeline tested D = nominal diameter of the pipe in inches P = average test pressure during the leakage test,psi. 15-8 9/27/2013 7:35 AM J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical There shall not be an appreciable or abrupt loss of pressure during the 15-minute test period. Connections to Existing Mains Provide connections to existing force mains, as indicated on the Plans and specified in Section 7-17.3(1) of the Standard Specifications. 15.20 PIPE AND FITTINGS 15.21 Common Work for s Pipe and Fittings g Part 2 - Products Components Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. In the event that dissimilar metals are adjacent (for example: stainless steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used. Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified. All relevant subsections of AWWA C100, C200 and C500. All bolts and studs shall be long enough so that no less than 2 threads extend beyond the face of the nut. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 304 in raw domestic or treated domestic water and minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Stainless steel shall not be used where in contact with chlorine 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 bolts in the valve vault shall be stainless steel minimum grade 304. All shackled thrust restraint systems shall be of stainless steel or Cor-Ten (ASTM 242) construction and manufactured by Star National Products or approved equal. All components of any stainless steel or Cor-Ten system shall include all stainless steel or Cor- L Ten components. Bolts, nuts,washers, tie rods, and other components shall be one material and not intermixed. Finishes For conditions other than submerged, all nuts and bolts shall be Grade A zinc plated suitable for above and below grade locations as required. Where above grade/exposed piping is specially coated, the connecting nuts and bolts shall be coated using the same system. Part 3 - Execution Construction i 15-9 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM 0 2013 R142 Engineering,Inc. Fall a 013 City of Renton Division 15—Mechanical Misty Cove Lift Station All piping and related equipment to be joined together shall be connected as shown on the Plans, Specifications, as recommended by the manufacturer or as required by standard industry practices if not otherwise specified. 15.22 Metal Pipe and Fittings 15.22.2 Ductile 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 for sewer force mains shall not be less than Class 52. Part 2 - Products Manufactured Units Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless 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). 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 C1 15/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, buna-n, chlorinated 15-10 9/27/2013 7:35 AM J:\Data\REN\112-047\Technical Specs\15 Mechanical.docx C 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station . Division 15 - Mechanical butyl or cloth-inserted rubber. Gaskets shall be full face or ring type. Gaskets shall be a ' minimum 1/8" thick. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ),plain end (PE) or flanged (FL). Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and coat the exterior per specification division 9.91.13.13 and 9.91.33.03. Part 3 - Execution Installation The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. 15.22.4 Stainless Steel Pipe and Fittings Part 1 - General Related Sections 5.13 Stainless Steel Design Requirements The pipe wall thickness shall be as required by Division 1.82 and the following table. Pipe Wall Thickness in inches. Nominal Pipe Diameter Working 1" 2" 3" 4" 6" 8" 10" 12" 14" 16" 18" 24" 30" Pressure 100 psi •109* .109* .120* .120* .134* .148* .165* .180* .188* .188* .188* .250 .312* 1 200 psi .133cp .1 54(p .2169 .237cp .280cp .322cp .365cp .375y .375 .375 .375 .375 .375 400 psi .179+ .218+ .300+ .337+ .432+ .500+ .500+ .500+ .500 .500 .500 .500 .625 *Per Schedule 10s; cpPer Schedule 40s; +Per Schedule 80s Part 2 - Products Materials All stainless steel pipe and fittings shown on the Plans in direct bury applications shall meet ASTM A312, Type 304L, Welded. All heat tints and chromium depleted layers caused by welding shall be removed prior to on-site delivery. Welding of pipe shall be per ASME Welding Code. Welding shall be capable of withstanding the hydrostatic testing pressure as stated in Division 1.82 without leakage. 15-11 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM C 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station 15.23 Non-Metal Pipe and Fittings 15.23.2 High Density Polyethylene (HDPE) Pipe Part 1 - General Submittals The Contractor shall list a minimum of three successful projects in which butt fusion . welding of HDPE pipe was constructed and installed under their supervision with the HDPE submittal. Quality Control The Contractor shall provide manufacturer certification that stress regression testing has been performed on the specific product. The said certification shall include a stress life curve per ASTM D 2837. The manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDR) of 1,600 psi, as determined in accordance with ASTM D 2837. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these Specifications. The certificate shall state the specific resin used,its source and list its compliance to these Specifications. Shipping and Handling High Density Polyethylene (HDPE) pipe shall be packaged in a manner designed to deliver the pipe to the project neatly,intact and without physical damage. The transportation carrier shall use the appropriate method and intermittent checks to insure the pipe is properly supported, stacked and restra_fined during transport such that the pipe is not nicked, gouged or physically damaged. HDPE pipe shall be stored on clean,level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe shall be done in such a manner that the pipe is not allowed to drag over sharp objects. Contractor shall not damage it by chokers or lifting equipment. i Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. Care must be exercised to avoid cutting or gouging the pipe. Project Conditions 4a The proposed construction area for this project presents certain field conditions and factors that must be adequately planned for both during the bid and during construction to ensure the success of this project. Some factors the Contractor shall consider include, but are not limited to,the following. Access to the construction areas is limited and it is recommended that the Contractor visit the site prior to supplying a bid. 15-12 9/27/2013 7:35 AM J:\Data\REN\112-047\Technical Specs\15 Mechanical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 -Mechanical The Contractor shall devise a plan for the installation method of the HDPE pipe giving ' consideration to aforementioned conditions/factors and any other potential conditions/factors that may arise during construction. The Contractor shall submit this plan to the Project Engineer prior to commencing construction. This plan shall detail the following. Construction Equipment and Materials—Describe the construction equipment and materials to be used to construct the improvements. Indicate how and where they will be mobilized on site. Describe how they will be demobilized. Construction Schedule — The Contractor shall develop, maintain and use a construction schedule to plan and monitor the accomplishment of the overall scope of work. The construction schedule shall be based on a critical path method and utilize the arrow diagramming method to illustrate logical precedence between construction activities. Construction activities shall be defined to a level of no greater than 5 working days. The report submitted to the Project Engineer shall show activities with their respective estimated duration in units of whole workdays in a bar chart format. These activities shall be organized in order of start dates and show logic arrows to indicate activity precedence. A mathematical analysis using finish to start time constraints shall be made to determine project start and completion dates. The Contractor shall submit this submittal in its entirety for review and approval two weeks prior to the Contractor commencing any construction activities. Design Requirements The material shall be listed by the Plastics Pipe Institute (PPI) in PPI TR-4 with a 73°F hydrostatic design stress rating of at least 800 psi and a 140°F hydrostatic design stress rating of 400 psi. The PPI listing shall be in the name of the pipe manufacturer. PPI TR-3 testing of the pipe manufacturer's production pipe shall be done in accordance with ASTM D 2837. The pipe shall provide the long-term endurance characteristics recognized by the compressed pipe ring environmental stress crack resistance greater than 1,000 hours; the slow crack growth resistance greater than 32 days; and the impact strength (toughness) greater than 42 in-lb/in notch. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification as the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions or other deleterious defects, and shall be nominally identical in color, density, melt index and other physical properties throughout. Pipe supplied under this specification shall have a minimum Standard Dimension Ratio (SDR) of 17. The pipe SDR must meet the required pulling tensile strength for trenchless construction. Part 2 - Products Materials HDPE Pipe shall be Performance 4100 or approved equal. 15-13 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM C 2013 RH2 Engineering,Inc. Fall 2013 Ci ty of Renton Division 15—Mechanical Misty Cove Lift Station HDPE Pipe for sewer shall be grey with a green colored stripe. Materials used for the manufacture of high density polyethylene pipe and fittings shall be extra high molecular weight, high density ethylene/hexene copolymer PE3408, PE3608 or PE4710 polyethylene resin meeting the above listed physical property and pipe performance requirements. The pipe will be extruded from resin meeting the specifications of ASTM D 3350-98a with a cell classification of PE: 345434C; pipe grade resin type III, Class C, Category 5, grade P34 polyethylene compound,minimum. The pipe shall be produced from approved HDPE pipe grade resin(s), with the nominal physical properties outlined herein, and to the dimensions and tolerances specified in AWWA C901 (3"and smaller) or AWWA C906 (4" and larger). Connections of HDPE to ductile iron shall be with an HDPE stub-end fitting and slip-on ductile iron metal flange installed at the ends of the HDPE pipe that will be connected to the ductile iron pipe. Stub-end fittings shall be installed using the thermal butt fusion welding method. Stub-end fittings shall have the same pressure rating as the HDPE pipe. Metal flanges shall have the same bolt pattern and pressure rating as the ductile iron fitting to which they will be connected. Part 3 - Execution Construction Sections of HDPE pipe shall be joined above-ground on the job site into a continuous length by the thermal butt fusion-welding method in strict accordance with the manufacturer's requirements. Socket fusion, extrusion welding or hot gas welding shall not be used. No pipe or fittings shall be joined by thermal butt fusion by any Contractor unless he/she is adequately trained and qualified in the techniques involved. Thermal butt fusion welding shall be 100 percent efficient offering joint weld strength equal to or greater than the strength of the pipe. Flanges, unions,grooved-couplers and transition fittings may be used to mechanically connect HDPE pipe without butt fusion. Refer to the manufacturer's recommendations. Field Quality Control The Contractor shall lay the HDPE pipe on the existing ground surface in a manner that will not damage, degrade, crack, scratch or deform the pipe in any manner. The Contractor will continuously monitor the longitudinal pulling forces during pipe installation and shall limit the longitudinal pull on the pipe so as not to exceed 80% of the specified minimum yield strength of the pipe. The Contractor shall provide adequate protection to the pipe during installation to prevent damage from tensile or other forces. The Contractor shall maintain the integrity of the pipe, existing utilities and adjoining properties during installation. Sections of pressure pipe having been discovered with cuts or gouges in excess of 10 percent of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. . 15-14 9/27/2013 7:35 AM J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docc ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical 15.23.12 PVC Pipe for Drain, Waste and Vent (DWV) Part 2-Products Design Requirements Polyvinyl chloride for drain waste and vent (PVC-DWV) material for pipe fittings and couplings shall conform to ASTM D-1784, Type 1, Grade 1, with 2,000 psi design stress. Pipe shall be Schedule 40 or 80 in accordance with ASTM D-1785 and D2665 as shown on the Plans. Pipe shall be dual labeled. Part 3 - Execution Installation Pipe bedding shall be clean granular material with no organics and no rocks larger than '/2" for angular rock or 3/4" for round rock. Any cellular core pipe that is damaged in any way shall be removed and replaced with sound pipe. 15.30 VALVES 15.31 Common Work for Valves Part 1— General Design and Performance Requirements Valves noted on the Plans or in other parts of the Specifications shall meet the requirements herein. Valves shall be designed for the intended service. Valve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the Engineer's attention during the bidding process. Valves that do not operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the Contractor's expense. Pressure rating shall be per Division 1.82 unless shown otherwise. Part 2— Products Components If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95% to 99% of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. Buried valves shall be equipped with an AWWA 2-inch wrench nut with a minimum of 12 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall be equipped with lever actuator for valves 4 inches and smaller, or handwheel actuator for valves 6 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher than 6 feet above the finished floor shall be equipped with chainwheel operator. 15-15 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM ©2013 RH2 Engineering,Inc. I Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station Buried valves where the operator nut is more than 3 feet below the valve box lid shall be provided with a solid shaft valve nut extension to reach between 18" and 36" of the ground surface. Extension shall attach to the nut with a set screw. Diameter of extension shall be appropriate for the valve size and length of extension, but under no circumstances shall be less than 1 inch for 4 foot long extension rods, or 1.25 inch for rods longer than 4 feet. Extension shall function without excessive twisting. Part 3 - Execution Installation Install valves in strict accordance with the manufacturer's instructions and as shown on the Plans. Verify aligrunent and adjustments after installation. Provide buried valves with all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. 15.32 Isolation Valves 15.32.5 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% pure nickel,with a raised seat area, so that the plug face contacts only nickel; or 2) seat . shall be factory-coated with heat-fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with neoprene with a cylindrical seating surface eccentrically offset from the center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure and the plug in the closed position.Valves shall have sleeve-type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re- packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. 15-16 9/27/2013 7:35 AM J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical 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. 15.33 Check Valves 15.33.2 Swing Check Valves Part 1— General Design Requirements The swing check valve shall function to permit flow in only one direction. The valve shall close tightly, without slamming, when the pressure on the discharge side exceeds the pressure on the inlet side. All swing check valves shall conform with AWWA C508 and the I following specifications. The valve shall be constructed to withstand the pressures stated in Division 1.82. Flanges shall be drilled to ANSI B16.1, Class 125# or as specified in the Plans. Operating pressure range is 0 psi (low) to 60 psi (high). The manufacturer shall certify that the check valve will seal completely within the operational range. Part 2 —Products Manufacturers The valve shall be equal to M&H Model 159 Swing Check Valve. Manufactured Units The swing check valve body shall be constructed with heavy cast iron or cast steel and have a bronze or stainless steel seat ring, rubber clapper facing, a non-corrosive shaft and external counterweight attachment. See plans for which side of the valve to locate the counterweight. The valve disc shall be constructed of cast iron or cast steel and shall be suspended from a non-corrosive shaft. The valve shall allow the equivalent flow area of the adjoining pipe. The shaft shall pass through a stiffing box and be connected to the swing arm in the outside of the valve. Swing arm shall be oriented as shown on the plans. Finishes The interior and exterior of the valve body, bonnet and seal plate shall be coated with fusion-bonded epoxy meeting AWWA C-550 (latest revision). Interior coating shall be a minimum dry film thickness of 7 mils, not including primer. Exterior coating shall be a L 15-17 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013'7:35 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station minimum dry film thickness of 5 mils, not including primer. Alternatively, exterior may be coated per Division 9.91.23.1. 15.40 PIPING SPECIALTIES 15.40.1 Dismantling Joint Part 1— General Design Criteria Dismantling joint shall be accessible and capable of repeated installations and removals and capable of the testing and working pressures as specified in Division 1.82. Part 2—Products Manufacturers Dismantling joint shall be Romac DJ400 with limit rods or equal. 15.40.4 Dielectric Fittings and Adapters Part 3 - Execution Installation Provide dielectric adapters between dissimilar types of metal pipes, valves and fittings (e.g. copper to stainless steel). Flange isolating kits shall be used when dissimilar metal flanged pipe is connected. The following connections do NOT require dielectric isolators. Metal Connecting to Bronze/brass Copper or ductile iron Ductile iron Mild steel,bronze or brass 15.50 FLOW METERS 15.50.1 Common Work for Flow Meters Part 1 - General Design Criteria Meter body and register shall have a pressure rating in accordance with Division 1.82. Materials, coatings and components shall be appropriate for the fluid being measured. . Submittals Meter shall fit in the space provided on the Plans. Meters that do not fit in the spacing provided must be approved by the Engineer for acceptance. Provide information on meter assembly, available and selected options, direct read head, remote transmitter, coatings and dimensions of all equipment. t 15-18 9/27/2013 7:35 AM J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 0 2013 R142 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 15 - Mechanical Part 3 - Execution Installation Install the meter in strict accordance with the manufacturer's recommendation. Testing Meter shall be rated for working pressure and testing pressure as required in Division 1.82. If the meter assembly cannot take the test pressure, a temporary spool or cap(s) must be installed in place of the meter, A visual leak test will then be performed under working pressure with the meter in place. The Contractor shall prove correct meter and transmitter performance to the Engineer. Should performance not be acceptable, adjust or replace the unit at the Contractor's expense. 15.53 Electronic Flow Meters 15.53.3 Electromagnetic Flow Meters Part 1 - General Design Criteria Provide an electromagnetic flow metering system suitable for measuring and transmitting flow rate in a full-flowing pipe. The meter shall be suitable for either horizontal or vertical mounting. The system shall operate within the accuracy required over an ambient temperature range of-10 to +120° F and a process temperature range of +15 to +120° F. Meter and electronics shall be rated for Class 1 Division 2 service. Part 2 - Products Manufacturers The flow meter shall be Siemens Danfoss Model MAG 5100 or approved equal. Manufactured Units The flow meter system shall be microprocessor based, utilizing a DC bipolar pulsed coil that automatically rezeroes after each pulse cycle. System accuracy shall be ± 1% of actual flow rate over a fluid velocity range of 1 to 30 feet per second (fps), and within 0.01 fps for velocities less than 1 fps. Repeatability shall be 0.1% of full scale or better. System accuracy shall be traceable to NIST using prototype meters of the same configuration. The meter tube and coil shall be mounted on the pipe between ANSI B16 pipe flanges and rated for working and test pressures as indicated in Division 1.82 . The meter tube shall be 304 stainless steel. The meter and cable connection(s) shall be capable of complete submergence without damage. The meter shall include integral grounding electrodes or a 316 stainless steel grounding ring for installation at the inlet. The manufacturer shall verify that the grounding system is appropriate for the proposed use. All wetted parts shall be 316 stainless steel. 15-19 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docx 9/27/2013 7:35 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 15—Mechanical Misty Cove Lift Station Finishes The meter liner shall completely encapsulate all wetted areas except for electrodes. The liner shall be certified by the manufacturer as appropriate for the proposed use. The liner shall be Teflon or approved equal. 15.60 PRESSURE AND LEVEL MEASUREMENT 15.60.1 Common Work for Pressure and Level Measurement Part 1— General Related Sections See Division 17 for electronic pressure and level devices. Design Requirements Pressure and level measurement devices shall be scaled and rated for the application. Part 3—Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position and central to the room,unless otherwise allowed by the Engineer. 15.61 Pressure Gauges Part 1— General References ASTM B40.1 Grade 2A Performance Requirements Gauge accuracy shall be ± 0.5 percent of full scale. Submittals Provide catalog sheets showing dimensions, pressure range, accuracy and optional accessories. Part 2— Products Manufacturers Marsh, 3D Instruments or approved equal. Materials Gauges shall be analog, stem mount type with 41/2 scale face, glycerin filled and completely suitable for measuring potable water. Connection shall be 1/2-inch threaded. Wetted parts shall be brass, bronze or stainless steel. The full scale pressure range for each gauge location shall be'as follows. 15-20 9/27/2013 7:35 AM J:\Data\REN\112-047\Technical Specs\15 MechanicaLdocx C 2013 RH2 Engineering,Inc. tCity of Renton Fall 2013 Misty Cove Lift Station Division 15 -Mechanical ' Full Scale Normal Operation Ran e 0-30 psi 10-15 psi For pressure gauges used in applications other than clean water, provide a diaphragm protector suitable for the contact fluid. Diaphragm equal to Marsh 13040, stainless steel with flushing port. Part 3 - Execution Installation Install gauges as shown on the Plans. Support gauges adequately. Field Quality Control jProvide calibrated test gauges for each scaled range. Build a temporary, common testing manifold that can hold all similarly scaled gauges plus the test gauge at one time. Pressurize the manifold to the pressure specified by the Engineer. Gauges that do not meet the accuracy requirements shown under the Performance Requirements shall be replaced at the Contractor's expense. 15-21 J:\Data\REN\112-047\Technica1 Specs\15 Mechanical.docc 9/27/2013 7:35 AM 0 2013 RH2 Engineering,Inc. t e t � i I 1 1 1 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 Fork for . . ." shall apply to all following sections whether directly referenced or not. 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. • 8.90 Motorized louvers/dampers • 10.14.8 Signs for electrical equipment • 11.20 Pum p motors • 11.95.34 Fans • 11.95.82 Space heater • 15.15.1 Flow meter transmitters • 17.50 Sensors and controls Codes and Standards Provide all electrical 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 j 16-1 J:\Data\REN\112-047\Technical Specs\16 Electrical.docc 9/27/2013 7:36 AM 0 2013 RI-12 Engineering,Inc. Fall 2013 Ci ty of Renton Division 16- Electrical Misty Cove Lift Station i 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. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed. These areas are identified on the Plans. The words "plans" and "drawings" are used interchangeably in this specification and in all cases shall be interpreted to mean "Plans". The work"provide" shall be interpreted to mean furnish and install. 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. 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 A set of Plans shall be maintained at the job site showing any deviations in the electrical systems from the original design. A set of electrical Plans, marked in red to indicate the routing of concealed conduit runs and any deviations from the original design, shall be submitted to the Engineer for review at the completion of the project prior to final acceptance. After testing and acceptance of the 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 and instrumentation panel provided this project. i 16-2 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx C 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical l� 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 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 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. Submittal information shall be provided to the Owner for the following items: �- * Utility Meter Enclosure • Service Disconnect D' • Transient Voltage Surge Suppressor (TVSS) 0 Switchboard • Motor Control Center • Pump Control Panel A Solid State Reduced Voltage Starters (SSRVS) • Distribution Transformers �i C Branch Circuit Panelboard ° • Circuit Breakers C Conduit and Fittings • Outlet and Junction Boxes • Electrical Handholes and Vaults 16-3 `~ Data REN m J:\ \ \112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM W� ©2013 RI-12 Engineering,Inc. Fall 2013 i f Renton C ty o e to n Division 16- Electrical Misty Cove Lift Station shown or specified but which is nonetheless required to make the systems shown and specified properly functional. WORKMANSHIP ' Assign a qualified representative who shall supervise the electrical construction work from beginning to completion and final acceptance. Provide all labor using qualified craftsmen,who have had experience on similar projects. Ensure that all equipment and materials fit properly in their installations. FIELD SERVICES Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start-up and operation of the equipment, and to correct any problems which occur during testing and start-up. INSTALLING EQUIPMENT Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. Install all equipment and junction boxes to permit easy access for normal maintenance. , CUTTING,DRILLING AND WELDING Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when approved by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. METAL PANELS �f Mount all metal panels,which are mounted on, or abutting concrete walls in damp locations or any outside walls 1/4-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 See Division 1.81 LOAD BALANCE i Balance electrical load between phases as nearly as, possible on panelboards, motor control centers, and other equipment where balancing is required. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. 1 16-6 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. J 1 City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical 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 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. j. Lamps and fluorescent tubes shall be cleaned and defective units replaced at the time of final acceptance. 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 1— General 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 16-7 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16- Electrical Misty Cove Lift Station Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, 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. 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. 16.10.3 Handholes and Pull Boxes Part 2— Products Manufacturers Handholes and Pull boxes shall be Utility Vault Co., or approved equal unless specified otherwise on the Plans. Materials Provide handholes of reinforced precast concrete, or injection molded composite plastic material. Handholes shall include a base, a body, extensions and a cover. Handholes with a 16-8 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. i fRenton C ty o Fall a 2013 Misty Cove Lift Station Division 16- Electrical perimeter of 10 feet or more (e.g., 3 feet by 2 feet) shall have both pulling irons and cable ' racks. All hardware shall be stainless steel, or hot-dip galvanized after fabrication; cable racking and hardware, however, shall be non-metallic and corrosion resistant. If no handhole size is shown on the Plans, size units per NEC or provide 12 inches by 24 inches by 18 inches deep,whichever is larger. All handholes located in areas subject to vehicular traffic or where identified on Plans shall be ASSHTO,H-20 rated in accordance with ASTM C857. The lids to all pull boxes and vaults shall be permanently marked for its intended use, "Signal" for all signal and instrumentation handholes and "Electrical" for all power handholes. Letter shall be a minimum of 3-inches high. Part 3 —Execution Installation Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagurn sealing compound. Where conduits enter through sides of handholes, the penetration shall be made watertight. Use a core drill wherever it is necessary to drill through concrete. Perform patch work with the same materials as the surrounding area and finish to match. Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90 degree bend. Install handholes flush with finished grade in all paved areas,roadways and walkways. All handhole edges shall be flush with final surface. 16.15 ELECTRICAL GROUNDING 16.15.1 Common Work for Electrical Grounding Part 1 - General References Service and equipment grounding shall be per Article 250 of the National Electrical Code (NEC). Performance Requirements Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. Part 2 - Products Components The grounding systems shall consist of the ground rods, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to water piping and structural steel as shown on the Plans. System components shall be as allowed in the N.E.C. unless specified otherwise below. 16-9 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RH2 Engineeri ng,Inc. Fall 2013 i f Renton C ty o e to n Division 16- Electrical Misty Cove Lift Station 1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27% of pure copper. 2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non-petroleum type,UL listed for copper and aluminum applications. 3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot-dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall be embossed with the wording"Ground Rod". Part 3 - Execution General Grounding Installation Ground electrical service neutral at service entrance equipment to supplementary grounding electrodes. Ground each separately derived system neutral to nearest effectively grounded building structural steel member or separate grounding electrode. Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. Make embedded or buried ground connections, taps and splices with exothermic welds. Coat ground connections. Bond metallic water piping at its entrance into each building. Motor Grounding Installation Extend equipment ground bus via grounding conductor installed in motor feeder raceway. Connect to motor frame. When using nonmetallic flexible tubing install an equipment grounding conductor connected at both ends to noncurrent-carrying grounding bus. Vault and Handhole Grounding Exposed noncurrent-carrying metal parts of equipment, conductor supports or racks, conduits and other metal appurtenances, including any metal cover and its supporting ring, shall be bonded together and connected to a common ground. The size of the grounding means shall be as prescribed in the National Electric Code. Where the grounding means is exposed,the grounding conductor shall be not smaller than #8 AWG copper. Ground Connections Above grade ground connections shall be exothermic weld,mechanical, or compression-type connectors; or brazing. Below grade ground connections shall be exothermic weld. I 16-10 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical 1 Install all ground connections is strict accordance with connector manufacturer's recommendations and methods. Testing Following completion of the grounding electrode system, measure ground resistance at each ground rod using the three rod method. Submit results to engineer prior to final acceptance by the Owner. Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data of each ground rod location. See Division 16.95.4 16.20 UTILITY SERVICE 16.21 Electrical Service Part 1— General Description of Work Work consists of installation of new 100 amp, 480-volt, 3 phase overhead service, pole- mounted transformers and service entrance equipment. Scheduling Work with the Utility Company The Contractor shall be fully and completely responsible for all scheduling and coordination with the utility company. The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required prior to Certification of Occupancy. The Contractor shall make all necessary applications for service with the utility, and shall notify the Owner in writing of any obligations that the Owner must fulfill for service to be started,installed, or modified. Contractor/Utility Interface Responsibilities The electrical utility providing service to these facilities is Puget Sound Energy (PSE). During design, contact was made with Customer Service Representative, Scott Brostrom, who can be contacted by telephoning 253-606-4552. The division of responsibilities stated below has been determined by coordination with the serving utility. The Contractor shall comply with all utility company standards and requirements. All utility charges for and related to the final permanent service to the facility will be paid by the Owner, directly to the utility company and shall not be included in the Contractors bid price. Contractor shall notify the Engineer/Owner of any changes to the responsibilities between the electrical utility and the Contractor as outlined in these specifications prior to submitting 16-11 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16- Electrical Misty Cove Lift Station a bid. Any change(s) in responsibilities not brought to the attention of the Engineer prior to bidding will not be cause for additional payment. The Contractor shall notify the Owner in writing) of any obligations or forms that the Owner is responsible to provide for service. The Contractor shall: 1. Provide excavation and restoration for the installation of the proposed utility pole. 2. Install new raceway and conductors for overhead secondary service from the weather head to the proposed service entrance panel. Terminate service conductors at the service entrance panel or switchboard. 3. Install the Service Entrance switchboard panel, Manual Transfer switch and Motor Control Centers as shown on the Plans. 4. Install utility meter enclosure, raceway, and conductors for utility revenue metering as shown on the Plans. 5. The Contractor shall meet all the standard requirements for working in the right-of-way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. The Utility Company will: 1. Extend proposed overhead primary power from the existing primary service connection point to the proposed utility pole. 2. Provide and install proposed primary power utility pole. Excavation and restoration for installation of proposed utility pole shall be provided by the Contractor. 3. Install new 15kV primary switch on the existing utility pole shown on the Plans. 4. Install new primary conductors from the primary service to the propose pole-mount transformer including all cable terminators. 5. Install new pole-mount transformer. 6. Terminate conductors on the primary and secondary side of the transformer. 7. Install new secondary conductors from the the propose pole-mount transformer to the proposed weather head including all cable terminators. 8. Install a utility revenue meter in the proposed main revenue metering enclosure installed by the Contractor. Project Conditions Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Standards and Codes Work involving service installation shall be done in accordance with the service utilities standards and the National Electric Code. 16-12 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx , ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical Service equipment shall be listed and labeled by UL as "suitable for use as service equipment". Part 2 - Products 16.21.2 Electrical Utility Meter Enclosure Manufacturers Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the serving utility. Installation shall be in vandal proof NEMA 3R enclosure with a lockable hinged door. Meter shall include a metal vandal screen that can be purchased from serving utlhty. Materials Contractor shall coordinate with Puget Sound Energy on the type of metering required and shall provide all labor and material necessary to meet Puget Sound Energy requirements. 16.21.4 Circuit Breaker Service Disconnect Switch Design The switch shall be heavy duty type, shall be quick-make, quick break, and shall be horsepower rated. The switch shall have blades as required to open all ungrounded conductors. The disconnect shall have a minimum available fault current withstand rating of 18,000 amperes unless noted otherwise on the plans. Service equipment shall meet the requirements of the serving utility and shall be suitable for use as service equipment. Service entrance disconnect shall be furnished with a UL service entrance label. Manufacturers Materials, equipment and accessories specified in this section for the service disconnect switch shall be products of: • Eaton (Cutler Hammer) • General Electric • Schneider Electric (Square D) • Siemens • Or approved equal Materials The switch shall be pad-lockable in both the OFF or ON position. The enclosure shall be NEMA 3R rated unless noted otherwise on the plans. The enclosure shall have interlocking cover to prevent opening door when switch is closed. The interlock shall include a defeating scheme. The enclosure shall be padlockable. 16-13 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16- Electrical Misty Cove Lift Station Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16 16.21.6 Manual Transfer Switch Part 1 - General Design Switch shall be heavy duty safety switch, double throw type, non-fused manually operated, NEMA 3R enclosure, 600 volt, 3 phase, 100 ampere rated. Part 2— Products Manufacturers Materials, equipment and accessories specified in this section for the manual transfer switch shall be products of.: • Eaton (Cutler Hammer) • General Electric • Schneider Electric (Square D) • Siemens • Or approved equal Part 3 - Execution Ground Electrode System The grounded conductor and ground bus shall be connected to the grounding electrode system,via the grounding electrode conductor as indicated on system one-line diagram. The system shall be as indicated in 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. 16.30 BASIC PANEL EQUIPMENT AND DEVICES 16.31 Operating and Indicating Devices Part 1 - General Operating and indicating devices minimum rating shall be NEMA 13. Operator devices mounted in outdoor panels, corrosive areas or where exposed to moisture shall be NEMA 4X. 16-14 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.doc; 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical Part 2— Products 16.31.1 Digital Power Meter Manufacturers The digital power meter shall be Siemens Model 9330, Allen Bradley Powermonitor 3000, Eaton IQ DP-4000 or equal. Minimum Features A digital 3-phase power monitor with remote capabilities and associated sensors shall be provided as indicated on the plans. The digital power meter shall be capable of measuring at a minimum the following parameters: 1. Voltage (line-neutral) 2. Voltage (line-line) 3. Voltage unbalance 4. Current 5. Current unbalance 6. Neutral amps 7. Real power j8. Reverse and single phase detection 9. Reactive power 10. Apparent power 11. Power factor 12. Frequency 13. Auxiliary voltage 16.31.2 Run Time Meters Manufacturers HECON GO series or equal. Manufactured Units Hour meter (elapsed time meters) shall be 2 inch x 1 inch nominal size,rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6-digit non-resettable register with the last digit indicating tenths of an hour. 16-15 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 16.31.3 Start Count Meters Manufacturers HECON GO series,Redington Model 3400-2010 or equal. Manufactured Units Start counters shall be 2 inch x 1 inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6-digit resettable register. 16.31.4 Indicating Lights Manufacturers Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley,Type 800T; General Electric Co.,Type CR 104P. Heavy-Duty, Watertight, and Corrosion-Resistant Type:Eaton/Curler-Hammer, Type E34; Square D Co.,Type SK;Allen Bradley,Type 800H; General Electric Co.,Type CR 104P. Manufactured Units Indicating lights shall be NEMA type 4/4X/13, corrosion resistant,water-tight, oil-tight, full voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. 16.31.5 Selector Switch Manufacturers Heavy-Duty, Oil-Tight Type: Eaton/Curler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley,Type 800T; General Electric Co.,Type CR 104P. Heavy-Duty, Watertight, and Corrosion-Resistant Type:Eaton/Curler-Hammer, Type E34; Square D Co.,Type SK;Allen Bradley,Type 800H; General Electric Co.,Type CR 104P. Manufactured Units Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch minimums to 1/4- inch maximum. 16.31.6 Pushbuttons Manufacturers Heavy-Duty, Oil-Tight Type: Eaton/Curler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley,Type 800T; General Electric Co.,Type CR 104P. 16-16 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Heavy-Duty, Watertight, and Corrorion-Be�irtant Type:Eaton/Cutler-Hammer, Type E34; Square D Co.,Type SK;Allen Bradley,Type 800H; General Electric Co.,Type CR 104P. Manufactured Units Pushbuttons-shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10-ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons as indicated on the Plans. Special Functions Pushbutton for "emergency help" applications shall have maintained contacts and red mushroom head operators. 16.31.7 Ammeter and Voltmeter Manufacturers Voltmeter shall be a Square D Series VLT or equal Ammeter shall be a Square D Series AMP or equal. Switches shall be Square D Z-instrument cam switches or equal. Current transformers shall be Square D model 74 or equal. Manufactured Units Voltmeter and voltmeter switch, ammeter and ammeter switch shall be provided where shown on the Plans. Meters shall be analog type 4-inch nominal size, scaled for application. Switches shall be Square D Z instrument cam switches, 25 amp rating. Volt meter shall read phases A,B, and C. Provide three CTs for each ammeter. Special Functions Pushbutton for "emergency help" applications shall have maintained contacts and red mushroom head operators. 16.32 Panel Relays Part 1— General General Relays shall be provided as necessary to perform switching functions required of control panels and other control circuits as shown on the Plans and described in the technical specifications. Appropriate relay type and associated contacts shall be selected based on the application from the control wiring diagrams or the functional description. Where timing relays and control relays require additional contacts, provide auxiliary control relays properly sized for the application. All contacts and relays shall be NEMA rated and UL recognized. 16-17 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station fl� The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. Part 2—Products 16.32.1 Control Relays Manufacturers Square D Class 8501,Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series;or equal Manufactured Units Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate coil voltage for the application. Relays shall be plug-in type with matching socket. All relays shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for continuous duty. 16.32.2 Analog or Digital Switching Relays Manufacturers Carlo Gavazzi Type RM1E; or equal Manufactured Units Signal circuit switching shall be accomplished with analog signal switching relays and shall be +� provided to switch either 4 to 20 MA D.C. or 1 to 4V DC signals. Units shall have double- throw dry circuits in a break-before-make configuration rated for 15VA minimum. All units shall have LED indicators to signal when the coil is energized. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. 16.32.3 Time Delay Relays Manufacturers Allen Bradley 700 Type HR IDEC GE1,RTE or GT3 Series; or equal Manufactured Units Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for the application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. Appropriate relay shall be selected based on application from the control wiring diagrams. Minimum accuracy (plus or minus) shall be as follows: it 16-18 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical 1. Repeat accuracy- 1/2-percent. 2. Timing change over full voltage range- 1/2-percent change over full temperature range. 3. Scale tolerance—5-percent. 16.32.4 Timing Relay Manufacturers Allen Bradley 700 Type HR IDEC GE1, RTE or GT3 Series;or equal Manufactured Units Timing relays shall be machine tool industrial relay with solid-state timer and external adjustment dial. Range shall be 0 to 120 seconds unless indicated otherwise on the Plans. Relay shall include an LED indictor and instantaneous and time-delay contacts rated at 10 amps,meeting NEMA A600 designation. Timing relays shall be "on delay" or"off delay" as indicated on the Plans. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. Appropriate relay shall be selected based on application from the control wiring diagrams. Minimum accuracy (plus or minus) shall be as follows: ' 1. Repeat accuracy- 1/2-percent. 2. Timing change over full voltage range- 1/2-percent change over full temperature range. 3. Scale tolerance—5-percent. 16.32.5 Phase Fail Relay (PFR) General Motor Control Centers (MCC) and Motor Control Panels shall be provided with phase fail relays wired as indicated on the Plans for shutdown of three-phase motors and/or remote indication of incorrect voltage conditions. Manufacturers Units shall be Square D 8501 or Allen Bradley 700-N or equal. Manufactured Units A.UL listed 3-phase power fail relay shall interrupt the control power in the event of phase loss, phase reversal, undervoltage and phase unbalance. It shall have primary fuse protection. Contacts shall be rated for 15A resistive at 120 VAC. The 3 phase' power fail relay shall automatically reset when proper power is re-applied. Phase Fail Relays shall be Square D Class 8430 type MPD or equal. Installation Provide an interposing relay to provide a N.O. contact for each motor control circuit to serve as a shutdown contact, one (1) spare N.O. contact, and one (1) spare N.C. contact. 16-19 J:\Data\REN\112=047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station Control relays for use with phase fail relays shall be heavy duty, industrial type with field convertible contacts. Unit shall be able to operate up to eight (8) contacts per relay. Part 3 —Execution Installation Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans;however,provide as required on all circuits. Provide additional form C contacts over and above the number indicated on the Plans for all relays provided. 120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous interchange of relay voltages. Provide DIN mounted or panel mounted type depending on application. ' 16.35 Control Panel Accessories 16.35.1 Terminal Blocks Part 2— Products Manufactured Units Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and , barriers rated for 300 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protection cover removed. Part 3 —Execution Installation All wires between panel-mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre- insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. 16.35.2 Nameplates Part 2 — Products Manufactured Units Standard nameplates shall be made of 1/16-inch thick machine engraved laminated phenolic having black letters not less than 3/16-inch high on white background. 1-inch high lettering shall be used for the large nameplates required for the control panels and motor control centers. 16-20 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx ©2013 RH2 Engineering,Inc. ' City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical Part 3-Execution ' Installation Nameplates shall be provided on all electrical devices including but not limited to motor ' control equipment, MCC cubicles, control stations, junction boxes, panels, motors, instruments, switches,indicating lights,meters, and all electrical equipment enclosures. Each motor control center compartment and control panel shall have a nameplate designated the equipment and its identifying number and size or rating. Data shall be as shown on the Plans and reviewed via the submittal process. Nameplates shall have name, number and/or function as is applicable for clear identification. Provide one large nameplate for each motor control center and/or control panel identifying the equipment as indicated on the Plans. ' Nameplates on steel panels shall be secured with stainless steel drive screws. Where it is proposed that nameplates will be secured with pressure 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. ' 16.36.1 Surge Protection Device (SPD) Part 2—Products ' General The SPD shall be compatible with the electrical system voltage, current, system configuration and intended applications. Manufacturers The Service Track series SPD shall be manufactured by Joslyn or a pre-approved equal. Approved manufacturers are as follows: 1. Joslyn Service Track series ' 2. Innovative Technology Protector series Manufactured Units Protect the electrical service with a SPD device as shown on the Plans. The SPD shall be mounted in the pump station and connected with the shortest conductors possible. The ' SPD shall meet the following: 16-21 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 1. Provide surge current withstand up to 160 kA per phase. 2. Short circuit current rating of 200 kAIC. 3. A ten-year free replacement warranty. 4. Enhanced UL 1283 Transient Tracking Filter. 5. Status indicator lights for each phase and one service LED. 16.40 LOW VOLTAGE MOTOR CONTROL EQUIPMENT 16.41.1 Motor Control Center Part 1 - General Description of Work The electrical contractor shall furnish and install the motor control center including all related equipment as shown on the Plans and specified herein. Related Sections Signage Division 10.14.8 Basic Panel Equipment and Devices 16.30 Standard Motor Starter Division 16.41.2 References ' The equipment shall be constructed to meet or exceed the requirements within NEMA ICS3-322 and UL845 for motor control centers. Each MCC section shall bear the UL label. , Coordination The supplier of the motor control center shall equip the assembly with all appurtenances and ' accessories (including but not limited to control relays, control contacts, control wiring and terminal strips) as required for interface with the mechanical equipment and motor to provide a totally integrated and operable system. , Design Requirements This equipment shall consist of a line-up of standard design, free-standing sheet metal sections, assembled and pre-wired for motor control and power distribution as shown on the Plans. This equipment shall be designed as to permit future additions of vertical sections and interchanging of units by users. Include provisions for supervisory control equipment ' as specified elsewhere. Each unit shall be completely prewired with all control wiring numbered and terminated on terminal strips. No terminal strips are required for the load wiring. Auxiliary components ' such as HOA selector switches,indicating lights and other indicating and/or recording devices shall be mounted on the compartment door or cover. All control power leads into and out of each unit shall pass through a ganged knife blade control power disconnect ' switch. The control power disconnect shall be identified as such. 16-22 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. ' City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical The equipment enclosure shall be NEMA Type 1A with gaketing unless noted otherwise on ' the Plans. .Gasketing shall be closed cell neoprene material. The MCC shall be NEMA Class II,Type B construction. The MCC shall be rated as shown on the Plans with a minimum available fault current withstand rating of 42,000 amperes without a neutral conductor in the MCC. Submittals Provide submittals for all components. Part 2— Products ' Manufacturers During design, Siemens Motor Control Center equipment was used for sizing. MCC ' manufacturer shall be Siemens or equal. Finishes ' Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. Components COMMUNICATIONS All power monitoring equipment and motor operating equipment including overload units, SSRVS and VFD's shall communicate with the telemetry system via an Ethernet/IP networking system. All Ethernet/IP connected devices shall have an add-on profile ' available for integration into SCADA software. VERTICAL SECTIONS ' Each vertical section shall be approximately 90 inches high and 20 inches deep. Vertical sections shall have internal base mounting angles at the bottom and external lifting angles at the top running continuously within each shipping block. To minimize the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. ' INCOMING LINE COMPARTMENTS Incoming line/lug compartment shall be bottom entry unless noted otherwise on the Plans. The size and quantity of incoming cables shall be as shown on the Plans. ' BUS The main horizontal bus shall be as indicated on the Plans. Horizontal bus bars shall be located at the top of the MCC. All power bussing shall be braced to withstand a fault current of 42,000 RMS symmetrical amperes unless otherwise noted on the Plans. Bus supports shall be fabricated from high strength,glass-filled polyester resin. ' The horizontal bus shall be tin plated copper with a conductivity rating of 100 percent AICS. The horizontal bus bars shall be fully sized to carry 100 percent of the rated current the entire length of the MCC. The entire horizontal bus assembly shall be located behind the 16-23 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station top horizontal wireway. Horizontal bus bars located behind usable unit space are not acceptable. The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. The vertical bussing shall be rated 300 amperes respectively. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AILS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature.. UNIT DISCONNECT OPERATOR MECHANISM A door-mounted operator mechanism shall be provided for operating all feeder breakers provided with the MCC. The operator shall extend through an opening in the unit door and shall clearly indicate whether the disconnect is `on', 'off' or`tripped'. With the disconnect in the `ON' position, a mechanical interlock shall prevent opening of the unit door. This interlock shall be provided with a defeater so that authorized personnel may gain access to the compartment without interrupting service. The operator mechanism design shall allow padlocking the disconnect in the `OFF' position with up to four padlocks. WIREWAYS D Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 inches high. To prevent damage to cable insulation, the wireway opening between sections shall have rounded corners and the edges shall be rolled back. A full height, vertical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical wireway wall shall separate the units from the vertical wireway, and remain intact even when the units are removed. OPERATOR INTERFACE DEVICES AND CONTROL RELAYS This section covers all components required in a motor control center that require operator interface devices and control relays. Nameplates shall be provided for each control component. The nameplate shall be phenolic,black background with white lettering. See Division 16.30 Basic Equipment and Devices UNITS After insertion, each plug-in unit shall be held in place by a latch that is located at the front of the unit. Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from O the unit disconnecting means to the plug-in stables shall be routed into this molding such that the wiring is not being exposed at the rear of the unit. 16-24 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 0 2013 RI-12 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical i Size 1 through Size 5 non-reversing starters shall be plug-in units. ' The unit door shall be fastened to the stationary structure (not the unit itsel fl, so that the door can be closed when the unit has been_removed. The door shall be hinged on the left- hand side so that it opens away from the vertical wireway. The operator handle of all units shall be interlocked with the MCC frame, so that a unit insert cannot be withdrawn or inserted when the operator is in the ON position. Position of operating handle shall indicate ON, OFF, or tripped condition. Handle shall provide provisions for padlocking in the OFF position. Interlock provision shall prevent unauthorized opening or closing of the door with the disconnect in the ON position. Circuit breaker type starter units shall have a short circuit rating greater than the available fault current listed in the General Section, and shall be motor circuit protectors (MCP) with magnetic only trip. Feeder breakers shall be molded case breakers with thermal magnetic trip and have a short circuit rating greater than the available fault current listed in the General Section. An auxiliary contact shall be provided on the disconnect for purposes of isolating the external source of control voltage. One control circuit fuse shall be provided. Control circuit transformer (CCT) shall be mounted within the unit. CCT shall be individually protected, and provide the following excess capacity,in addition to that required by the starter coil: Size 1 —extra 40VA, Size 2—extra 40VA, Size 3 —extra 125VA, Size 4— extra 180VA, Size 5—extra 200 VA. POWER MONITORING See Division 16.31.1 ' SURGE PROTECTION DEVICE (SPD) See Division 16.36.1 TRANSFORMERS Lighting transformers to be installed in this equipment shall be Class H insulation type for 80 degree C rise. Provide transformer with ratings as shown on the Plans. Transformer shall be compatible with the environment in which it will be located and provided with properly-rated taps. LOAD CENTER PANELS Load Center panels shall be provided with a rating at the proper voltage and current for intended use with tin-plated copper bus bars. Panels shall have 100 percent neutral, with equipment ground bar unless noted otherwise. Panels shall be deadfront. The panelboard shall have the number of available single pole breaker spaces as shown on the Plans or a minimum of 18 spaces when a number is not indicated on the Plans. Where noted in the panel schedule on the Plans provide spare breakers, complete for future connection of wiring circuits. Where "Space Only" is indicated for breakers,.provide all ' bussing and breaker mounting hardware. The following interrupting capacity shall be considered minimum for the circuit breakers provided. Other ratings shall be as specified on the Plans. 16-25 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station • 240V and 208Y/120V Panelboards - 22,000 AIC symmetrical • 480Y/277V Panelboards - 42,000 AIC symmetrical Provide GFI breakers when indicated on the Plans. INTEGRATION WITH TELEMETRY The Manufacturer of the MCC shall determine all requirements for transmitting data to the telemetry system and shall include in the panel all required devices and equipment for interfacing contact closures. WIRING DIAGRAMS Wiring diagrams shall be provided at a centralized location in the MCC. The diagram shall show the exact devices inside the unit and shall not be a generic diagram. The supplier of the equipment shall have the capability to provide revisions to electronic files of wiring diagrams at a local office. The wiring diagrams must be provided with product submittals in order to be considered for review. Supplier shall provide a disk copy of all plans in AutoCAD format. Before the MCC can be shipped to the jobsite, the final wiring diagrams must be submitted to the Engineer for review and approval. The final wiring diagrams must reflect all changes made at the factory or integrator's shop before the diagrams will be approved. WIRE AND CONTROL RELAY IDENTIFICATION All control wire in MCC shall be marked with shrink type wire markers on both ends of wire. All control relays provided in the MCC panel shall be permanently labeled. The label for the control relays and wiring shall match the wiring diagrams. All wire and control relay identification must be correct before the MCC can be shipped to the jobsite. Part 3 - Execution Testing This equipment shall be tested, and placed into operation by a qualified factory representative trained in start-up and troubleshooting procedures for equipment being installed. 16.41.2 Standard Motor Starter Units Part 1 - General Design Requirements Each unit shall consist of a motor circuit protector and a magnetic starter. The combination shall have an interrupting rating of not less than 42,000 amperes symmetrical at 480 volts. Each unit shall have a control terminal board and other components as shown on Plans. Starters shall be of NEMA, not IEC design. That is, starters shall have molded coils, replaceable contacts, and metal mounting plate. Starters shall have provisions for accepting up to seven (7) auxiliary contacts and one (1) overload alarm contact. 16-26 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx ©2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical All starters shall be size 1 or larger and no intermediate sizes (such as 1 3/4) will be acceptable. Pilot devices shall be per Division 16.30 Basic Panel Device and Equipment. Part 2—Products Manufactured Units Overload protection is to be provided by a solid state overload relay that shall be self- powered. Each overload shall be adjustable over a full 2:1 FLA adjustment range. A tamper proof cover shall be provided. The standard overload shall provide Class 20. The overload relay must provide phase loss protection. The overload must be ambient insensitive. The overload relay must have a trip-free, normally-closed contact with a visible trip indication and N.O. isolated alarm contact. The overload shall have a method of being manually tripped for test purposes. Size the overload heaters to protect the motor actually installed with allowance for power factor correction,if applicable. 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 two spare fuses of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the project. tPart 3 —Execution Installation Overcurrent protection devices and safety switches shall be centered 60 inches above the finished floor unless noted otherwise on the Plans. 16.55.13 Fuses Part 1 - General Design Requirements Fuses shall be of the type and amperage indicated on the Plans. The voltage rating shall be appropriate for the application indicated. The fuse types indicated on the Plans imply a certain set of fuse characteristics. No substitutions of fuse types will be allowed without Engineer approval. 16-27 �. J:\Data\REN\112-047\Technica1 Specs\16 ElectricaLdocx 9/27/2013 7:36 AM ©2013 RH2 Engineering,Inc. i Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station Part 2 - Products Manufacturers Fuses shall be Bussman, Gould Shawmut,Littlefuse,Reliance, or equal. Materials Fuses in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. In-line or integrally- mounted fuse clips shall be provided on all control power or low-voltage transformers. 16.55.16 Molded Case Circuit Breakers Part 1 - General Design Requirements Breakers shall have the interrupting rating and trip rating indicated on the Plans.All breakers shall be calibrated for operation in an ambient temperature of 40° C. Part 2 - Products Manufactured Units Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have trip 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. 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. 16.55.18 Disconnect Switches Part 1 - General Design Requirements 16-28 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx Q 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Furnish and install disconnect switches conforming to NEMA KS 1, type HD, sized for the ampere and voltage as shown on the plans and as required by the National Electrical Code and nameplate requirements of the equipment served. Part 2 - Products Manufactured Units The switches shall be 600 volt type and horsepower rated. Auxiliary contacts shall be provided as indicated on the Plans. Part 3 —Execution Installation Provide additional disconnects if required by Code. 16.60 CONDUCTORS 16.61 Low Voltage Wire and Cable ' Part 1 - General LDesign 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. 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 Iand larger. Aluminum conductors shall not be allowed.. 3. Variable Frequency Drive (VFD) Cable shall be 600 volt type TC-ER, flexible, sizes #12 AWG to #4/0 AWG. SPLICES 1. For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. 16-29 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. 4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. , TERMINATIONS 1. Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. 2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on.the conductor. 3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. Components Provide the following conductors for the following applications. 1. Solid Copper, sizes #12 and #10 AWG: As shown on the Plans for circuits for receptacles, switches and light fixtures with screw-type terminals. 2. Stranded Copper, size #14 AWG and larger, Individual Conductors or CC: As shown on the Plans for the control of motors or other equipment. Size #14 shall not be used for power supplies to any equipment. 3. Stranded Copper, sizes #12 AWG and larger: As shown on the,plans for motors and other power circuits. 4. Fixture Wire: For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. Location (Installment) Schedule , Provide the following conductors for the following applications 1. Use stranded copper conductors for all power and control circuits unless noted , otherwise on plans or below. Size as noted on the plans. 2. Contractor may use solid copper conductors for lighting and receptacle circuits using screw-type terminals. Size as noted on the plans. 3. Use VFD Cable for all motor and equipment powered by a Variable Frequency Drive. Size #14 AWG wire or smaller shall not be allowed on power circuits. Finishes Color Coding: Provide color coding for all circuit conductors. Insulation color shall be I 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: , • 120/208 Volt, 3 Phase: Red,black and blue. 16-30 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical • 277/480 Volt, 3 Phase:Yellow,brown and orange. 120/240 Volt, 1 Phase: Red and black. Part 3—Execution Installation CONDUCTOR SPLICES 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: 2. Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. CONDUCTOR IDENTIFICATION 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each � g p fY termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same t 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. 16.63 Signal Cable Part 2 - Products Materials TWISTED SHIELDED PAIRS (TSP� Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ' ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and 16-31 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 R142 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 90°C and for operation at 600 volts. MULTIPLE (TWISTED) SHIELDED PAIR (MSP) CABLES Each MSP cable shall conform to IEEE 383, UL 13, and UL 83 and shall consist of the number of pairs shown on the Plans of#20 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay,with 100 percent foil shielding and tinned copper drain wires. The MSP cable itself shall have,in addition, an overall foil shield, tinned copper drain wire, and an outer PVC jacket. Thickness of the jacket shall be 50 mils for 8 or fewer pairs, 60 mils for 10 to 16 pairs, and 70 mils for 18 or more pairs. The insulation system shall be rated at 90° C and for operation at 600 volts. SPECIAL CABLES Use only coaxial cable recommended for specific applications such as radio antenna systems and computer networks as required by the manufacture or system supplier. Special cables such as triaxial (coax), twin-axial and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufacturer or suppler. Deviations must be favorably reviewed by the Engineer. Part 3 - Execution Installation CABLE INSTALLATION Cables shall be continuous from initiation to termination without splices except where specifically indicated. 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. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. CONDUCTOR SPLICES Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. Splice or terminate wire and cable as follows: Watertight Splices: Splices in concrete pullboxes, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. No splicing is acceptable for coaxial cables. i CONDUCTOR IDENTIFICATION 16-32 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. I City of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical t Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests -before any equipment has been connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. 16.70 RACEWAYS, BOXES AND FITTINGS t 16.71 Raceways ' Part 1— General Design Requirements Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. Part 2—Products Components CONDUIT AND FITTINGS 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.0 . .2. PVC Coated Rigid Steel Conduit(PVC-GRS): PVC coated conduit shall meet the GRS 1 standard above plus have a 40 mil PVC factory applied PVC coating. 3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC-40) or 80(PVC-80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per 1 the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 16-33 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 4. Flexible Metal Conduit(Flex-LT): Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 5. Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight, insulated throat, compression type. CONDUIT&CABLE SUPPORTS 1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe 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. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Part 3 - Installation Raceway Applications , 1. Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. 2. ABOVE GRADE CONDUITS (non-corrosive areas) shall be: A. GRS for power and control wiring. B. GRS for instrumentation and telecommunications wiring. C. EMT for above-grade lighting circuits. 3. ABOVE GRADE CONDUITS (wet or corrosive areas,NFPA 70 hazardous areas) shall be: A. PVC-GRS for power and control wiring. B. PVC-GRS for instrumentation and telecommunications wiring. 4. CONCEALED ABOVE GRADE CONDUITS shall be: A. GRS for all wire and cable types in wood stud frame walls. 16-34 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 0 2013 R112 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical B. PVC-40 for power and control wiring in concrete block or brick walls. C. PVC-40 for instrumentation and telecommunications wiring in CMU or brick walls. 5. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be: A. Liquidtight flexible metallic conduit for indoor, non-corrosive areas and all motor leads from VFD's. B. Connection to equipment outdoors or in corrosive areas shall be with non- metallic liquidtight flexible conduit (except for motor leads from VFD's shall be flexible metallic.) Installation 1. All conduits shall be concealed in the floor, walls, ceiling slab or beneath the floor slab. Surface mounted conduit will not be accepted unless noted otherwise on the construction plans. 2. Size of Raceways: A. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance with NFPA 70. B. Unless specifically indicated otherwise, the minimum raceway size shall be: 1) Conduit: 3/4 inch 2) Wireway: 4 inch x 4 inch 3. All raceways shall contain a separate grounding conductor. 4. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. 5. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner,parallel and perpendicular to walls and ceilings. 6. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. 7. Conduit shall not be routed on exterior of structures except as specifically indicated on Ithe plans. 8. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. 9. Securely fasten raceways at intervals and locations required by N.E.C., or the type of raceway employed. 10. Provide all required openings in walls, floors and ceilings for conduit penetration. A. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. B. New Construction: Avoid cutting openings,where possible, by setting sleeves or frames in masonry and concrete, and by requesting openings in advance. 16-35 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16- Electrical Misty Cove Lift Station C. Existing Construction: Core drill openings in masonry and concrete. Avoid structural members and rebar. _ I 11. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. 12. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. 13. Install explosion-proof seal-offs in hazardous areas shown on the Plans as required by the N.E.C. 14. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. 16.72 BoxEs AND ENCLOSURES 16.72.2 Outlet and J unction Boxes Part 1— General Design Requirements In corrosive areas, all junction boxes shall be NEMA 4X. , Oulet boxes and switch boxes shall be designed for mounting flush wiring devices. Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. Part 2—Products Materials Use cast boxes with threaded hubs 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 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass 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. l 16-36 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material,with a minimum wall thickness of 1/8". Finishes Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. 16.72.3 Watertight Enclosures Part 2—Products Manufacturers The watertight enclosure shall be equal to Hoffman. Materials Watertight enclosures for vault electrical outlets shall be molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations shall be sealed watertight. Part 3—Execution Installation An epoxy plug shall be installed in the conduit to prevent the migration of water into the 1 conduit. The enclosure shall be NEMA rated and installed per all applicable codes. 16.72.4 Pull Boxes and.Vaults Part 2—Products Manufacturers I Pull boxes and vaults shall be Utility Vault Co., or approved equal unless specified otherwise on the Plans. Materials The lids to all pull boxes and vaults shall be permanently marked for its intended use, "signal" for all signal and instrumentation handholes and "Electrical" for all power Ihandholes. Letter shall be a minimum of 3-inches high. Part 3 —Execution Installation Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagum sealing compound. Where conduits enter through sides of handholes,the penetration shall be made watertight. Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90 degree bend. i y 16-37 J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 16.75 WIRING DEVICES 16.75.1 Common Work for Wiring Devices Part 3 - Execution Installation WIRING DEVICES Position of Outlets: All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without projecting beyond the same. Unless otherwise noted, wall mounted outlet devices shall generally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. Switches shall be 48 inches above the finished floor unless otherwise noted. INSTALLATION OF WALL PLATES Interior Dry Locations: Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not permitted. Do not use oversize plates or sectional plates. Exterior and/or Wet Locations: Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. Cover type shall match box type. Testing After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity,reversed polarity, and/or open neutral condition. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. Submit results of all field testing to the Engineer for review. 16.75.2 Receptacles Part 1— General Design Requirements Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations,NEMA WD1 and UL 514 Standards. i 16-38 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx ©2013 R142 Engineering,Inc. i City of Renton Fall 2013 Misty Cove Lift Station Division 16 - Electrical Part 2—Products Materials SINGLE AND DUPLEX RECEPTACLES: • Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in toffice and laboratory areas. • Outdoor, Process or Corrosive Areas: Receptacles shall be duplex, 20 amp, NEMA 5- 20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. GFI RECEPTACLES: • Device shall be rated 20 amp, 2-pole, 3-wire, 120 volt, conforming to NEMA WD1.10 configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. SURFACE MULTIPLE OUTLET ASSEMBLIES: • Units shall have outlets on center-to-center spacing as shown on the Plans. Assembly shall conform to Article 353 of the N.E.C. I 16.75.3 Line Voltage Switches Part 2— Products Manufacturers Sierra Electric, Monumental Grade, Catalog No. 5721; Daniel Woodhead 1900 series; or equal. Materials - Line Voltage Types: Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall be flush mounted, self grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W-S-896 D and E,UL 20, and NEMA WD1 standards. 16.75.4 HOA Lighting Switches jPart 2—Products Manufacturers Bryant No. 4925 or equal. Materials HOA Switch (Lighting): Switches shall be rated 20 amps at 120 volts AC, three-position toggle,positive action with"center-off'maintained contact, double pole. 16-39 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM ©2013 RI-12 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station 16.75.5 Plates Part 1— General Design Requirements Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish. Device plates in corrosive or outdoor areas shall be corrosion-resistant/marine-duty type with weather protective double doors. Device plates for explosion-proof equipment shall be factory provided with the equipment. Part 2— Products Manufacturers As manufactured by Crouse-Hinds,Appleton, or equal. Components Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. 16.85 LIGHTING 16.85.1 Common Work for Lighting Fixtures Part 1 - General Design Requirements Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled.Provide suitable supports and mountings. Part 2- Products Manufacturers As shown on Plans. Equals will be accepted. 16.85.2 Lamps ' Part 1 - General Design Requirements Provide all lamps as specified. Refer to the Lighting Fixture Schedule on the plans for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. 16-40 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electuical.docx 0 2013 RH2 Engineering,Inc. _1 ICity of Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical Lamps shall be provided for all lighting fixtures. Warranty Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. Part 2— Products Manufacturers Approved manufacturers are Westinghouse, Sylvania, and G.E. 16.85.3 Fixtures Part 1 - General Design Requirements Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. 16.85.4 Ballast Part 1 - General Design Requirements Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the UL label. Ballast shall be General Electric Maxi-Miser II,Advance Mark II or equal. Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 0° F at 90% of the nominal line voltage. All locations, other than totally enclosed rooms, shall be considered exterior. Warranty Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. 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. 16-41 J:\Data\REN\112-047\Technical Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 16- Electrical Misty Cove Lift Station Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is 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. 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. Arc Flash Study, Protection Device Coordination and Short Circuit Analysis Provide the services of a recognized independent testing laboratory or coordination analysis consultant for the proper system coordination of the protective devices furnished on this project. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. The protective device on the line side closest to the fault or abnormal conditions shall isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans. The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece of electrical equipment shown on the one line diagrams. This includes switchgear, switchboards, panelboards, motor control centers, generators, transfer switches, and transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all items as required in NFPA 70E-2009. These labels serve as a guide to assist technicians and 16-42 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\16 Electrical.docx 0 2013 RI-12 Engineering,Inc. City of.Renton Fall 2013 Misty Cove Lift Station Division 16- Electrical others in the selection of proper Personal Protective Equipment when working around exposed and energized conductors. The electrical contractor will install the labels. The arc flash hazard study shall consider all operating scenarios during normal conditions alternate operations, emergency power conditions, and any other operations, which could result in maximum arc flash hazard. The label shall list the maximum incidental energy calculated and the Scenario number and description on the label. Submit the analysis that shall include arc flash, impedance, and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The submittal shall be completed and submitted in conjunction with the circuit breaker submittal to allow time for review and re-submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. Field Quality Control • General: Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. • 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. 16-43 JAData\REN\112-047\Technica1 Specs\16 Electrical.docx 9/27/2013 7:36 AM 0 2013 RI-12 Engineering,Inc. Fall 2013 City of Renton Division 16 - Electrical Misty Cove Lift Station i 16.95.4 Ground Electrode Resistance Test Report 1 Ground Electrode Resistance Test Report PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: 1 Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: II �I I 16-44 9/27/2013 7:36 AM J:\Data\REN\112-047\Technical Specs\16 Electrical.docc ©2013 RH2 Engineering,Inc. t Division 17 Automatic Control 17.0 GENERAL This division covers that work necessary for installing a remote telemetry unit (RTU) required for this project. Items not covered shall be suitable for their particular application. The City of Renton owns and operates an existing radio based telemetry system that monitors and controls their sewage lift stations. 17.05 Remote Communications Devices Part 1 - General Communications Antenna The Contractor shall reuse the existing Yagi antenna at the lift station site compatible with the City of Renton's telemetry system. Contractor shall provide bulkhead mounted lightning protection for the antenna. The poly phaser shall be mounted to the top of the telemetry panel. The Contractor (professional installer) shall install a mast and other apparatus required to assemble a complete, operable, and reliable fixed data communication system. The City's System Integrator shall setup the radio for communications. The radio will be provided with the RTU. The antenna mast will be provided by the Contractor. Antenna Cable Cable and connectors shall be industry standard, shielded and shall be provided to connect all peripherals and equipment. Radio Radio will be provided in the RTU. Part 2 - Products Antenna Manufacturer The antenna shall be 450-470 MHz, 10 dB gain, Dataradio antenna kit,model no. 250-0241- 510 or equal. Antenna Cable Manufacturer The antenna cable shall be Dataradio LMR-400 cable or equal with significant length to reach the RTU. a 17-1 J:\Data\REN\112-047\Technical Specs\17 Automatic Control.docx 9/27/2013 7:36 AM 0 2013 RH2 Engineering Inc. Fall 2013 City of Renton Division 17—Automatic Control Misty Cove Lift Station 17.10 Installation of Equipment by Others Part 3 - Execution Installation of City of Renton Provided Telemetry Panel (RTU) Description This section specifies the installation of a wall mounted RTU inside the proposed electrical building at the proposed Sewer Lift Station. Coordination The City of Renton will be responsible for furnishing the RTU as shown on the Plans. The electrical contractor shall be responsible for installing the RTU and interconnecting the RTU to all related equipment as shown on the Plans. The Contractor shall be responsible for furnishing and installing the antenna on the existing mast as shown on the Plans. Copies of the telemetry panel shop drawings are provided as part of the Contract documents in Appendix A for use by the electrical contractor during the construction of the conduit and grounding system. Delivery The Contractor shall pick up the RTU from the City of Renton Shops. Contractor shall coordinate with City of Renton on pick up schedule. Contractor shall provide all equipment necessary for loading and unloading the RTU at the project site. City of Renton Shops 3555 NE Second Street Renton,WA 98056 (425) 430-7400 Installation The RTU and antenna mast shall be installed in accordance with the installation of the drawings and City System Integrator's instructions. Workers who are skilled and experienced in the installation of telemetry equipment shall perform installation. The City's System Integrator will perform all work at the Master Telemetry Unit to establish a functioning telemetry system. Testing Testing and inspection of the RTU shall include all components. All components of the RTU shall be interconnected to the field devices and powered with rated incoming voltage. The Contractor shall verify that all interconnections and work completed by them is functioning properly. After completion of the initial testing, the City of Renton will conduct subsequent testing to verify that all connections and work completed by the Contractor was performed correctly. 17-2 9/27/2013 7:36 AM J:\Data\REN\112-047\Technica1 Specs\17 Automatic Control.docx ©2013 RH2 Engineering,Inc. Division 18 II' 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. The City will NOT pay any materials on hand until the materials are delivered and installed on the project site. The only exception to this rule is for the MCC and the pumps. The city will pay up to 100-percent of the invoice cost for the MCC and the pumps delivered to a secured storage area approved by the owner. BID ITEM NO. 1 - MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP Lump sure price covers complete cost of furnishing, installing and testing, complete and in- place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site;provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction, move all personnel and equipment off site after contract completion, cleanup site prior to final acceptance; strip parking lot lines disturbed Q during construction; 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 NO. 2—TEMPORARY EROSION AND SEDIMENTATION CONTROL Lump sum price shown shall cover the complete cost of providing all temporary erosion and sedimentation control relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: silt fence, temporary trenching, temporary mulching, plastic sheeting, hydroseeding of all disturbed areas following construction, construction sedimentation control ponds and/or tanks; control of water; silt- filtration bags �irtba s) for dewatering water, temporary perforated-pipe flow dispersion pipelines, restoration of damage caused by storm events and all other work necessary for a complete installation of all temporary sedimentation and erosion control facilities. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 3—TRAFFIC CONTROL Measurement for traffic control work will be based on the percentage of total work complete,by dollar value, at the time of measurement. The lump sum price shown shall cover the complete cost of providing all labor (e.g. flaggers), materials, tools, equipment, and incidentals, for providing WSDOT certified Traffic Control Supervisor (TCS), certified flaggers, off-duty police officer(s) when working 18-1 J:\Data\REN\112-047\Technical Specs\18 Measurement and Payment.docx 9/27/2013 8:07 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 18—Measurement& Payment Misty Cove Lift Station within 50 feet of any signalized intersection, furnishing, installing, maintaining, removing traffic control signs, VMS information boards, construction warning and detour signs, sequential arrow boards, traffic cones, barrels, barricades and the like, steel plating, pins, shims, temporary pavement markers and striping, removing, relocating, re-installing existing roadway signs, preparing, revising, and implementing any traffic control/detour plans required by the Contract Documents and right-of-way use permit, and conforming to the Manual on Uniform Traffic Control Devices (MUTCD) and as directed by the Engineer and by the City's Transportation Department. Also, included in the contract price is the cost to furnish traffic control services and equipment for construction surveying, staking, and as- building. This bid item shall also include complete costs for preparing Traffic Control Plans as necessary for approval by the permitting agency. Payment for traffic control will be made at the measured percentage amount for the pay period times the lump sum amount Bid. BID ITEM NO. 4—TEMPORARY BYPASS PUMPING SYSTEM Lump sum price shown shall cover the complete cost of providing all design, labor, equipment, and materials required for a bypass pumping system for the existing Misty Cove Lift Station during construction of the improvements. The temporary discharge piping shall be connected to the existing 12" gravity sewer line. Payment will be made for a complete installation that has been tested and made fully operational. It is the contractors responsibility to ensure the pumping system remains operational and meets the demands of the lift station until the proposed lift station is tested and fully operational. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 5 - SITE WORK AND UTILITIES Lump sum price shown shall cover the complete cost of providing all site work and utilities relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: pot holing in street; structure excavation; trenching; backfill and compaction; site grading;temporary construction fencing;temporary stormwater control including treatment and disposal; removal and disposal of unsuitable materials; select backfill, bedding; appurtenances and all other work necessary for a complete installation of all facilities including the wet well, the valve vault, the sewer manholes, asphalt restoration, parking lot striping, electrical building foundation, landscaping restoration and other site utilities. Site utilities include, but are not limited to: collection sewer, pressure sewer, and underground utilities that may not be covered in another bid item. Other work involved includes the protection or relocation of existing utilities located within the area of construction that may include, but not limited to: telephone, street lighting, electrical, cable television,water and stormwater. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 6—TRENCHLESS GRAVITY SEWER Lump sum price shown shall cover the complete cost of all construction of the trenchless gravity sewer improvements as shown on the plans and as specified. Work includes, but is not limited to: selection, design, and engineering of trenchless method, equipment, labor, materials, and all other work necessary for complete installation of the trenchless gravity 18-2 9/27/2013 8:07 AM J:\Data\REN\112-047\Technica1 Specs\18 Measurement and Payment.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 18-Measurement& Payment sewer. The lump sum shall not include traffic control. If traffic control is required during the construction of the gravity sewer it shall be paid under Bid Item No. 3. Payment will be . made for a complete installation that has been tested and made fully operational. BID ITEM NO. 7— UNSCHEDULED EXCAVATION This bid item will be used at the discretion of the Owner. In the event the Owner determines that the subgrade is unsatisfactory due to reasons beyond the control of the Contractor, the Owner may opt to have the Contractor over excavate the unsuitable material. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. The price per cubic yard shall cover the complete cost of providing all materials, equipment and labor necessary for over-excavation of unsuitable native material found at the bottom of the excavation as shown on the plans and/or detailed in the contract specifications. This bid item is applicable for the wet well and valve vault pad and any other over-excavation deemed required by the Owner during construction. Work includes excavation of unsuitable material to a firm and unyielding subgrade, hauling, and disposal of unsuitable material. The Contractor must keep up to date and accurate records of removing all unsuitable material on-site and demonstrate it has exceeded the quantity shown on the plans for stripping. Payment shall be per cubic yard of material as measured in place. To receive payment for this bid item, the Owner must approve and measure all over-excavation. Failure to obtain approval of the Owner and/or failure to permit the Owner to measure over-excavation will result in no payment of the over-excavation. BID ITEM NO. 8— UNSCHEDULED STRUCTURAL BACKFILL The unit price per cubic yard shall be full compensation for furnishing and installing structural backfill for backfilling potential unscheduled excavation and wet well and valve vault, subgrade stabilization in lieu of crushed surfacing base course at the discretion of the Owner, including all equipment and work for hauling, placing, compacting, handling, and stockpiling material. Payment shall be per cubic yard of unscheduled import backfill permanently installed in place based on truck weight tickets. BID ITEM NO. 9 - TRENCH SAFETY AND SHORING Lump sum price shown shall cover the complete cost of trench safety and shoring including: all labor, materials, and equipment for the installation of the shoring work as detailed in the contract specifications; as required by applicable codes and standards,whether shown on the Plans or not. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 10 - DEWATERING The lump sum price shown shall cover the cost for furnishing all plans, material, labor and equipment necessary to install a dewatering system to facilitate excavations necessary to install lift station dry vault, wet well, and gravity sewer system. The dewatering system includes water treatment facilities, to reduce turbidity, dissipate energy at the point of discharge, and aerate water. The cost shall cover all pumps, piping, power, and any other items necessary to provide this system. 18-3 J:\Data\REN\112-047\Technical Specs\18 Measurement and Payment.docx 9/27/2013 8:07 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 18—Measurement& Payment Misty Cove Lift Station Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 11—ASPHALT PAVEMENT The unit price per ton shall be full compensation for furnishing, placing and compacting HMA per the plans and specifications. The price per ton includes base preparation prior to the placement of the HMA;grinding of the existing HMA as required; saw cutting; sealing of pavement joints; seal coating to match existing driveways; complete installation of the HMA per the plans; adjusting existing utilities and surface features to grade; and replacing disturbed monuments in cases. No additional payment will be made for work necessary to correct HMA not installed in accordance with the plans and specifications or HMA required in areas outside of the payment limits to repair damage caused by construction. Payment shall be per ton of HMA in place. BID ITEM NO. 12—EXISTING LIFT STATION CONVERSION Lump um rice shall cover the Complete cost of decommissioning the existing lift stations P P p g and converting to a gravity sewer manhole. The cost shall include, but is not limited to; removal and disposal of the existing equipment; any modifications to the structure necessary for construction of improvements and piping connections; grout and channeling bottom of wet well for conversion to sewer man hole; cleanup and restoration of area disturbed during the project such as landscaping and curbing. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 13 —LIFT STATION STRUCTURAL Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the wet well, valve vault, and flowmeter manhole, complete as shown on the Plans and detailed in the contract specifications including: pre- cast concrete, and supports, miscellaneous metal work, access hatches, waterproofing, patching, repairing, and testing. Cost for installing the wet well, valve vault and flow meter manhole is covered under Bid Item No. 5. Payment shall be lump sum based on percentage of completion. BID ITEM NO. 14 ELECTRICAL BUILDING STRUCTURAL Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the electrical building structure completes as shown on the Plans and detailed in the contract specifications including: concrete foundation, masonry, miscellaneous metal work, doors, ceilings, insulation, carpentry, roof, waterproofing,rain gutters, electrical building HVAC,patching, and repairing. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 15 —MISTY COVE LIFT STATION PUMPS AND MOTORS Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for the duplex submersible pump and electric motor system as shown on the Plans and detailed in the contract specifications. Price shall include cost of materials 18-4 9/27/2013 8:07 AM J:\Data\REN\112-047\Technica1 Specs\18 Measurement and payment.docx 0 2013 RH2 Engineering,Inc. City of Renton Fall 2013 Misty Cove Lift Station Division 18.—Measurement& Payment and installation of rail system, cabling,testing, and startup. Payment shall be lump sum based on percentage of completion. BID ITEM NO. 16 — DEVIL'S ELBOW LIFT STATION PUMP AND MOTOR Lump sum price shown shall cover the complete cost of providing all labor, materials and equipment necessary for replacing one of the existing submersible pumps at Devil's Elbow Lift Station and installing the proposed pump, rail adapter system, and electric motor system as detailed in the contract specifications. Price shall include cost of materials and installation of rail system, cabling,testing, and startup. Payment shall be lump sum,based on percentage of completion. BID ITEM NO. 17- MECHANICAL Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the mechanical work shown on the Plans and detailed in the contract specifications, including all mechanical work and equipment not listed in the other bid items. Payment shall be lump sum,based on percentage complete. BID ITEM NO. 18 - ELECTRICAL Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for the electrical work shown on the Plans and detailed in the contract specifications including conduit, vault and wiring shown on site plan. Coordination, testing, start-up of electrical, automatic control, mechanical equipment, and telemetry equipment detailed in Division 17 of the Special Provisions shall also be paid under this bid item. Payment shall be lump sum,based on percentage complete. BID ITEM NO. 19 FINISHES Lump sum price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the technical specifications. Payment shall be lump sum,based on percentage complete. BID ITEM NO. 20 — OPERATION AND MAINTENANCE MANUALS AND ON SITE OWNER TRAINING Lump sum price shown shall cover the complete cost of providing all labor and materials necessary to provide 3 copies of the Operations and Maintenance Manuals as described in the specifications and train the Owner's personnel on site with manufacturer certified. representatives for the following items: Pumps and Motors, Power and Telemetry equipment, and Mag Meters as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Partial payment of up to 20 percent ($500) of the.total bid item cost is allowed prior to initial owner training. Final 80 percent ($2,000) of 18-5 J:\Data\REN\112-047\Technica1 Specs\18 Measurement and Payment docx 9/27/2013 8:07 AM ©2013 RH2 Engineering,Inc. Fall 2013 City of Renton Division 18—Measurement& Payment Misty Cove Lift Station payment shall not be paid until O&M Manuals are determined complete by the Owner and Engineer and the Owner are satisfied that all training has been accomplished to operate the improvements. Cost for this bid item shall be$2,500. BID ITEM NO. 21— CONSTRUCTION RECORDS Lump sum price shown shall cover the complete cost of providing all mark-up plans necessary for the Owner to create accurate construction records as detailed in the specifications. The work includes surveying all 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. 18-6 9/27/2013 8:07 AM J:\Data\REN\112-047\Technica1 Specs\18 Measurement and Paymentdocx 0 2013 RH2 Engineering,Inc. t � ENGINEERING 1 GEOLOGY REPORT I 1 1 i 1 1 1 1 1 1 1 1 i 1 t 1 1 1 i 1 1 1 i 1 1 1 1 1 1 sy� v� 3 a ' ENGINEERING GEOLOGY REPORT— REPORT" ON SITE GEOLOGY, HYDROGEOLOGY, ` ENGINEERING GEOLOGY AND ` l GEOT mmcAL ENGINEERING ISSUES k CITY OF RENTON MISTY COVE LIFT STATION � REPLACEMENT Prepared by RH2 Engineering, Inc, - e for the City of Renton �g September 2013 , h ` This report is based on a July 17, 2013, site investigation and subsequent analysis, interpretation, and evaluation of site geology, hydrogeology, engineering geology, and geotechnical issues specific to the design and constructability of a new sewer lift station. RH2 Pr je-t. REN 1 12.047.01.101 sq a� Bothell(WA) Bellingham(WA) , East Wenatchee('NA) Richland(WA) Tacoma(WA) EN P L A N R E R K Central Point(OR) ..- Portland(OR) North Bend(OR) City of Renton Misty Cove Lift Station Replacement REPORT ON SITE GEOLOGY,HYDROGEOLOGY,ENGINEERING GEOLOGY,AND GEOTECHNICAL ENGINEERING ISSUES September 2013 Report based on July 17,20L3, Site Investigation and Analysis RH2 Engineering, Inc., (RH2) has prepared this report for exclusive use by the City of Renton (City) to support the design of a proposed lift station to replace an existing lift station and a gravity sewer to connect the Misty Cove Condominium to the proposed lift station. The project site is at the Misty Cove Condominium at 5021 Ripley Lane N, immediately northwest of the Seattle Seahawks Training Facility and on the shoreline of Lake Washington, in Renton, Washington. Within the limitations of the scope of work, schedule and budget, RH2 has completed a geologic and groundwater investigation to gain information necessary for developing specific recommendations for the new lift station and gravity sewer. The geologic services have been conducted in accordance with the locally accepted practices of a licensed engineering geologist and per the elements of Chapter 18.220 of the Revised Code of Washington (RCW) and Chapter 308-15 of the Washington Administrative Code (WAC) that are included in the scope of work. The conclusions and recommendations contained in this report are based upon surface and subsurface geologic exploration of the earth materials and groundwater conditions at the site, and previous studies and maps of the region. Use of this report by others, or for another project,is at the user's sole risk. Based on the explorations completed under the scope of work, RH2 predicts that the types of earth materials encountered during excavation and construction of the facility will consist of variably thick layers of sand and silt derived from alluvium and lakeshore sediment. The lateral and vertical continuity and composition of these layers is often variable. Groundwater at the time of exploration in July 2013 was at a depth of approximately 9 feet deep below the project site,and groundwater conditions will affect design and construction of the lift station. Site inspection by RH2 during construction is recommended to determine the significance of variations in the geology and hydrogeology. RH2 should be notified when excavation begins and for the inspection of the subgrades prior to the initial placement of the foundations to confirm that the earth materials and groundwater conditions are consistent with those predicted in this report and meets the design requirements. If unsuitable earth materials and/or groundwater conditions are exposed, recommendations for correcting the problems may include additional field investigation. If conditions change due to new construction at or adjacent to the project, RH2 should inspect those changes prior to construction. We look forward to assisting and supporting the City to ensure successful construction of the facility. �t Was6, Sincerely, �'�� /> ,. RH2 Engineering,Inc. f �",• 1402 ca 'lf ` ; °°�1 9/6/13 Steve Nelson,L.E.G,L.HG. Stephen Eris�dei�tsrs Licensed Engineering Geologist and Hydrogeologist 3C Rick Ballard,P.E. 32878 t Director . 26978 Tony Pardi,P.E. ti. President 9/6/13 This report is a final and complete response to all elements in the Scope of Work and Contract agreement between the City of Renton and RH2 Engineering. i TABLE OF CONTENTS ENGINEERING GEOLOGY REPORT.....................................................1 INTRODUCTION........................................................................................1 Project Description...........................................................................................1 Locationand Existing Conditions......................................................................1 Exploration Methods and Strategy....................................................................2 Purpose of the Engineering Geology Report.....................................................2 PreviousWork..................................................................................................2 REGIONAL GEOLOGY......... .....................................................................3 SITEGEOLOGY..........................................................................................4 Subsurface Exploration and Investigation........................................................4 GeologicIn-situ Tests ......................................................................................4 GeologicLaboratory Tests................................................................................4 GeologicUnits..................................................................................................4 Hydrogeology...................................................................................................5 Hydrogeologic Evaluation.................................................................................5 PROJECTSUMMARY..................................................................................6 Geologicand Groundwater Conditions..............................................................6 Summary of Soil Properties..............................................................................6 Summary of Geologic Risks and Hazards..........................................................6 Summary of Construction.................................................................................7 RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION..........................7 Shoring.............................................................................................................7 GroundwaterControl........................................................................................8 Excavation to the Subgrade and Excavation Stabilization.................................9 Inspection and Treatment of In-situ Earth at Excavation Subgrade.................9 SubgradePreparation and Compaction ..........................................................10 Compaction of Structural Fill..........................................................................11 Potential Settlement of the Structures...........................................................11 Potential Settlement of Adjacent Structures and Utilities...............................11 SeismicDesign...............................................................................................11 Seasonof Work..............................................................................................12 BidDocuments...............................................................................................12 FIGURE FIGURE 1 — GEOLOGIC EXPLORATION MAP APPENDICES APPENDIX A BORING LOGS APPENDIX B MATERIALS LABORATORY REPORT i 9/6/2013 11:01:47 All J:\Da \REN\112-047\Gco\Report\Geo Report Misty Core.docz t ENGINEERING GEOLOGY REPORT This report is presented in a format consistent with the elements of the practice of geology outlined in Chapter 18.220 of the Revised Code of Washington (RCW) and Chapter 308-15 of the Washington Administrative Code (WAC). RH2 Engineering, Inc., (RI-12) has addressed all tasks in the scope of work for the Misty Cove Lift Station Replacement with the City of Renton (City) and geologic risks relevant to the feasibility of the project about which RH2 has knowledge. INTRODUCTION Project Description The Misty Cove lift station is located at 5201 Ripley Lane North, north of the entrance to the Misty Cove Condominium Association (Condo Association) in Renton,Washington. The lift station serves the lakefront properties west of the railroad tracks and north of the Seattle Seahawks Training Facility. The lift station is a duplex, stacked dry/wet well type of facility that uses dry pit vacuum pumps. The lift station force main discharges to the Baxter lift station,which is owned and operated by the City. I� The Condo Association owns the Misty Cove lift station that collects waste and pumps it directly to King County. The City intends to combine the Misty Cove lift station and Baxter lift station into one new lift station owned and operated by the City and constructed on the Condo Association property. A directional drilled horizontal boring will be used to connect a new gravity sewer from the Condo Association to the lift station. The City has authorized this geologic/hydrogeologic investigation to provide contractors with �r sufficient information to develop directional drilling, construction dewatering, and excavation shoring plans that will support the installation of the new lift station, and associated pipelines (the project). Location and Existing Conditions The project site is located at the southeast corner of the Condo Association property approximately 1,500 feet north of the intersection of NE 44`h Street and Interstate 405, and approximately 500 feet east of the Lake Washington shoreline, in Renton, Washington, (Figure 1 — Geologic Exploration Map). The surrounding properties are developed for commercial use and are occupied by office buildings, businesses, warehouses, roads, and former Burlington Northern Santa Fe (BNSF) railroad tracks. The project site is flat and paved. The ground surface elevation of the project site is approximately 34 feet above mean sea level. Figure 1 shows the existing site structures and the soil boring/monitoring well locations. This.. information should be used to guide any and all alterations to the site, including excavation for the new lift station, directional drilled boring, and dewatering during construction. The wet well for the lift station will be founded on native soil at a depth of 34 feet below ground surface (bgs), the precast valve vault for the lift station will be founded on native soil at a depth of 9 feet and the directionally drilled boring containing the gravity sewer connection will be completed at depths ranging from 10 feet at the current Condo Association lift station to a depth of 20 feet bgs at the wet well of the proposed lift station. Page 1 9/6/2013 11:01:47 AiIM J:\Data\REN\112-047\Geo\Report\Geo Report REN Misty Cove.docz City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 The electrical building will be founded on spread footing and concrete slab constructed on native soil one to three feet below grade. The force main connecting the new lift station to the nearby City manhole will be constructed in a 4-foot deep trench,backfilled with pipe zone bedding and structural soil. Exploration Methods and Strategy Three soil borings were used to explore the earth materials (stratigraphy, composition, texture, moisture content, and density) and groundwater conditions (permeability, liquefaction potential, and seepage rate) below the ground surface at the project site. The soil borings provided data on the density of the earth materials using the Standard Penetration Test (SPT), which was used to evaluate soil density and the potential for settlement and liquefaction. One soil boring was completed as a groundwater monitoring well to evaluate groundwater elevations and to test aquifer properties at the proposed new lift station site. Representative soil samples were collected from the soil borings and submitted for laboratory analysis of soil properties. Purpose of the Engineering Geology Report This report is a public document. It is specific to this project and has been prepared to support the planning, permitting, design, and bid documents for this project. This report is intended to support the completion of the project for the City and protect the public interest by safeguarding life,health,property, and the environment,while promoting public welfare in a manner consistent with Chapter 18.220 RCW and Chapter 308.15 WAC,which regulate the licensed practice of Geology. This report with its appendices,including soil boring/monitoring well construction logs, and laboratory reports supports RH2's design of the project. This report includes recommendations for enhancing the constructability of the project based on site-specific characterizations of the earth materials and groundwater that will likely be encountered during excavation for the project. The purpose of this report is not to dictate any means and methods for construction of the project, but is intended to provide information that will be useful to contractors for preparing bids. Providing this report and appendices will support contractors' cost estimates for excavation, shoring, and managing groundwater activities that are specific to the conditions at the project site. Contractors must independently interpret the findings in this report to select construction methods, safety procedures,equipment,and contingencies for completing the project. Based on the available geologic, hydrogeologic, and geotechnical engineering data, this site is suitable for construction of the project and associated improvements; therefore, planning, permitting,and design should proceed. Previous Work RH2 reviewed the following documents and websites: Booth, D.B, Troost, K.A., and Wisher, A.P., 2007, Geologic Map of King County, 1:100,000 scale. Driscoll,F.G., 1995, Groundwater and Wells, Second Edition. Page 2 9/6/2013 11:01:47 Ant J:\Data\REN\112-047\Gco\Report\Geo Report REN misty Coce.docx City ofRen ton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 Mullineaux, D.R. 1970, Geology of the Renton, Auburn, and Black Diamond Quadrangles, King County, Washington. US Geological Survey Professional Paper 672, 97 pp. Palmer, S.P., 1997, Holocene Geologic History and Sedimentology of the Duwamish and Puyallup Valleys, Washington, Washington Department of Natural Resources, Geology and Earth Resources Division. Washington Department of Natural Resources Washington Interactive Geologic Map. Accessed May 10,2013. https://fortress.wa.gov/dnr/geology/ Woodward, D.G., Packard, F.A., Dion, N.P., and Sumioka, S.S., 1995, Occurrence and Quality of Ground Water in Southwestern King County, Washington. Water Resources Investigations Report 92-4098, 69 pages,4 plates. REGIONAL GEOLOGY The Lake Washington basin, and Cedar/Duwamish/Green River valleys form low-lying areas between upland areas mantled with glacial sediment. The valleys represent areas of deposition since the last glaciation. The project site is along the southwest Lake Washington shoreline near the outlet of May Creek. The present day shoreline in the project area was formed by the deposition of sediment from May Creek and from sediment eroded from the surrounding slopes above the shoreline (alluvium). Tectonically, the project site lies between an oblique convergent plate boundary and the rising and volcanically active Cascade Mountain Range. An active subduction zone lies deep below King County, and the continental crust is being compressed and pushed northward. The site is also located near east-west trending Seattle fault zones. This tectonic setting results in significant seismic activity and, assuming a 50-year design life for the proposed lift station, there is a high probability that the lift station will experience a deep subduction earthquake, an intermediate crustal earthquake (like the 2001 Nisqually earthquake) and/or a shallow earthquake that breaks the ground surface (e.g., along the roughly east-west trending Seattle or Tacoma fault zones). Approximate 50-year probabilities and Magnitudes (NI) for Puget Sound earthquakes are as follows:] • Cascadia M9: 10 to 14 percent • > 5 percent from slip rate GR model; 1 000 year return Seattle Fault M _ 6.5: p ( p y time) • Deep M >_ 6.5: 84 percent (from 1949, 1965, 2001) • Random shallow M >_ 6.5 15 percent for entire Puget Sound area,including Seattle Fault zone The Washington State Department of Natural Resources (WADNR) Interactive Geologic Map, based on the National Earthquake Hazards Reduction Program (NEHRP), identifies the project site as Seismic Site Class D to E. The WADNR characterized the project area with moderate to high liquefaction susceptibility. Taken from http://earthquake.usgs.gov/hazards/ Page 3 9/6/2013 11:01:47 AM J:\Data\REN\712-047\Gco\Report\Geo Report REN Misty Cove.docx City of Renton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 SITE GEOLOGY The project site is a paved parking lot bordered by residential landscaping and paved secondary roads. No undisturbed surficial soil or bedrock was observed at or near the project site. The geomorphology of the project site is dominated by the deposition of alluvial deposits associated with erosion and stream channels, and associated wetlands. The shallow sediment was deposited in a floodplain environment without subsequent consolidation or compaction. The WADNR geologic map, and the Geologic Map of King County (Booth et al., 2007) identifies the surficial geologic unit as Alluvium. Subsurface Exploration and Investigation On July 17, 2013, RH2 supervised the drilling, sampling, and testing of three soil borings (SB-1, SB-2, and SB-3) to explore and characterize the geology and hydrogeology of the site. One boring, SB-1,was completed as a groundwater monitoring well. Soil borings SB-1, SB-2, and SB-3 were completed at depths of 45, 20, and 15 feet respectively,using a truck-mounted,hollow-stem auger drill rig (Diedrich D-50) provided and operated by Holocene Drilling, Inc., of Puyallup, Washington. Soil samples were collected at either 2.5 or 5-foot intervals using SPT methods with an auto-hammer. Upon completion of the geological investigation, SB-1 was completed as a 2-inch-diameter slotted PVC monitoring well with 10 feet of 0.020-inch machine-slotted well screen from 25 to 35 feet bgs. The monitoring well was used to measure the groundwater conditions and evaluate aquifer properties using a short-term pumping test. The monitoring well (MW-1) was developed using surging and pumping,which removed 35 gallons of water. Soil borings SB-2 and SB-3 were backfilled with hydrated bentonite chips and sealed at the surface with concrete. Figure 1 shows the location of the borings. Appendix A contains the soil boring/well completion logs. Geologic In-situ Tests In-situ SPTs were performed at regular intervals in the soil boring, and the SPT N-value results (the number of blows in the lower 12 inches of testing) are presented in the boring log in Appendix A. Geologic Laboratory Tests Grain-size analysis was performed on four soil samples collected from SB-1 at depths of 30 to 45 feet. Atterberg limits testing was performed on two soil samples from SB-1 at depths of 15 and 20 feet and one sample from SB-2 at a depth of 12.5 feet. Laboratory services were performed by HWA GeoSciences,Inc. Appendix B contains laboratory testing results. Geologic Units Four soil/geotechnical units, listed from shallowest to deepest, were found within the site: 1) asphalt and sandy fill; 2) SILT and Silty CLAY; 3) SILT with Sand; 4) and Silty SAND. These units were distinguished based on compositional and textural differences and geotechnical properties. Page 4 9/6/2013 11:01:47 AM ]:\Data\RE.N\112-047\Geo\Report\Geo Report REN Misty Coce.docx City of Renton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 1. Unit 1 consists of the asphalt forming the parking lot surface underlain by fill consisting of olive grey, compact,well-graded SAND with Gravel (SW), from ground surface to a depth of approximately 1.5 feet bgs. 2. Unit 2 consists of approximately 17 to 22 feet of olive gray to olive brown low to moderate plasticity, soft to medium stiff SILT and Silty CLAY (M:L-CL), with little fine sand, some organic and woody debris at 8 to 15 feet, with some clayey or sandy layers. The unit is moist to wet below 13 feet bgs. The unit is interpreted as lake sediment and alluvium. 3. Unit 3 consists of approximately 3 to 5 feet of olive gray, low to moderate plasticity SILT with Sand (ML). The unit is wet and interpreted as lake sediment and alluvium. 4. Unit 4 consists of at least 21 feet of olive gray, fine, wet Silty SAND (SM) from approximately 25 to 46.5 feet bgs. The unit contains some medium sand, thin layers of low plasticity Sandy SILT, and generally is medium dense. A layer of loose to very loose Silty SAND was encountered at 32 to 37 feet bgs. Hydrogeology Soil from 1.5 feet to 13 feet bgs was moist. Soil below 13 feet was groundwater saturated. Groundwater in the completed MW-1 was approximately 9 feet bgs in July 2013. Groundwater levels at the project site likely fluctuate seasonally by a few feet. Constructing �. the proposed lift station will require site excavation to a depth of approximately 35 feet bgs, approximately 26 feet below the summer (low) groundwater level. Hydrogeologic Evaluation RH2 conducted a short-term constant-rate pumping and recovery test on MW-1 to estimate aquifer properties. A 1.5-inch-diameter submersible pump was installed with the pump intake at approximately 30 feet bgs. The discharge from the pump was calculated by recording the time necessary for the discharge to fill a 5-gallon bucket. The well'was pumped at constant rate of 2 gallons per minute (gpm) for 15 minutes. Pumped water was discharged into the nearby stormwater catch basin. At the start of testing, the static water level was 8.7 feet below the top of the casing, and after 15 minutes of pumping, the groundwater level declined by 20.5 feet to a depth of 29.2 feet below the.top of the casing. The apparent short-term specific capacity of this well is less than 1 gpm per foot (;pm/ft). Using specific capacity to estimate transmissivity (Transmissivity equals Specific Capacity multiplied by 2,000) leads to a maximum value of 2,000 gallons per day per foot (gpd/ft) (Driscoll, 1995). Grain-size analysis was performed by HWA GeoSciences, Inc., on two samples of the aquifer material collected during the soil boring (Appendix B). Grain size analysis, and more specifically uniformity coefficient and diameter of the 50 percent retained size combined with density obtained from SPT values can be used to estimate aquifer properties (Driscoll, 1995). The three samples collected at depths of 30 to 40 feet were classified as moderately dense Silty SAND (SM), with hydraulic conductivity values of approximately 0.0001 to 0.001 centimeter per second (cm/sec). Page 5 9/6/2013 11:01:47 AM J:\Data\REN\112-047\Geo\Report\Geo Report REN Misty Coce.docx City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 PROJECT SUMMARY Geologic and Groundwater Conditions The project site from ground surface to approximately 1.5 feet consists of granular, fill i overlain by asphalt. Native soil and sediment below the fill is identified as shoreline deposits and alluvium. Silt-dominated deposits generally exist to a depth of 25 feet, and are underlain by fine-grained Silty SAND (SNI) to a depth of at least 46.5 feet bgs. Depth to groundwater measured at the time of drilling was 9 feet bgs;groundwater level may fluctuate by a few feet seasonally. Short-term pumping test results for the silty sand unit at a depth interval between 25 and 35 feet indicated low to moderately permeable aquifer conditions with an estimated hydraulic conductivity value of 0.0001 to 0.001 cm/sec,which is characteristic of fine-grained silty sand. Summary of Soil Properties Based on the findings of the site investigation and laboratory analysis of representative soil samples, design and construction should assume the following soil parameters: Soil Moisture Content (laboratory analysis SILT/CLAY— 18 to 32 percent Silty SAND— 12 to 22 percent Soil Density (based on SPT N-values) SILT/CLAY—soft to medium stiff;N = 3 to 17 Silty SAND—loose to medium dense;N = 4 to 20 at 25 to 35 feet bgs;N = 27 to 37 at 40 to 45 feet bgs Soil Unit Weight (based on published values) SILT/CLAY—110 to 115 pounds per cubic foot (pcf) Silty SAND—115 to 120 pcf Soil Friction Angle based on published values SILT/CLAY—22 to 24 percent Silty SAND—28 to 32 percent Elastic Modulus (based on published values and SPT N-values) Silty SAND—60,000 to 80,000 pounds per square foot (psf) Summary of Geologic Risks and Hazards • Risks from landslides and mass wasting are negligible. I • Risks from flooding are low. The site is outside of the mapped floodways, 100-year floodplains,and channel migration hazard areas (King County iN1AP). • Risks from groundwater seepage during construction are high and must be mitigated to maintain the integrity and stability of the excavation (refer to the Recommendations for Design and Construction section of this report). i Page 6 9/6/2013 11:01:47 AM J:\Data\REN\112-047\Geo\Report\Geo Report REN Misty Cove.docx City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 • Earthquake and liquefaction risk are moderate to high, as identified by WADNR (refer to the Recommendations for Design and Construction section of this report). Summary of Construction The wet well for the proposed lift station will be constructed in an excavation cut through approximately 22 to 25 feet of low to moderate plasticity SILT, Silty CLAY, and SILT with Sand and 11 to 13 feet of fine-grained Silty SAND and completed and founded at a depth of tapproximately 35 feet upon Silty SAND (SM), and approximately 26 feet below static groundwater elevation. The Silty SAND unit is considered suitable as a foundation for the wet well for the lift station (refer to the Recommendations for Design and Construction section of this report). ' The precast valve vault for the proposed lift station will be constructed in an excavation cut through and founded at a depth of approximately 9 feet on low to moderate plasticity medium stiff SILT and Silty CLAY. This unit is suitable for the precast vault if it contains no soft zones at the subgrade elevation. The excavation for the wet well and precast vault will require shoring and groundwater control to stabilize and maintain a dry working condition in the excavation. The gravity sewer will be installed in a directionally-drilled horizontal boring completed in low to moderate plasticity soft to medium stiff SILT" and Silty CLAY and SILT with Sand, and may encounter small organic debris. The boring will be completed at depths of 10 to 20 feet bgs and will likely encounter groundwater saturated conditions below 9 to 13 feet bgs. The electrical building will be founded on SILT and Silty CLAY. RECOMMENDATIONS FOR DESIGN AND CONSTRUCTION Shoring The type and method of shoring to stabilize the excavation should be the responsibility of the Contractor; should submit the shoring design to the City for review. The project area is constrained by utilities and property lines, and the nearest buildings on shallow foundations are approximately 100 feet from the excavation area. Shoring methods should be designed to minimize any disruption of the adjacent retaining wall immediately north of the excavation due to excessive vibration and settlement from excavation and dewatering. Shoring should minimize potential for settlement due to dewatering,which must lower the groundwater level in the excavation from approximately 9 feet at static level to a dewatered depth of 36 feet bgs. Water-tight shoring would reduce the amount of groundwater withdrawn and the time to achieve dry conditions and would provide greater stability for the excavation sidewall. A partially water-tight system (slide rail shoring, for example), may also be considered if it will minimize the risk of ground settlement outside the excavation. • The contractor should install construction stabilization (for example, caisson,slide rail shoring, steel sheets, etc.) as necessary to protect workers inside excavations and to support excavated vertical slopes. All excavations should comply with all Occupational Safety and Health Administration (OSHA) and Washington Industrial jSafety and Health Act (WISHA) safety requirements. Page 7 9/6/2013 11:01:47 AM J:\Data\REN\112-047\Gco\Report\Geo Report RE\t Misty Cove.docx City of Renton Engineering Geology Report - Misty Cove Lift Station Replacement September 20L3 • If water-tight shoring is used for the wet well excavation, the shoring would need to extend to 5 feet below the subgrade at a depth of approximately 41 feet. Water right shoring is not needed for the precast vault excavation. •- The shoring system should be designed in coordination with the groundwater control system to minimize conflicts with installation and operation of both systems. The shoring system should be designed in coordination with the horizontal directionally drilled boring that will install the gravity 'sewer. �. Groundwater Control Groundwater control will be required to maintain dry conditions during excavation and to maintain the stability of the excavation floor. Groundwater control will be a significant construction issue that should be undertaken by a contractor or subcontractor with relevant experience for construction with similar groundwater and soil conditions and similar underground structures. The following summarizes conditions that likely will occur and objectives that should be met to successfully complete the project. • The excavation will encounter moist conditions to a depth of approximately 13 feet and groundwater-saturated conditions below 13 feet. As the excavation proceeds, groundwater pressures will increase and the soil below 20 feet will experience a rise in groundwater pressure to approximately 9 feet bgs. Construction likely will occur during the wet season, and groundwater-saturated conditions and groundwater pressures likely will occur at depths approximately 1 to 3 feet higher than at the time of the investigation (August 2013). Groundwater level at the proposed lift station should be measured at MW-1 prior to construction. • The contractor should anticipate and plan for a groundwater control system to maintain a controlled groundwater elevation that is at least 2 feet below the edges and the center of the. excavation at all times. The contractor should have contingency plans in the event of loss of power, inability to discharge water, and/or settlement of the excavation support. • The contractor should anticipate and plan on decreasing static groundwater within the Silty SAND (SM) unit by approximately 27 feet, from a static level of 9 feet bgs to a dewatered depth of 36 feet bgs. • The contractor should anticipate combined pumping rates from a groundwater control system completed in the Silty SAND unit ranging between 100 and 200 gpm. Groundwater from the dewatering system will be discharged to the City stormwater system. Groundwater discharge should be managed through settlement and filtering so that it is free of sediment and does not exceed discharge limits for the City stormwater system. • Based on the estimated hydraulic conductivity values of the Sandy SILT unit (0.0001 to 0.001 cm/sec), the groundwater control methods likely would consist of vacuum wellpoints installed at depths ranging from 30 feet to a maximum depth of approximately 5 feet below the bottom of the excavation (41 feet) and a wellpoint spacing of approximately 5 to 10 feet around the excavation. Page 8 9/6/2013 11:01:47 AIM J:\Data\RE,I\112-047\Geo\Report\Geo Report RDN Misty Cove.docs City of Renton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 • Sumping without the use of wellpoints for groundwater control in and below the excavation is not recommended. Dewatering wells likely would not provide sufficient . area of influence for efficient dewatering and are not recommended. • The contractor should rely upon a .specialty groundwater control subcontractor to design and submit a groundwater control plan showing all components, and to operate the groundwater control system. • The contractor should periodically monitor the quality of water from the groundwater 1 control system for the presence of sediment, odors,and color in the water. • The contractor should install a supplemental monitoring well or wells, and may consider using MW-1 to support groundwater elevation monitoring to confirm the performance of the groundwater control system. The wells should be completed per Chapter 173-160 WAC using 2-inch-diameter PVC screens completed from approximately 20 to 35 feet bgs. Excavation to the Subgrade and Excavation Stabilization • Excavated SILT, CLAY, and SILT with Sand should be exported and not be used for structural fill. i • Excavated Silty SAND may be stockpiled on site and used for structural fill if it is free of organic material, contains less than 40 percent fines, and is maintained at plus or minus 2 percent of optimum soil moisture content. • Excavation for the wet well foundation should proceed until a level surface has been cut into the Silty SAND (SM) unit at or below the design depth. • Excavation for the precast valve vault and the electrical building foundation should proceed until level surfaces have been cut into the SILT and silty clay (MLXCL) unit at or below the design depth. • If a zone of unsuitable earth materials, such as loose sand, organic soil, or a silty layer is found at the foundation depth, then the unsuitable earth should be over-excavated and replaced with 6-inch-minus quarry spalls. Inspection and Treatment of In-situ Earth at Excavation Subgrade • A Licensed Engineering Geologist (LEG) or Professional Engineer with geotechnical experience (PEG) should inspect the excavations and confirm that the native earth materials encountered during excavation are consistent with this report, meet the design requirements, and are favorable for proceeding with the project as planned. • A LEG or PEG should inspect the in-situ native earth materials at the subgrade elevations before the placement of any imported material. • All cobbles greater than 4 inches in diameter and all organic material should be removed from the subgrade. • A smooth (toothless) backhoe bucket may be necessary to strip off the final layer of earth materials in order to create a level pad at the subgrade. The zone of disturbed Page 9 9/6/2013 11:01:47 AM J:\Data\REN\712-047\Geo\Report\Geo Report REN Dusty Cove.doex City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 earth materials on the level pad should be less than 2 inches thick prior to any compaction. • After the native subgrade has been inspected and approved, it should be tested for zones of weakness.by probing. This testing should be observed and approved by a LEG or PEG. • Zones of soft soil at the subgrade elevation that are less than 1 foot thick should be over-excavated and backfilled with crushed surfacing base course (CSBC) with less than 5 percent passing the No. 200 sieve per the Washington State Department of Transportation (WSDOT) 2010 Specifications 9-03.9(3). This crushed rock should be placed in lifts that are a maximum of 6 inches thick when loose and then compacted to a firm and unyielding condition. • Soft soil deeper than 1 foot should be fully excavated and backfilled with a base layer of 6-inch-minus quarry spalls overlain by a layer of crushed rock or controlled density fill (CDF) at the direction of the LEG or PEG. Subgrade Preparation and Compaction • The in-situ subgrade, prepared as recommended in the previous section, will lose strength if it is disturbed or becomes loose or wet. After inspection and approval of the in-situ subgrade by a LEG or PEG, the native subgrade should be kept dry and undisturbed until it can be entirely covered by the surfacing layer. • A layer of CSBC should be placed in two lifts that are not more than 6 inches thick when loosely placed. Each lift should be compacted to a firm and unyielding surface Placement and compaction of the crushed rock should be observed by a LEG or PEG. • Alternatively,installing a "rat slab" at the base of the excavation to provide a working surface may be considered in lieu of a layer of CSBC. This approach may reduce groundwater control requirements by providing a hydraulic seal, as long as the rat slab is designed to counter the uplift hydraulic pressure at the base of the excavation. • The crushed rock surface can be the finished subgrade. The LEG or PEG may direct the contractor to further test this subgrade using a hoepack. This testing must be observed and approved by a LEG or PEG. • The lift station wet well precast vault, and electrical building foot and slab should be placed directly on a firm and unyielding surface of crushed rock that is "free of all loose material," not saturated with water, and undisturbed by construction activity. "Free of all loose material" means that, in areas where concrete foundations will be poured, there shall not be any loose material, including earth, fill or construction debris resulting from building the forms and placing rebar. • If foundation subgrades are loosened by formwork placement or other construction activities, they should be restored to a firm and unyielding condition with motorized equipment like a plate compactor or hand tampers immediately before pouring concrete. In certain situations, a Vactor truck or other suction equipment may effectively remove loose earth materials and groundwater. Page 10 9/6/2013 11:01:47 AM J:\Data\REN\112-047\Geo\Report\Geo Report REN Misty Cove.docx City ofRenton Engineering Geology Report Misty Cove Lift Station Replacement September 2013 Compaction of Structural Fill Structural fill will be placed between the native soil and the wet well and precast vault. Structural fill may also be placed at the base of the excavation to replace unsuitable soil at the foundation subgrade elevation. • Structural fill should be within plus or minus 2 percent of its optimum moisture content when placed. • Structural fill around the lift station wet well and other subgrade structures should be placed in lifts not to exceed 12 inches in.loose thickness and then compacted using methods that will not compromise the manhole and adjacent structures. Compaction should achieve 95 percent of maximum dry density as determined by the modified proctor test (ASTM D 1557) at depths within 2 feet vertically and horizontally of foundation elements and proposed surfaces. • Controlled density fill (CDF) may also be used in place of granular fill. Potential Settlement of the Structures The weight of the wet well, precast vault, and surrounding backfill will weigh approximately equal to or less than existing native soil; therefore, the bearing capacity and settlement of the foundation soil for the wet well and vault due to loading by the lift station structures are manageable, although flotation forces must be offset. Excavating the groundwater-saturated soil will affect groundwater pressure and native soil response to changes in loading and unloading as construction proceeds during multiple phases of operation and removal of excavation stabilization and groundwater controls. Immediate settlement of the soil below the wet well foundation will likely occur as the soil is loaded by the weight of the wet well and backfill,and as the excavation stabilization is removed. In addition, the adjacent ground surrounding the construction may be affected by activities of excavation stabilization and groundwater control. The methods used for construction and shoring installation/removal must minimize the risk of dewatering and vibration-induced settlement. Potential Settlement of Adjacent Structures and Utilities The adjacent ground surrounding the construction may be affected by activities of excavation stabilization and groundwater control due to vibration, excavation, and/or changes in hydrostatic pressure and water elevations. The proximity and potential vulnerability of nearby structures (e.g., the adjacent retaining wall) and utilities should be considered when selecting the methods for. excavation stabilization and groundwater control. Prior to construction, nearby structures and utilities should be identified and assessed for potential vulnerability, and if warranted, surveyed for position. The allowable changes in position and/or orientation should be predetermined and stated within the construction bid documents. During and after construction, selected nearby structures and utilities potentially affected by construction should be monitored for changes in position and/or orientation. Seismic Design • The lift station should be designed to the 2012 International Building Code (IBC) standards as adopted by the State of Washington. It is almost certain that the Page 11 9/6/2013 11:01:47 AM J:\Data\REN\712-047\Geo\Report\Geo Report REN Misty Cove.docx City of R enton Engineering Geology Report Mid Cove Lift Station Replacement September 2013 i structures will be subject to an earthquake greater than 6.0 with its epicenter within 100 miles of the site during its design life (50 years). • The location of the site is at latitude 47.536779 N and longitude 122.196046 W. • The loose to moderately dense sand that will support the manhole should be considered as a Site Class D to E, soft soil in the classification system from the 2012 IBC,Table 1613.5.2 Site Class Definitions. • Liquefaction hazards associated with earthquakes is moderate to high. Season of Work • RH2 recommends constructing the project during summer months, at the time of lowest groundwater elevations at the project site. Bid Documents • This Engineering Geology Report and appendices should be provided to all contractors interested in submitting bids for the work, to ensure site specific estimates for excavation, shoring,and construction dewatering. Page 12 9/6/2013 11:01:47 AD4 J:\Data\RFr\\112-047\Geo\Report\Geo Report RENT Misty Coce.docx t � FIGURE 1 GEOLOGIC EXPLORATION MAP 1 s s t e rvouon�jlsrvao�JaJ iON #3alu AG mwd3m 31va CE.�•r.�Y W:>u =xa� NV'ld �111S QdSOdON -AHnO a$'1YNpf sy$'�++of "fit{t`uJhiU33?{E87{3�E3�{13 <',����` 3aa_1-,sys OJA.LSIM C> `� /� �. rJMOZOJ'0'OW awexnu EtOZ6Z Inf'�wto�d WW�aam3vau ° �..�luia Pi L*Zll:m" N3N�urW EM'Rinr ��w�vS 8301rGM e a zW W � m q Z w T Q w Z Z Z = z LY Wl O w O O K } U ° F- z O H ° Z LL N y J = a ? Z w WaZ 0 ¢ J z z a cri �i U -w °U U u Q Q W°W _ j€iE F w Z Z U Q�� N 'N 3NVI A31dild wo�LL 'u5w I ZO p � Qz¢°¢ z a c, go — °°° x .. w C W � cD \\ \ H Z UO d° Q LU O O \\ W 0 w w - z 1 =D u) L _ 1 .. 1 U ° F'- LAY � � O�O A pH Iw- i Li J - }!n Q i I ~ 0 ul o z I Um. y Z { m. t Ii , ° �_ W R to d S I cCO I-- ( z �� a Cl) ' ` I CL Ur J I o LL ... V �. i I Cl) LLI oo �� u7�fVlil'I mill����,�li I!, I �� LL 2 m O M ° D °° z z Zzc� LrZ �oz 0 N Q- ° cr I I p Q Ir ° z OO h Ste. w J Z�U 6 w ° yJ 9k J W I 3 F w a I Cl) mood Z I i I \\ x w 0 Z ('J CD O p°U G = O ui Ni Cl) 0 CL O r I cc I' '} j �z� I O w 11 N a a Z w zo� W �I o° I w Up ..`I WZ I ( o I I at 0 n°. I I �rn o�z o I I I 1 a00 I Qw� 1 I I Is`. � APPENDixA ' SOIL BORING LOGS � I � I _ _ t Well Completion Log REN Misty Cove REN 112 047 West of Proposed Wet Well t }d f SB-1/MW-1 Project Location li Exploration Name July 17,2013 Track Mounted Dietrich 50 HSA Rig, Steve Nelson, LEG 4-inch I.D./6-inch O.D Holocene Drilling ' Inspected by Date Drilling Equipment and Contractor V N Well �w s � SPT N-Value Description Lithology r c E Completion cc � y 10 20 30 40 507 ' 0—22 feet: SILT and Silty CLAY(ML/CL). Olive gray to olive brown; 11 2/3/3 ■ low to moderate plasticity;little fine sand;some organic/woody 10 debris at 8 to 15 feet;some clayey zones;some sandy lenses and ' stringers;moist to wet below 13 feet;soft to medium stiff. 2 2/1/3 ■ (lakebed/alluvium) 3 1/1/2 ■ 41 3/1/2 ■ 20 5 2/7/10 ■ 22—25 feet: SILT with Sand(ML). Olive gray;low to moderate 6 3/4/4 plasticity,little to some fine sand,some sandy lenses and ■'• stringers;wet;medium stiff to very stiff.(lakebed/alluvium) 7 6/7/14 25—32 feet: Silty SAND(SM). Olive gray;fine,some medium, 8 7/8/5 ■ trace coarse;low plasticity fines;thinly layered;wet;medium 30 9 6/7/11 ■i dense.(alluvium/fluvial) 10 13/14/8 �■ 32—37 feet: Silty SAND(SM). Olive gray;fine,some medium; 11 1/1/1 ■ wet;loose to very loose(possible heaving conditions). 12 3/2/2 ■ alluvium/fluvial 37—46.5 feet: Silty SAND(SM). Olive gray;fine to very fine,some 40 t medium;non-plastic fines;wet;medium dense to dense. 13 �ansns ■ (alluvium/fluvial) > 14 8/13/14 ■ i Total Drilled Depth=45 feet.Total Sampled Depth= 46.5 feet 50 Groundwater observed in boring at 13 feet;in monitoring well at 9 feet. Boring completed as a monitoring well using 2-inch machine-slotted PVC with 0.020-inch slots and 10x20 Colorado Silica Sand filter pack,and hydrated bentonite chips.The well is secured with a flush-mount steel monument. 60 ' 70 80 Well Completion Log REN Misty Cove REN 112 047 Parking Island 5B-2 Location g; _ ::....::: Project Exploration Name July 17,2013 Track Mounted Dietrich 50 HSA Rig, Steve Nelson,LEG 4-inch I.D./6-inch 0.1) Holocene Drilling Inspected by Date Drilling Equipment and Contractor I r well � , sPr SPT N-Value Description Litnology c Completion E M 10 20 30 40 so- 0—4 feet: Sandy and Silt Fill(SM/ML). Olive gray;low plasticity; fine sand•some ravel•moist:Capped with 3-in as halt. fill 4—17 feet: SILT and Clayey Silt(ML). Olive gray to olive brown; monFIF 3/2/2 ■ low to moderate plasticity;little fine sand;some organic/woody ,�0 debris at 8 to 10 feet;some clayey zones;some sandy lenses and stringers;moist to wet below 13 feet;soft to medium stiff. 2 211/1 ■ (lakebed/alluvium) 3 2/2/2 ■ 4 2/1/2 ■ 17—21.5 feet: SILT with Sand(ML). Olive gray;low to moderate 5 4/3/6 plasticity;fine sand,some medium and coarse;trace fine gravel; 20 ■i 6 4/7/10 ■ wet;medium stiff.(lakebed/alluvium) I Total drilled depth=20 feet.Total sampled depth=21.5 feet. 30 Boring backfilled with hydrated bentonite. 40 50 I 60 I 70 80 Well Completion Log uth corner building REN Misty Cove REN 112 047 Southeast co e o f bu d g SB-3 Project Location t£ Exploration Name ' July 16,2013 Track Mounted Dietrich 50 HSA Rig, Steve Nelson,LEG 4-inch I.D./6-inch 0.1) Date Holocene Drilling Inspected by Drilling Equipment and Contractor � N Well °' SPT N-Value Description utnology o Completion m sir 10 20 1 30 1 40 1 50 0—6 feet: Sandy and Silt Fill(SM/ML). Olive gray;low plasticity; fine sand;some gravel;moist;Capped with 3-in Asphalt.(fill) L.... 1 6/3/4 ■ 6—16.5 feet: SILT and Clayey Silt(ML). Olive gray to olive brown; 10 low to moderate plasticity;little fine sand;some organic/woody debris at 8 to 11 feet;some clayey zones;some sandy lenses and EFT 2/1/1 ■ stringers;moist to wet below 13 feet;soft.(lakebed/alluvium) 3 2/2/1 ■ 4 2/1/2 ■ ' Total drilled depth=15 feet.Total sampled depth=16.5 feet. 20 Boring backfilled with hydrated bentonite. 30 40 150 i 60 ' 10 80 t � ; � � t 1 t t 1 it 1 � STANDARD PLANS 1 1 1 1 1 1 1 1 1 it 1 t t t t 1 � APPENDIX 8 ' MATERIALS LABORATORY REPORT HWAGEOSCIENCES INC. "�� � :>c' .:�i i.±€:flF =; f�r7wt't,Itt;I i t,,..i„'c'7 t;,� WWj fits-�c"[) ��' �,r'P�'!7➢'?ta.„t.�tlrt �7 _ . fIY July 26,2013 , HWA Project No. 2012-013-23 Task 900 R�M2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, Washington 98021. Attention: Mr. Steve Nelson,LG, LHG Subject: Materials Laboratory Report Index:Property Testing Renton Misty Love Project Dear Mr.Nelson; .As requested,II:WA GeoSciences Inc. (1-IViWA)performed Iaboratory testing for the subject , project. Herein we present the results of our laboratory analyses, which are summarized on the attached Figures. The laboratory testing program was performed in general accordance with your instructions and appropriate ASTM.Standards as outlined below. SAMPLE:I.NFOR.MATION: The subject samples were delivered to our laboratory on July 18, 2013. by RH2 personnel. The samples were designated with project name and depth of sampling. The samples were delivered in small sealed plastic bags. Based on.manual-visual methods, the soil description for the samples is as follows: RMC-1 at 15' Dark olive gray, lean CLAY with organic material (CL) IZMC-1 at 20' Dark olive gray, lean CLAY(CL) RMC-1 at 30' Dark gray, silty SAND (SM) RMC-1 at 35' Dark gray, silty SAND (SM) RMC-1 at 40' Dark gray, silty SAND (SM) RMC-1 at 45' Dark gray, silty SAND (SM) RMC-2 at 12.5' Dark gray, lean CLAY (CL) MOISTURE CONTENT OF SOIL: The moisture content of selected soil samples (percent by dry mass)was determined in general accordance with ASTM D 221.6. The results are shown on Figures 1 and 2. PARTICLE SIZE ANALYSIS OF SOILS: Selected samples were tested to determine the particle size ' distribution in general accordance with ASTM D422. The results are summarized on the attached Grain Size Distribution reports,Figures 1 and 2, which also provide 21.31.2 30th rr„c sr information regarding the classification of the sample and.the moisture content at suite,110. the time of testing. I3csthelt> �t302 oio;. 'RI 125.7;1 0106 Fax. 125.771.2714 July 26,2013 HWA Project No.2012-013 LIQUID LIMIT,PLASTIC LIMIT,AND PLASTICITY INDEX OF SOILS(ATTERBERG LIMITS): Selected samples were tested.using method ASTM D 4318, multi-point method. The results are reported on the attached Liquid Limit,Plastic Limit, and Plasticity Index report,Figure 3. oeo CLOSURE: Experience has shown that laboratory test values for soil other natural materials vary with each representative sample. As such,HWA has no knowledge as to the extent and quantity of material the tested sample may represent. HWA also makes no warranty as to flow representative either the sample tested or the'test results obtained are to actual field conditions. It is a well established fact that sampling methods present varying degrees of disturbance or variance that affect sample representativeness. No copy should be made of this report except in its entirety. We appreciate the opportunity to provide laboratory testing services on this project. Should you have any questions or comments, or if we may be offurther service,please call. Sincerely, HWA GEOSCIENCES INC. i Harold Benny George e Minassian,Ph.D., P.E. Materials Laboratory Manager Geotechnical Engineer i ' Attachments: Figures I &2 Particle Size.Analysis of Soils Figure 3 Liquid I,imit,Plastic]li.mit and Plasticity Index of Soils 1 Task 900 Letter.Report, 2 HWA GeoSciences Inc. i L ° U) o ° co cOO o v U) N LU in } E N N 0 o a O t v Q j V o in° n LO I- Q O ° 'It N O o N0Q a L o LLJ O N LO = O O° a V N I o LLI J O �• ° J U O W . N o a E m z LO Cl) o � � O w o W T m O 2 N CL a O N c �k 7 n •- LL ° lZ O LU Co- -- -- -- ------ — -- -- -- N N O z W o ? 0 - N ° - -- - -- ------ -- -- -- -- C7 LL o 0 0 o 5 9" o z z z «. w p vi can vi a w a F- LU N Cl to fn rn rn rn 0 U g o o m Yr � LO U) 0 C a O ° O w W CD r CD U LO Q U U U N n Cl) a) W t- CCD LO V M N O O Q' v, aU' I iHJ13M AS 'd3NId 1N30213d ® ® ® 4 } N � N N Q Z 1 I LC) N 0 M o of N L �- LL M -�-� N lw LL Q U - p m f0 Z o > aJ � a N 0 I- (n Q co C n , U- O WOQ N J = r- 0 °o d V N o I(-- W J i U z O J < t3 . I° a c p 0 m Z o � � W o °- -- -- -- -- ------ -- — -- -- �" E 2 C/)o J 0. � J 2 °- -- -- -- — ------ -- -- -- -- �' Cry C n LL. ° Z co COD __ _ __ __ ______ __ __ __ _ W W > 4k — N N o Q 2 J D o Z `O j Z 4-- � LU 7 LL Z C C N .= p W W o w W Q _ �N ° LL O y W V w 0 o Q m (C Q U Z U co Ul W m - v LL M d o —� - 0 v W 00 —— N J (/1 Lo FVi U Q n cn O N co N c°fl Lo °V M N o o V1 ci O � iHJ13M A13 ?ENId 1N3OU3d } N N N K S Q J M F_ Q00 � LL M VOD j LL F— X � 1 U) W co z < f °o 2 L) N LLJ J M N M Q vJ G O Z E G U L) oo N w r N Cl) CL o � n. O , m m ' E N Z cc COO F- O `0 p' 1- r LU N N p m d U O O J C �i . O 0, a Na) o z Z , j 0 0 0 o U U U .Q `. �. N t0 N O o o �n N O N W ri 1 -1 V J a ' < I J U U U U Cn U L o N 1 (Id) )GaNI AlIOI1SH-Id ® ® co O o c w c CV N O QN Q S MANHOLE FRAME AND COVER 6" SEE STD. PLAN 401 ADJUSTMENT RINGS (2" MIN.) 12" MAX. 24„ SEE NOTE 6 MORTAR JOINT(S) (3/8" MIN.) SEE NOTE 5 CONE (ECCENTRIC) RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 C' 't STEPS — POLYPROPYLENE STEPS SHALL BE INCLUDED 7' MIN. CONCRETE RISER BY PIPE INC., a OR APPROVED EQUAL. 12" (TYP) LADDER—POLYPROPYLENE cc SHALL BE ATTACHED TO MANHOLE MAX. PIPE SIZE — 'E' y CONCRETE SHELF 1% e Vin•' a PRECAST BASE SECTION OR CAST IN SHELF. ,B, NOT TO SCALE ,A, ,B, ,C, ,D, ,E, 48" MH 48" 6" MIN. 5"MIN 24" MIN. 21" I.D. 54" MH 54" 8" MIN. 5.5" MIN. 24" MIN. 24" I.D. 60" MH 60" 8" MIN. 6" MIN. 42" MIN. 30" I.D. 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. ALL JOINTS BETWEEN THE CONE, RISER RINGS, BRICKS AND CASTING SHALL BE GROUTED. 6. ADJUSTMENT OF THE CASTING TO GRADE SHALL BE ACCOMPLISHED WITH A COMBINATION OF ADJUSTMENT RINGS, BRICKS AND MORTAR ONLY. BRICKS SHALL BE STAGGERED TO CREATE A RUNNING BOND OR 1/2 BOND. THE USE OF SHIMS IS PROHIBITED, 7. 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. 8. RUBBER GASKETED JOINTS SHALL BE IN CONFORMANCE WITH ASTM C-443. 9. CHANNEL HEIGHT SHALL BE A MINIMUM OF 3/4 OF THE INSIDE DIAMETER OF THE LARGEST PIPE. 10. CONNECTIONS TO MANHOLE SHALL BE MADE USING GPK ADAPTOR, KOR—N—SEAL BOOTS OR APPROVED EQUAL. 11. 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. ~�Y o STD. PLAN - 400.1 * PUBLIC WORKS STANDARD SANITARY MANHOLE DEPARTMENT �NTp SEPTEMBER 2011 1 B❑LTH❑LES - 3 PLCS EQUALLY SPACED 120° APART ON 23 1/16' (586mm) p DIA B.C. (SEE DETAIL) x auvuim+ maceoo RENTON y t SEWER hti COVER BOTTOM VIEW COVER & FRAME PLAN VIEW 25' DIA, 1635mm] 1• (3) BLT S❑C. (ALLEN HEAD) 3/4' 25ri^1 5/ X 1.5 SS C19mm7 RUBBER BB WASHER vzez 11— 8 3/4' L 2 1/2' I— —f— 1222mml 164mml TYP COVER SECTION VIEW EON BOLTING DETAIL I 26 1/2' DIA C673mm] 25 1/4' DIA 1641mm] 1 1/16' 1/4' 1 1/16' 1/4' (6mm) DIA 127mm7 C6mm] 127mm] NEOPRENE GASKET 1 6' 1/B' 1152mm] 13mm1 1 1/8' 5/8' j 3/8' DIA CL ❑PEN CR3mm7 116mm7 1594mm] GASKET GROOVE DETAIL 27 5/16' DIA C694mm7 34 1/8' DIA 1867mm] NOTES: 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 STORM (SPECIFY "DRAIN" ON COVER), SANITARY (SPECIFY "SEWER"), OR WATER (SPECIFY "WATER"). 1`ty O ,n� '�' PUBLIC WORKS • P — 401 ` =°�� ` DEPARTMENT MANHOLE FRAME AND COVER 'Pt�p DECEMBER 2008 r RECESSED LIFT POCKET " — 11 N.C. SOCKET HD 2" A.C. 2'-0 SCREW 1 Y4" LONG (BRONZE OR S.S.) 7Z" x 2" RAISED PADS r i 6 CONCRETE _ CLASS 3000 SAND OR EXPANDABLE FOAM 12 Y4" WATER TIGHT 14" PLUG 45 (1/8) BEND 1 „ 2' Y" 4„ 1 Y4" r 2" 12 Ya" 14" J� CAST IRON ,RING AND COVER �Q�O PIPE MATERIAL AS SPECIFIED BY THE ENGINEER r �— 45' (1/8) BEND NOTES: 1. 8" AND 6" CLEANOUTS ON SEWER MAINS SHALL BE EAST JORDAN IRON WORKS, INC. No. 3698 OR EQUAL. CLEAN OUT SHALL BE A WATER TIGHT ASSEMBLY. 2. IN UNIMPROVED AREAS, POUR A 1'-0" THICK, 2'-0" SQUARE CONCRETE, CLASS 3000, PAD AROUND THE RING AND COVER. r �Y — * PUBLIC WORKS 8 OR 6 INCH CLEAN-OUT STD. PLAN 403.1 DEPARTMENT FOR SANITARY SEWER MAINS �NZa SEPTEMBER 2011 r A A PLAN VIE • VALVE BOX LID WITH EARS IN DIRECTION OF SEWER 2" SQUARE MAIN AND WORD "SEWER" OPERATING NUT CAST INTO IT SEE DETAIL 4-1/4" DIA. 1/8' MIN. THICKNESS 2 PIECE CAST IRON VALVE BOX, RICH-SEATTLE TYPE 1" STEEL OR OLYMPIC FOUNDARY LENGTH AS REQUIRED 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH VALVE OPERATING NUT SECTION A-A EXTENSION 3" T11 1 38" MIN. WIDTH VALVE OPERATION NUT EXTENSION NOTE: �WHITE POST EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE 7z 62" THAN THREE (3) FEET BELOW FINISHED GRADE. 111 IIIIIII EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT III. LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. 24" NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL, SIZED AS NOTED, AND PAINTED WITH TWO COATS OF METAL PAINT. VALVE MARKER POST VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTILITY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS VALVE MARKER POST SHALL IDENTIFY VALVES AS SEWER Y SEWER VALVE STD. PLAN - 404.1 PUBLIC WORKS OPERATING NUT EXTENSION ��IVTO� DEPARTMENT AND VALVE MARKER POST SEPTEMBER 2011 W (SEE NOTE 7) LIMITS OF PIPE ZONE — of 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 "GRAVEL BACKFILL FOR DRAINS" AS SPECIFIED IN THE AGGREGATES SECTION 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. Y SM. PLAT — 405 PUBLIC WORKS PIPE BEDDING 0� DEPARTMENT FOR SANITARY SEWERS NT o OCTOBER 2012 ALL 90' TURNS SHALL BE ACCOMPLISHED BY MEANS OF A WYE AND 45' BEND. TWO 45' BENDS SHALL NOT BE ACCEPTABLE. 4" BEND AS REQUIRED (NO MORE THAN 45' BEND). EVERY 2ND 4" CLEANOUT WYE WITH CHANGE IN DIRECTION OR GRADE 45' BEND AND PLUG. WILL REQUIRE A SURFACE I I CLEANOUT WYE. w w w z• z• z• J J J H H HOUSE of HOUSE of HOUSE of HOUSE 0 0 a +i 3-0" MIN. I V. . I 4" SEWER PIPE I SURFACE CLEANOUT CE d (TYPICAL) 6"x 6"x6" WYE 4" SEWER PIPE, SEE NOTES 2 (SEE STD PLAN – 407) �4" TEST TEE WITH AND 3. MINIMUM LINE SIZE FOR PLUG FACE UP OTHER THAN SINGLE FAMILY IS 6" (TYPICAL) PROPERTY LJNE G I I PROPERTY LINE m 3' MIN. Co 10 tO co m c� 6"x 4" REDUCER v F F (TYPICAL) r Ln (n cn N w MAIN SEWER LINE w w w NOTES: 1. Prior to installation of a sanitary sewer connection, a side–sewer z IF THE BUILDING SEWER SERVES ANY FIXTURE HAVING permit must be purchased from ,the City of Renton Public Works X < FLOOD LEVEL RIMS LOCATED BELOW THE ELEVATION Department. a o OF THE NEXT UPSTREAM MANHOLE COVER OF THE v PUBLIC SEWER SYSTEM, A BACKFLOW PREVENTION 2. Types of pipe and fittings that can be used for sanitary sewers o z DEVICE SUCH AS CLEAN CHECK EXTENDABLE P P 9 y ° BACKWATER VALVE OR APPROVED EQUAL SHALL BE shall be approved by the Department of Public Works. Rubber or in m INSTALLED. neoprene gaskets as specified by the manufacturer, shall be used on joints. 4" FLEXIBLE COUPLING (FERNCO OR EQUAL) ED o 3. A minimum grade of 2% (1/4" per foot) must be maintained ° with 4" pipe. In the event a 2% grade cannot be maintained, the 5 N SURFACE CLEANOUT M 4"x 4"x4" WYE owner must sign a City of Renton grade release form and then 4" PIPING can install 6" pipe at a grade of 19 PLAN 4. For inspection of side sewer, call 24 hours in advance. The BUILDING DRAIN FOR inspection phone number is on the side sewer permit. Site LOW ELEVATION HOUSE must be ready for inspection and representative on site when inspector arrives at appointed time. Side sewer and stub shall be tested per City specifications. Make the connection at the MAIN TO PROPERTY LINE 5'-0" 5'-0" house. Do not backfill the ditch until approval is given by the PROPERTY LINE FROM THE HOUSE BUILDING DRAIN inspector. Final approval will be granted after the existing septic SIDE SEWER BUILDING SEWER 2'-6" tank has been pumped out and filled with sand. TO 3'-0" 3'-0"MIN. 5. Install side sewer with 2' minimum cover. 18" cover is allowed at the house if outlet is shallow. — 7T^ I \\ \ 1 6. If side sewer stub is not available. The owner shall be v,rn m rn rn rn m A m ur responsible for its installation per standard drawing 406.1. All LJ m m-mc C m N z m : X : D x : X A m work within street right–of–way shall be done by a licensed and N m 0 v ° i 0 z m '^ z m bonded contractor. 0 EJ mcDi mF6A v 'v fix' z o:m OX or ^�° o m m m o N r m rn a 0 z n o mr � 7. All work shall be accomplished in accordance with the Washington D v p v!m -m x' Z -A 0 "� m Industrial Safety and Health Act. (WISHA) ij m m� ° D D M0 rn Z�4' Z rnZX p m �N -0 Z 00 m I o 0 a v m m c- °C a m B. All trench restoration for side sewers in the public right–of–way M o te Z zv m o o z shall conform to the most current trench restoration Q, m m m 0 requirements as in the Renton Standard Drawings. vm I x MM Z Z ° v C. zo 0o° rn 9. All building sewer and side sewers shall have bedding In y c�> = accordance with standard drawing 405. Dv�� M r ;a v 2 A m 10. There shall be a minimum 10 foot horizontal separation between in" sanitary side sewers and water services and a minimum 5 foot horizontal separation between sanitary side sewers and aj1 other M Z utilities. v v CALL FOR LOCATIONS BEFORE YOU DIG 48HR LOCATORS 1-800-424-5555 Y PUBLIC WORKS TYPICAL BUILDING SEWER STD. PLAN — 408.2 III, � + FROM PROPERTY LINE TO DEPARTMENT ✓r'�IvTO� BUILDING CONNECTION SEPTEMBER 2012 I 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 w 0 0 80 160 236 316 396 476 556 632 680 680 a 50 140 220 300 380 456 536 616 696 712 708 708 CL 100 280 360 440 520 600 676 748 744 736 732 728 w 150 424 500 580 660 740 780 772 764 756 748 744 200 564 644 720 800 808 796 788 780 772 764 760 ¢ 250 704 784 856 836 820 808 800 792 784 776 772 0 300 844 880 860 844 832 820 808 800 792 788 780 Z 350 908 884 868 852 840 828 820 808 804 796 788 00 400 908 888 872 856 844 836 824 816 808 804 796 450 908 888 876 860 852 840 832 824 816 808 804 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 a 50 220 300 380 456 536 616 696 768 760 752 744 100 440 520 600 676 756 836 840 828 812 804 792 Li 150 660 740 820 896 932 908 888 868 856 840 832 a 200 880 960 1028 992 964 940 920 900 888 872 860 0 250 1100 1084 1044 1012 988 964 944 928 912 900 888 K 300 1132 1092 1056 1028 1004 984 964 948 932 920 908 - 350 1132 1096 1068 1040 1016 996 980 964 948 936 924 ° 400 1132 1100 1076 1052 1028 1008 992 976 964 952 940 450 11132 1104 1080 1056 1036 1020 1004 988 976 964 952 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 1 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 CL 50 316 396 476 556 632 712 832 816 804 804 792 it 100 632 712 792 872 952 984 952 928 908 888 876 w 150 952 1028 1108 1132 1088 1052 1020 992 972 952 936 < 200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984 0 250 1360 1300 1248 1204 1164 1132 1104 1080 1056 1036 1020 z 300 1360 1308 1264 1224 1192 1160 1132 1108 1088 1068 1052 a 350 1360 1316 1276 1240 1208 1180 1156 1132 1112 1096 1076 400 1360 1320 1284 1252 1224 1200 1176 1152 1132 1116 1100 450 1360 1324 1292 1264 1236 1212 1192 1168 1152 1132 1116 TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 236 316 396 476 556 632 680 680 EL 50 496 576 652 732 812 892 972 948 924 900 884 100 988 1068 1148 1228 1248 1192 1144 1104 1072 1044 1020 w150 1484 1564 1484 1408 1344 1292 1248 1208 1172 1144 1116 ¢ 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192 0 250 1700 1624 1560 1504 1452 1408 1368 1332 1304 1272 1248 Z 300 1700 1636 1580 1532 1484 1444 1408 1376 1344 1316 1292 350 1700 1644 1596 1552 1512 1472 1440 1408 1380 1352 1328 400 1700 1652 1608 1568 1532 1496 1464 1436 1408 1384 1360 450 1700 1656 1616 1580 1548 1516 1484 1460 1432 1408 1388 TIME SECONDS PROCEDURE: SLOWLY PRESSURIZE THE PIPE TO 4.0 P.S.I.G. ALL SEWER PIPE SHALL MEET A MINIMUM AIR ALLOW 2 MINUTES FOR STABILIZATION, ADDING PRESSURE TEST OF 4.0 P.S.I.G. FOR 5 MINUTES AIR AS REQUIRED TO STABILIZE THE PRESSURE WITH NO LOSS OF PRESSURE. IF THERE IS A LOSS AT 4.0 P.S.I.G. OF PRESSURE, THEN THE TIME OF THE DROP FROM 3.5 P.S.I.G. TO 2.5 P.S.I.G. SHALL NOT BE LESS THAN THE TIME SHOWN ON THE ABOVE TABLES. Y G�z AIR TEST TABLE STD. PLAN — 410 n * PUBLIC WORKS ( LOW PRESSURE ) ��NTO� DEPARTMENT FOR SANITARY SEWERS MARCH 2008 Utility Specifications Sanitary Sewer Notes and Specifications THESE NOTES SHALL APPEAR ON PROJECTS FOR THE WASTEWATER UTILITY. 1. All work and work material shall be in conformance with the standards and specifications of the City of Renton Planning/Building/Public Works Department and the latest edition of the WSDOT/APWA Standards and Specifications, as approved and modified by the City of Renton in the Renton Standard Plans & Specifications. A set of approved plans shall be kept on site at all times during construction. 2. The hours of work in the street right of way shall be per City specifications on weekdays unless otherwise approved in writing by the Planning/Building/Public Works Department. An approved traffic control plan must be obtained prior to beginning any work within public right of way. 3. All locations of existing utilities shown are approximate and it shall be the contractor's responsibility to verify the true and correct location so as to avoid damage or disturbance. 4. A pre-construction conference and a 24 hour notice shall be required prior to starting new construction. It shall be the contractor's responsibility to secure all necessary permits prior to starting construction. (Inspection will be accomplished by a representative of the City of Renton.) It shall be the contractor's responsibility to notify the Public Works inspector 24 hours in advance of backfilling all construction. 5. Contractor is solely responsible for the means, methods and sequences of construction and for the safety of workers and others on the construction site. 6. It shall be the responsibility of the contractor to obtain street use and any other related permits prior to any construction. 7. Plans approved by the City of Renton, Public Works Department shall take precedence f over all other plans. 8. A copy of these approved plans must be on the job site whenever construction is in progress. 9. The contractor shall provide the City of Renton with an as-built drawing of the sanitary sewer system, which has been stamped and signed by a licensed professional engineer or licensed professional surveyor. 10. Backfill shall be placed equally on both sides of the pipe in layers with a loose average depth of 6 inches, maximum depth of 8 inches, thoroughly tamping each layer to 95 percent of maximum density. These compacted layers must extend for one pipe diameter on each side of the pipe or to the side of the trench. Materials to complete the fill over pipe shall be the same as described. 11. Open cut road crossings for utility trenches on existing traveled roadway shall be backfilled with crushed rock and mechanically compacted unless otherwise approved by Utility Specifications ■ 12. Datum for Vertical Control shall be North American Vertical Datum 1988 Meters, and for I Horizontal Control shall be North American Datum 1983/1991 Meters unless otherwise approved by the City of Renton Public Works Department. Reference benchmark and elevations are noted on the plans. 13. All disturbed areas shall be seeded and mulched or otherwise stabilized to the satisfaction of the Department for the prevention of on-site erosion after the completion of construction. 14. All pipe and appurtenances shall be laid on a properly prepared foundation in accordance with the standards and specifications of the City of Renton Planning/Building/Public Works Department and the latest edition of the WSDOT/APWA Standards and Specifications, as approved and modified by the City of Renton in the Renton Standard Plans & Specifications. This shall include necessary leveling of the trench bottom or the top of the foundation material, as well as placement and compaction of required bedding material, to uniform grade so that the entire length of the pipe will be supported on a uniformly dense, unyielding base. Pipe bedding shall be pea gravel 6 inches above and below the pipe. 15. Sanitary sewer pipe shall be polyvinyl chloride (PVC) rubber gasketed ASTM D 3034, SDR 35, or ductile iron class 50, unless otherwise approved by the Wastewater Utility. 16. In unimproved areas, manhole to extend minimum 6 inches and maximum 12 inches above finished grade or must have minimum 2'diameter concrete ring poured at grade. In paved area, cover must slope in all directions to match paving. �I Appendix C Duplex RTU As- Built Plans ' 1 I � III 1 t 1 1 1 i 1 1 m m I m J N N LO r N N X Q L� N N � 00 � J 0 CM In � w - O v Z Q • CE C -a 41 w Q -a z � 3 o o � J Cj) U) O cf) m O LL Cl) O z w - w w F- n I 11! D 4 J oID WNm rn a om @ i N N(� CV m (n @ W LSZ Y� �0<0 O Q Z z Q U O (n N 2 N O u F d in LLI z(n ;%r-(Yo �.I�}' p(n p~J dO N J w 5 N 0 U W�J J<1Q-=�W�Q.pU3pZ�a~0 WZ,W�Z+ N Q O WJ2.NQ O�UOO�UOZNd�W+..O A O MJKC"'Z 5W W p-:3(L z_iJ JLNZnoOSF�U' C7J Q5 0m0 - - KwO W wQ JJOa'n W W W OOQ (~nJ U ° w U x d Q w w O()u J J V 0 W O w a F n Q-ocxio5rwa'wQ�oZFoo<4(n oa °o °x aU(nUa(nMwAQ.ma0-UUx000Q(nQaL..-Ja ZN a O W 2 O Q w j wX �NM�InX�NMatX^NX�NMdIntol� OOO1X ^ NX ZZ�U' J 8 ^N N N N N MMMa 'd d„ch ��d 't -t 10 M Y'! Of d I-2 V)I- I I I I I W N w Q M �2 M J 2 U N F-V) W Ua S2W Z , N (n Qaoa °w O vi Z Z w (n U) o >- r Z Q vow rwo WZ W m w wJ O W r mmmmmMMMIMM uMMM mmm z WW M M F O ta 1 R ID Q 6 Z�p 55600 Q O Q Q N ui U HQQF- N DFFI-H O �n °} W W W W W H F N F w Q S x 2 M W Q O O Q O Zj x JNNNN Z m(nfnmcn N x u'l O N U N I m _ U 0 Na C J uu r♦ � CL NY tt^ a Q 00 v! 3 Em J J J J Z K K lm< .Q..Q.alrQZZ 7� J Q pjUU » 7� p WWOQ Ui W Q Q Q Q a 0 0 0 a a a D a < 0- ,i �� ?�� ��L JQ W W .Z .Z..z-�O?4.M J Y - 1,60000 W W W I a-O J J J J J U U-o w of - Y 055555 p < F ° ° 3°3 Ix zdd�dOQ� QQ ??��Z WO W o W m m m m U x 2 0 0 0 0 Q m U Z Ln M 1 JW l48 M M ID ffi ID m ID m m m ID ID 1A m ZM "t"t In � - 000,w W U- U-INi INi WU- U-LL�. �W U_L, U-2 Ali ;'+,- ID61@6l @ @ @m@ @6161 @ @ @@ @6161 @ @ @m8 @@ 61 @ @ @ @@ @ @L4 E1 @mm61 @61IDID @618616761616161ID 6l$6161>s 616161616161616161 i . a O } M Q Q Q Q Q cr Z U U O o.U. Z Z N'� Z N Z N Z N U N O O 00 O O O O 0 0 O p 0 ¢ ao vim .~ ° �aak-. U �aa.� U �aa� U �¢<� U J N YZZ NM4 Y Z MZ NMa} Y Z^1'1Z NMI Y Z Mz NMd Y Z -'0=z �U 71- H O = � O1--1.- - O =Ntn=� OF-HHH O = =M ~ ^ p^ p� 1-� 7 ^ OInS oWW 3NLJ owwww 3 W� 1w� Owwww 3 w��w� owwww W20w, owwww 3 w�'n w�m w�" O rwwww 1- tnpp(n0 rwwww r (no (n0 rwwww (n00w0 rwwww 1- NOO(n0 Q22 wQQJ Q = xxS w QJ J.QJ QSS2x w QJJQJ QS2xS W QJJQJ QSSx2 W QJJQJ P. .i In N Z m m In J(n to to In z m to(n m(n J fn Ln(n(n Z m(n(n m(n J(n(n(n(n Z m(n fn m N J(n(n(n (n Z m(n(n m N N M I am O I ID U.~.. J J J J J }y OO {JyZ Z W w w m� IL a a Q U U IL 0 J J I L U J J IL 0 J J C-) J J W Z W Q Q 0 0 Q 0 0 Q O O Q 0 0 l L m J J O m J J J J O m J J J J O m J J J J O m J J J J O Q Q z m Q Q Q Q Z�� (n Z Q Q Q Q N Q Q Q Q Z pm in O� ..a' Q F-(n 0...-.....KQZZ H21 O...r.r..LYQZZ Fy O.-.........m QZZ H (n O.Q+.Q..Q...Q-,cr QZz F(n WK,r Za' a'L+1 �np� zw x w w i,1 0O(ntn In {yl fnln(n NN(n 4y,1 (n(nN 1- 2 ¢ ►- Q H FhI-OI- Z�tr��3 OOt-F-�O� lxmmmm Z ���� 00 O � Z����3 00 wU -`' F-0D �a k'k''k-`'k'p�UU R Q�`'�'k'k' �UU �a ��k'�O� »>� a k'w`'wwol 1.- l.- Q U U Q U U W to p w Q Q a p a o W Q Q Q Q a p a a a o Q Q Q Q°o a a a ¢ Q ¢Q a a a Q Q a Q a a a a 0 2 ZQ v � � � M � r°°.Z.�iZr0 w appp�.Z.�O� w aop0 J w ao U �o W W 0 � ���� r W W p r W W 4.,.4, .z,�04 xmmmm r°w°wzzzo48 [n U' Q .-. O JQ O JQ O JQ O -JQ X W O --IQ W W A. z z (n NwU- OJ J JU '0000 tL lL L�-LLOJ JJJJU (n tL LL L�IiOJ JJJJU' (n l..w tLwOJ JJJJU' (n 11 <L<L LiOJ JJJJU a z 01-1 O YS O p Q Q Q Q O p 0 0 0 0 Q Q a Q 0 0 0 0 0 0 0 A Q Q Q Q O �0 0 0 0 0 Q Q Q Q o JJJJ�JLJJ�YOOHHHI- J J �YOOHHF-I-J J �YOOFFHHJ¢Q¢1QQJ �YOOHHF- I- J" Q a' U J�Z UUr UQ UJJJJZU a'a'U. UU U' Q U JJ�JZUKlr U' C7O U' Q UJJ JJJZU a'a..-�.--.«..-. Q Q UJJJJZUa'a'.-�.-.....Qtn 00_ Z....0Q,-.....,z Z .+.. .r..OQQQ.-.. (DOZ Z.....-...000Q..... 21 Z ...J.�JOQQQ2-22z4z-j -j-j.J.000Qz5z5z50ZW U O�i . W m m U m 0 0 0 W m m m m U S 2 0 0 0 0 Q W m m m m U m x x 0 0 0 0 Q W m m m m U lr x x O O O O Q W m m m m U x 2 0 0 0 0 Q¢ 1 1 I I 1 I Jm NM N^ N^ I^ NMet^N^N^NMI^ NMI^N^N^NM^^ NMI .-N^ N^ NMI'- ^ NMIN^ NM ^^ Q�N�N NNNm'dM � NNNNNm��a VM'd.* -* NNNNN���� � NNN NNa� at� �� sh NNNNN� �et �M l O 0.m61m 8O. 000QQQ QO,mmm m m m mmmmm m mm 0.0 UODUU UUUUUUUU a.000 OOO OOoO ppOom W W Ww Ww W WwW W Cu W W(@ N I k!m ID cal O N ID W t9 M I Z Z L� �o J m In In z N 5 m _'ui < (n Z 0 } r-3 N 2 0 �O U 0 W J w IN- F N w °Nmw Y O ° O O O O J ���� Z m a z � a a wm�w p o O z z o z ° 0 0 -Z. m Ir o O 50w Z Z ° 0 ° w w ° O Q zw�} zc=n� z�Li CL w a}a} W3 JO [ N m Q z Q 00" 0-,�+ c WQ2 0 O O O Q � V 0 5 w ��N ( w� O Q p�0m O V) NQZ U = Z< Z >- } W rimw o° 0 U Q Z ow to to OI N N M In tp 1� JUGS U ~ N N N N ID 8 ID ID �_ N N N Z W Z~ ZI M st a MWUQ ¢ Z m is m ID I I I I I I I I I I c m m IDgIDmm mmmtsmmmmm Iwn Lw W W N N 'Cl N N N N N N N V)Li - 'cF d * 't * � 1* -* a' d' Q�wcn ¢ Q ¢ QQQ ¢ Q ¢ ¢ ¢ ¢ ¢ QQQ ¢ h h . . . . . . _M M Zd I I amm ° II N N ID S w m m U U H F= N N N � N �. N M N N M N N Q< m Q Q Q Z Z $ 6l ID ID m Q $ ID m l4 m - N m Z Z (n m Q m w w°lil°IiJ j w w w. >w LLj z m mUo az 6W¢¢ w tL w �Ci �wcilaa O O ZZ=o Nwp ° as wl'o� w° w z m� b o ° (a z z� N 0 0 Q�lc°� >-CL 0 Q N m U L` m m'L m -m- 0 N w m ma w VV)) Ii m mwo Qw O j Z ZwZU I J z Oc��o� V E W ui w `r N m O�+fn W l�ii cu'l`l p UQ d F (n ��'��IiO v ^ U C.D Q Z Z Z U wm zw w w 5 aw'd. - m W m VI it w K m ¢Zw°w 0 �, . I O O O OVl LOU2Z . q ui-j dW W W ml+�O�O¢�m �� 0 pia a t. Y `^ W W W 0�000�OW U v) n q w w CY Um�w�W�-'� °J w m 3 Qlwi lwi lwi Wmuooz.-o m g rn 3 . x ZdQaaOD I'la 3 w ; ¢ Q Ww wW Z 2~j,..tzV) cn Www Z FEW MU¢ �YW~ .Jy- OIn ZOZ OU��O mU w Z wmQN w-j z JO v ' o m =� O aa�w wmyI ?m m w W m�0 2 w N�sw� �¢p}� �Q w V) 0 m =:)rz.JJZ M 3 d'WZ N ¢ ada �Www Z0:M In I.. Z O z .(n..l-M§ J~QNW QK Oo 000— �z t:; wQZw MJ?QQ 0li J m J 2ZW¢ N� M 7Z¢F VIOt�1YJ 50 m J 000- OW 1- 0000 Q°~OJ Od _ . Q m0 N OUZO dX U Z JH Sw Jm �O LLJ Z Wo J II II 0z II II IN- m Up<OVW �?F-iNU ¢O �0., Qm J QZ.0.v0 OCY F O m� ZQ �m0ZQm �w0 U OQ U ~W a °S� jWWZ<w J >i1d > p > 4=pW� ZOU~N m w �w m Q w�t=a� oOQw¢z ow o ¢X cD .< 0 J _j " G�fnp VI ��- Ww v ��.I �i�.l J ww WIrfQOOZ w�QU'W0 wa Ck m �� L+ml 3 3 z Z dmo¢Q ZJN.Z>Iy�j� mZ m O O 2 U 0 0 N Q 0 Q 3 N V� Oda CL ern UZwiw Z�mw`1z ZZ �� J J _ ¢ i wF k' p vlm � �sz "vNi��oJm al �¢Zamk`' w �I& n Z z R Q vl m §m V) 0 C0J 0 F w r---- -------- 0 I I 5 I I I I N I m °N I I I °D>Q I � I I I 1 I I i I N I N UI ¢ cc t it I o I I rn Q I ¢ I b L------------i o �ID m i I ° z IAt Oz =O m r7 J aa+ a U wX °NID � ZCY I 00-Z O LSWiI Dw t4 W LSZ jCz�~3z�-! w U LLJ �jm j I w<Z¢ rZ ¢ mF- ¢m° z z L5l I p°O4 a O Z° NNZ U J JUCLM Ow F" O° J.~..Q QN z N j o mc� w az �U-0 0 �Nwow z WW WWz OL, zo N zi!<Uo CL P Q 0 Z a N ¢ I °kqz¢ ¢J m ZQ mJ¢m N ~ N Ja0 Z W I UW�N WQ 0 ¢} JU¢a U° U wIW.�S WN W I Q rZNO ZZ Ca> UZ U U z a 'J Wr-z ¢W W�Q� �� 0 to =21�Oa zV) LL� - QZ°0 N�a.OJ wt, U WWWd �< WHO WOE WLi zvwi N N ¢ > W0 O aWtL a0 W rZr >-LL 4JF-}j .13 o s a 0 N }_JQ M W ¢U m Np .- N r7 u7 V)_l U In ?KOFa - 0(L- 0 0 2N t�zf� .2 z ZOEUO aH. O 0 Z - UP W (f) O O a a 0 0.» 0 B O Z Z w .Z. V ZWWZ54 �+-U . Wm¢ zo ¢� e m zi aoQ aoW �-�,, I- ox a N� to_j Jli r-~•Z I m 0 }N¢ Na'~ Z x .Z„NW Cr Jw� J<=)Z I ��¢QJ J�� O¢W W !�r+t-NJa OQH �NK, I �S�zN ¢WU �a� 50}J Waw N U�' I MWZOO .Z- ,)M< O¢XW nn aKaV)z zaw I �aow°a ~�� w�o5 mi ak is a'Wo��Z WIYj ? I ¢a0�N 0 Ow mNa° 0 WLZ wk'w I 000 LLJx W �z }N° mm .� rzrNa.Z.U�2 aka 0 I °U ww J�V)LU NJPW U z I < QiF- -5P-NU o¢�ZLJ LtJ W Z U I t-J*N ¢Waw¢ wN<-i Ii p 5 10pwmt UUQav UZam -J Q� D O o N w °wJtnx za pui % U ° I zJ¢ w M¢a M w5•�•¢a}a�¢o w ow �0 IS! Uw�Uw �°¢�o ° a O N a. °a Uw °po o o i w z Q U oNF ¢mz¢U M¢Nm¢ w Q N I - ''' J Q O Z II LI N W zI z wJ�z Z d l oa� ww 0-1 J Oz Q Z zU° U U LLI N a I opoZ O W Q OROO aa t� z Zf-zzw I I I I I �v� I \ x _ (n W - ¢C30WO I V y E O m Q m ac°iQaa I N 0 (/7 U QZ a= (n ¢a a I Z N � r c) ? vQ = � Z 9e O° Z Q L �m - I Lv } � wJo E O O Z Z a� �ca°iW° j ~� Z Z J C) av¢)vw)04 I m 3 N O Q w. Zi CA O (/) z fr-U I d Q � zpU zL j � U QpZQ zN i 3 Q Z Z of O o m aai °m a � Q a ? 9 I r- m C) 0 JOpZJ LtJ U (n Of D I UJ W o o¢N� w Q CY of N 0E-f5N. WUNfA I a- LLj .4 U, Q i W-Z UaU I o J tY = pz O J Na N w W- J � Q Q Ma 09ww z ' I I a I O Z Z WWo J 1 m J Q a}o¢ I wJ } w N,Wm. W C7 N J N I O Cf) VA «Zr }W I O p ¢a Lp(n tJ v = Y o w z w LLI R¢ O O ~J o ¢o I za z W �W U ¢12 ¢ ¢F I I I I K- q 5 N< m t!N o 2 a J 0 OI¢Q CN r J O� M Np¢ N W V) =N m� z z1 I o o' I � I � 1 z I o I 5 I � o Nm N N m _ NH N w w W m 7 �� U z a5 z N ° J� a (n } w ° Y Q J J OQQZ Z O CL O Z . 0=D FY F-U m LLJ< < x 1& Oin U d V) CL W Q � i � 0 0 � M � Z� Lf'_-------I M "' �� � U O MW o ZS 0-i n e D W ~ Z W nz o: m w ° L1 .r a a .r m z x x LO x TS x x a N N U•d'N N M I I M M N I N � M fp N U) n m x C I x N �71RIf1T ¢CL. N N it EM I OL N� Im/I(mA O O U V t0 = ti X l mwIc c z m a mma W U Q CL M N ti X Z u� N N � • E N 0 NI � 1 � _ U i �w S � I w E co E N rn 3 fA ® gg N i to I I I I I I I I I I I I I I I I I I I I I I I I J CD v}z ® I ( V)j K0- °a m mxo J I U wo ww�J k' C-1 J w ® zo 0.Z * i X'* D vNQ w o— w= z M <V) 2 M Y 0. M B m FO n ro i 0 0 0 5 N N Q N_ ' 1 o N } m N U 1 I I I O W 0' I z O ' i N 5 W �J Q b C7 I N II it I N I CD t] IID N Na. N W W m 1 Z z r-2 0 J a5 w N J w Q (n a ° EL ° m ° z z W a 2 Z N Li O J J U LU N N 0 wp Z O IL a. a I-¢ Q Q. x ¢ Zzo a U 00 m » > 0¢ p J W a a a J =j � wa� � of x G Q¢ vmi 3ca> a v' cU.> aw m00Quo0m0U000m(� 0UN N � � � ¢ � � � cmn � � a O (}j) aU-LLJ F- N- w )- S a m m w U U U U U U U U c.) ID N M d an a w m EL a0 N M d V) Co r m m N 4. = N N J N M N } } 0 In U o LLJ Z W Om W J 0 Z I III IH I . _N_N I I <tam ° I1 ID N N - IO t0 M N N d U U I zm W W W W CL v d d azXaaa>a I, a Ir w W M w z w w w W W ° a s w 00 D w Z m x ° U C) • X a' ta0 N N W X U U U v p�Ip wrv � N `3 m ��� UU3 ¢ ¢ ¢ >H >H �� N X ¢ 2 ¢ I+J ¢ C Ian V U 07 ¢ > > > ID = H m V U U v v N_ N H ID IDM M W N N `V/\ Q N j d ¢ S m m ® z W J } } } 1 I Q V i x N (y Z r V N N 8 o- a m Q ¢ Q N N 4J F- J J Z ,n p Q V) m M O N m ZS U 0.7 V U' J J J J Q O O N () oa a � EL �' a 1 ° < < m000 � I l o i u 1, O W O O Ci '�, to Z 41 t~i t~i u- > > > > > U J Z ¢ H ¢ Q Z L` N W U Z _ Q In V) V) um) IIDA Z_ O O ¢ M a' ~ 3 O ° H Ml U W Z W o) (> W N N M J J J X in+ z w O p U p 0D rn rn rn rn to to rn rn rn rn rn rn rn 0) 3 N �y V) V) V) I I 7 O x 1 d v C W > O 0 Q Q U ° Q W ¢ U Q J m � m m m m m OD W 00 m m m ¢ X J Li d d d H H > 2 2 2 O Z H ID > O J J d d d d d d d d d d d O ° I ¢ I - 1 -� N N H Z Z Z tR � ~3 Is 2 ° aInr, In j > > � > j > > j > > j � dF U 0 � I zofxw � 000 � wLJQ toE CIE Z t0 t0 Z )- N N w ¢ j 00 J tp ¢ �i U U U U �W Q I.J O N In to In j j - E w m x U U J ~� �"•�+ ° g U Ki 1 W (� ° ID ¢ a a a a d a d < a a a a Q a ; z ° ° ° a z Z Z O W Q H I IL F F N N II') N N N N N N N N m ~ 2 a' a' 2 2 (Sj d m N w w ° ozLi la1 vi 'd � avva _ °w °W ° aww °W m m 7I O ' O 0 z N m J Q J J J J J J J J J J J J J J J J J N Z O ID N N I(C�JJ } 0mo 3 M ° U Z 7 0 7 Q N N N N S ID ID J J J J J N O J O Q O tD Q in U d $ lal W W O F p 3 J Q O O O O O O O O O O O O O O O O Z O J J J J - U :' o � 3 z W m � J � aa a a aaaao_ aaaaaaaM � -� -� � � � � (� r www (yj lyjJ 3 Q N m taJ Z ID } 4 V) I m � W W W W d F a. I m m m } >- Uj U U W O W - tp J D: �p ¢ Q ¢ Q ¢ n, 3 N I tL O F Z a a m .J., MI - - - - .- - - - - - - - '- .- - j �KWJ. � Z Z Z Z C9 O ..r � In U U U J -J I I¢- 1¢- t¢- O H H v) VI N N W 2 W 2 C.4 F- a x Q ¢ 0' 0' a' 0:' a' a' K 0' 0' Q_ a' �' a. a. �' d F- a L')r 2 S 2 a'uj Li a. } a m (D ° N Z O Q Q ~ W W W W w W W w W W W W W W W W N Q Q Q Q O = ¢ W O O O 1 O O W O a X W tq p V- 2 2 2 2 ) In F- O! U V V W > > > N > > W W ¢ ".� to Q ID d a Z 0 Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y H �S U U U U ¢ w j Q Q ¢ Q ¢ Q Q Q Q Q ¢ ¢ ¢ ¢ Q Q Q D - v U ,, O 0 I- t- �- IWi tWi L� z v/ a U N (D U X m N p 0 a Z < F- Q Q Q J J J JJ JJ Z Y ° J Q �i1 ° p ° W W W W W W W W W W W W W W W W �+J W 00 tD !b Q 2. a d V) a a a ¢ ¢ J J J S J J O to U - I< 3 U U D_ M a' X X X M X X X w w x D_ m a' d% U O W VI V) Y O p .D U O m' Y . U W X p p p ¢U 1- U W m m m m m m m m m m m m m m m m ¢ m F ( lL � p p U W W W F- U w Fax > > �`' mM `�` `�` `�` `�` `JJ` W 3 aXm > � o O o ° z > w � 2adN > Y Y - - - - - I-, - - - - �. Z � » » > NCny ¢ k' k' kJ � Jmr ~ rcn � � ZJ VJ o x w x Z 81 P , ~ Z N N U U p 7 > > > 7 p O > > > > > > > > p f, p ° ° 0 ° Q ® -- 0 0 0 ¢ Q S S 2 2 2 0 m m O Z J w U ¢ U In O O N o U U U U U U U U U U U U U U U U (> 7.� O O O O O m � a � m U O O O D U J O O ( O r, N ¢ Z Q Z W ¢ 7 O Vj >- - V) w x x x x x x w x m x x x w p W I Z m m m ¢ O I- ° a' V) X W (n (n J J J J O U a n U U U U U U U U U U U U U U U U U Z J ZJ t�h) F- (JOoxOOw :o) ovwalZ`I =i � < 5 < n z z � =° � aaaaaoW W Wmx � � � M000 Joov2JZ z Q z z J o w w U ¢ w w w w 7a U m o ¢ U ¢ Q ¢ J. w J ° O wmf-'' ww wpc0 � 2 ° pm � � � m � � � � � � � � � � � � � � � � pUc� ? � Z7a � wa � U � QQ -Z Z- aaa (naaaU i i ° m > m m N N N m O r ¢ ° IDIDIDIDIDIDIDIDIDHIDIDIDIDIDm mj (IDy mID H N. ( I N H H 8 ID H H H H H H H H H H H I U m N N N Q N N ¢ d d m ¢ U ? g M g J to J II) U V U U V U U U U V U U U U V U 00 W t>O m m a H lq r Z ID ID ID X X I S S S N 2 2 N N d w W ° to p H g d d O H O H m m I d " J W W d X M W X o! X X p pp d a a a a a a a a a a a a a a a a OD N l I I 10D 3 1 H m N N _N I I I I I I I I I I I I I I I I I I I I d ID J U H co H } } } N N O o O x O 0 ¢ x d m N N N M d ID ID lSl a) rn a) a) o) rn rn rn rn o) a) O N m I I I I I I I a N H V) (� U U N N I I I I I I I I I 0 d I� p) p) p) 00 m O) ID I N N N N 00 tq tq W 0D to m !p tp ID tp to Op Op m t>0 M V tp M M M M M M V) H ID m N V) to I I N x 2 2 2 2 x 2 I- ° V) a' d d d tp J N n r N m v) 2 x 2 2 d d d d d d d d d d d d d d d d p U t` O) H ID H ID H ID H ID . V - OOaatna0 - - UW .r- rrrrrrHNdN .�'. aaa � � d0IDO0HO � 0IDO0HDOHO0HO0HDW w U h Z N O O j U U } } } } U } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } } >U Z z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z m Q a ¢ ¢ ¢ Q Q Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ Q ¢ ¢ ¢ Q �- ¢ ¢ ¢ ¢ Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ (n (naaaa m D- n. a a a a a a o. a o_ ao- o_ o_ a :)Z) U (-) L) 0 o ? zZZZOOOOOOOOOOOOOOOO � OOOOOOO o 000000000 N V) v) O O O O D U U U U U U U U U U U U U U U 0 0 0 0 0 0 0 U J 0 0 0 0 0 0 0 0 0 0 0 0 00 } >w�y,� >- } oo pO � r- }W >W- } >- }} W} } >W(�-J >W(y-� W(}� W}W }ww >WW- }W(y� }w(� >- } } } >- } } } } } JJJ } } } } } } } } }C.D U U J J J J U U U (D U ¢ ¢ ¢ ¢ J J J J J J J J J J J J J J J J Q' J W W W W W W W O W W W LJJ W W W W W w a' a' J ..JJ J J J J J J J J J J J J J w w Q Q Q Q W la.. W W ° ° 0 0 ° p 0 ° ° p 0 0 ° ° p 0 w 0 ° 0 ° ° ° ° ° U m VI V) N ° ° ° ° ° ° ° 0 ° z O O O O a ¢ ¢ ¢ ¢ Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ Q ¢ ¢ z > > > ° 0 0 o a o a a ¢ ¢ ¢ ¢ a ¢ w Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ 0 0_ D_ In 0' m m 2' a' O_' a' 0! 0! a' 0_ a' a' a' 0_ a' D: w 0_' d' 4' d' Q' o_ R w O (/) a- J J z z m m m m S Z z z � 0 °= 0 0 M M m m m m m m m m m m m m m m m m m m m m m m ° ¢ ° a s m m m m m m m m Q: 0 I I I I U ¢ z W w 1 0 0 0 0 1 1 I. I I I I 1 I I I t l l l l IIC�J Z a ¢ 2 (n (n In I I I I 1 I 1 I I M W Z Z �z�J WI Z� I- O Z Z �i�l U V U U Z Z {y ZJ �y ZJ {Z� WWZ Z Z Z ((Z�� Z Z Z Z ZWW ZWI� W IZ� Z Z Z w(Z� Z Z O Z >aa>-- W Y Y IyJ �yJ cr W W W J J J W 5 Q Q J J 0 V U U V J J w W w J J J J J J J J J J J W ,j J J J J J J J l- -J m m m m Q' J J J J LJ J J J LJ O O JJ J J J O (yJ !L lL 7 O O W W W W J J J J J J J J J J J J J J J J O J J J J J J J I J Q ¢ O ¢ Q Q J J J J J J J J J N x x ¢ a ¢ ¢ 0 x J a D_ a m D- w ° o ° a ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ Q ¢ a a (n ¢ ¢ ¢ ¢ ¢ ¢ ¢ z a U ° a U U U ¢ a ¢ ¢ ¢ ¢ ¢ ¢ ¢ 5 W �J N N M d N tD r tq O) H N M d u] t0 r m Q) ID N M d an tp r m O) ID N N M d u) t0 M d u) tD r 0o o) ID N M d M t0 r m O a N N _ N N N N N N N N N N M M M I+Nj M M M M (.Nj M M M M M M M M d d d d d d d d d d 0 m N I i iI I i N m ID N OILY im N Vr N w W M z Z O (n(n z N_ 1- -j 5 0 0 m Q _j W 0 a X w 0. 0 ¢ a a 0 0 p O O w cal a Z U- m a It l°Qil z z w Q Q Z 2 J U U X = 2 Z N W w w a O a .- N N .- N Z 2 F- Q O 3 w °¢ o v 2 m m 2 ¢ c9� �J O W Q Q O O O O J O O Z Z_U Q S J W J J m a a a a Q a a O=O ~W L IN LI<V2 Q = J W M d' W In to m (n V) J O O O O O O O O O O O O O O O O Lt_ >. J W a. a• VI a w a (n () LL LL Lt- w LL LL w LL LL 8 W N M �[ two n O N CL L-2 V U cr U U K U V U U N N N M) N M to to n 00 O) } r O(n U COL pm W J p Z _N_N QI I IDID � CII N M N N y m QF U U 'rLLj 71w&& ZLTSaaa aLJ as In In ui n In 1n N N In ui 1n In In In lL lL W W LL LL LL LL LL LL LL LL LL LL LL LL LL O O O O O O O O O O O O O O O O O V) V) V) N N N V) V) V) N V) N (n N N (n (n • J J J J J J J J J J J J J J J J J p Q Q 7 O 7 O 7 7 O O > > > O O 7 O O O Y N Y N Y V) Y Y fn Y Y Y V) Y V) Y (n V Z Z y �Z+ 0 0 0 r 0 r U r O o ; .. .. ,. .. N w ¢ w ¢ w ¢ w ¢ w ¢ w ¢ w ¢ w ¢ w ¢ w ¢ U U ^, 2 J 2 J S J S J 2 J 2 J S J S J 2 J 2 J m a' w w 0: m a' LY w m m a' LY w fY a' K �L X L) W U W U W U W U W U W U W U W U W U W J o U W W W W W W W W W W W W W W W W W a fY K fY fY a a' W H m a (9 m O a m UJ U U (m=lY> S�J am W O z z LO Y O fO Y .O O. O O O O O O O O O O O O O O O O O O O O O O O O O m - m - a w w w a a a w a Y a a _ a S S S S S 2 S = S 4 Z 1 1 = . = = O � N 2 I z z - o ao I E o O V U U 0 U 0 < 0 0 C9 < U U U 0 < m dadxC; wolromow wC;xC; w w O QQ ¢ QQQQQQaQ ¢ a ¢ QQQQQQQQQQQQQ ¢ Q ¢ Q ¢ Q ¢ u w O w O W O W o W O W O W O W O W O W 0 Z X X m M to M N M N M to M M m M m M N M M m M M m M A M IA M In M N M 0 .Nr W .N. w .Nr W W W LL w a � 0 w W M W '•t 'd' Li U F _ a% W W a' w W Q w cz W a% w a% W ce w a' w a' w a% w ce W Q w a' w a' w O W t0 z J W m z J W O z J W 00 z J W lU z J W m z J m z J W m z 0 J W m z V W Cz p N x o d F- 1- H H F ♦- F- H F- H F- F- F- F- a W N w a w W O 0 o o o Oo O o o o 7 U Uo Uo W U ° ° ° °° ° ° ° ° ° ¢ U Q U Q U Q U ¢ U Q Q z Q ¢U U J U J w W J w W W m w J U J J Y ¢ ¢ 2 2 2 ..> 2 � R 2 0 R 2 2 U 2 m m m m m m m w m W m O U O r O } O O O } O O } O y O O O } O } O } O O } O } O m w } �4 m. y m l l l l l l l l l l Q z z Q zQ z Q Z Q zQ zQ zQ Q ¢ Z ¢ Q Q zQ Z J m J 0 m Q J J n y O O O O O = O O O d W W w I F- F F F F 9 ¢\ M M W W W W W W W W W W W W C q T cr a U V) O N O N O N O N O V) O V) O V) O N O N O N O N O V) O V) O V) O V1 O !n O H W Z W Z W Z W Z W Z W Z W Z W Z W Z W Z S O 2 w E w O W W w w = W = w = w �L W 0 > > N I �] a' V) Z Z LL W W W W m 3 O O O O O O O O O O O O O O O O O O O O W D 0 0 ZZ ZZ zz f z wzz f zz W z Wz z Wz ZZ z Wz z wz �2 ZwZ o°Di ; Q O Q O Q O Q O Q O Q O Q o Q O Q o Q 0 0 � �t � 1 d 1 I I d I I I 1 I I J p w 1- \ N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Y r N O O J U J U J U U U U U U U U U U U U U U U vi O m Q m Q m Q m Q m Q m Q m Q m Q m Q m Q U O Q (n a a m Q m Q m Q m Q m Q m Q m ¢ m Q m Q m Q m Q m Q m ¢ m ¢ m Q m Q m d- . Z a m a m a w � a a o a J w > > > > > > > > > > > > > > > > > F- F- 1- H F F- W f n O W M M \@ \@ \@ \M \@ \@ \@ \@ \ID \@ \@ \I& \m \m \m \m \@ N o z� o z 0 z 0 z 0 z o z 0 0 0 0 Of ?� In 3 to 3 to 3 0 3 to In 3 1n 3 to .= to to 3 10 3 1n 3 1n 3 10 3 to 3 1n CL a o a 0 a o a p a o a 0 a 0 a 0 a 0 p a } O 2 x N N N N N N N N N N N N N N N N N Z O Y Q M V U U U U U :J - V V U U U U U U U U U U U 1- H N F- F H 1- F FF F- Z J a m es F- O a 0 a 0 m 0 a 0 m 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a O w U w U w U w U w U w U w U w U w U w o r- W I g J Y Y Y P> Y Y Y Y Y Y Y ° m Z Q Q Q Q ¢ Q Y Y Y Y V J (n V) Y Y Y Y Y Y Y Q Y Q Y Q Y Q Y ¢ Y Q Y ¢ Q ¢ ¢ Q m U U v v v U U U 0 v o f O U U O v U U 0 U U 0 v U U O v U o ° mod o `* od od o � oao �* o � od o �) zzfr .t a a a .r a a d m H N m N m N m N m N N N m N N N N N y N N Z Q O O fY 2 0 \ O \ O \ o \ O O O O O o O O O O O O O U two a p o O m m m m m \ m \ m \ m \ m \ m \ m \ m \ m \ m \_Im m \_ m \_ ¢ a a a ¢ a a a a a a a a a a a Q ¢ a JaJ F a w i W�,UJy,� WO�1 w l,.i w 0 w w w w w L.i w Ld w L.i w w w l.i w l,i w l.i w l,i w l,i w l,i w l.i w l.i w li O W W W- W W W W W W W W W W W W W W W W W O W Q O W W j j j j j j j j j j j j j 2 E D D D D = p p Z) D ? D D p U x a w w fY a w a' x tY a' fY a' fY a' m X a' a' 2 a m a N V) w 4.. L, LL lL w LL 1ILL IILL lL IILL llaa.... IILL LLLL LLLL I a a a a a a � a m C4 C*4 C4 04 C-4 IN C14 C11 IN IN .t 0 0 0 I I I I I I i I I I N Q Q N N U U U U U O N N¢ J to J to J N J to J In J In J In J to J N J U7 Q to U') w a a m to N t17 m N to In to IA N m to to N tc'I m x @ @ @ 7 @ @ @ 7 @ @ @ @ to @ U @ Q S @ S @ S @ S @ 2 @ 2 @ S @ S @ 2 @ 2 @ S @ 2 @ 2 l4 S @ 2 @ 2 @ 2 @ I I I I I l l l l l l � l L l � l W l m l In l m l m l m l L l to l m l m l l m l In l m F m m m m m m m m m m m m m m m m m m m m Q a Q a 2 2 2 N N N Cl N N N Cl N N N N N N N N N N N N N N N N N N N N N N N N N N p @ N N N N N N N N N N N N N N N N N N N N M M N @ @@ pt pj Nj yj 0 n In m M 0 In 0 In to M m M m n 0 1) to M'1 N'1 Ot 0: OD a N It m a to x m w to w w w V m N w N w N 0 fan 0 0 OW W 0@0 M G M M M M M F7 M M M M M M M M M M W or z 0 N 5 I N i ¢¢ N I ID_ O I N r } } } } } } } } } } } } } } } } } } } } m� Z Z z z z z z z Z Z z z Z Z Z Z Z Z z Z Z ¢ a Q Q Q Q Q a a ¢ Q a Q ¢ ¢ Q ¢ a a ¢ ¢ a a a a a a a a a a a a a a a a a a a a a- 0 Z Z Z Z Z Z Z Z Z Z Z z Z z z Z z z Z Z z Z Z z 0 0 0 0 O O O O O O O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 U U U U U U U U U U U U U U C-) U U U U } < < < < < < r r r r r r r r r r r r r r r r r r r r J a Q Q Q Q Q Q a Q Q Q Q Q Q ¢ Q Q Q Q Q .Q Q a Q La Ld l�+ J w W J w w J w w w w w O rr fY a r>: Q' a t>: fY fY a' rr rr K IY t>: a' a fY w m f>: K x 0 0 0 0 O O O O D O O O O O D O O D Q o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 o o o o o 0 0 tr a a a a a a a a a a a a a a a a a a a a a a a a Q Q ¢ ¢ W Q W ¢ W ¢ W Q W Q W ¢ W Q W ¢ W ¢ W ¢ W ¢ W Q W ¢ W Q W ¢ W Q W m a' a fY fY fY f): fY fY a' K fY fY fY a fY a K fY a m fY m K fY a a' a a N K N a V) fY !n a' N a N a' N Q V) a' V) N a N fY N K V1 fY V) a N a'. (n K V7 C O O O o 0 0 0 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 m m m m m m m ] m m m m ] m m ] m m m o m m ] m m m W U U U U U.U U U U U U U U U U U U U U V U U U U I I I I I tL I w I I w I I I i I I I tL I I w I LL I W I ¢ Z Z Z Z Z `JL Z -j Z J Z Z -� Z L-(` Z LJ` ZWZ `iJ z LJ` z `J` Z J Z LJ` z � z J z 2 W U 0 U U 0 0 0 U 0 U U 0 U U 0 v U U 0 U 0 v U U W L�i L�i W 1�,� W LJy1 F- �1 W W W - W '�'I W W U J W W W W W W W W W W W W W W W W W W W W W W W W J J J J J J 1" J J J 1" J J J J J J J J F" J J to QE goosoo Qos2F38E3 ° ° 2 ° S28532Q QQa � Q Q � Q � Q � Q � Q � Q � a � Q � Q � Q � a � Q � Q � Q � Q � 5 N @ •- •- N M d •- m to •- n tq 01 @ •- N M •t to to n m W @ N M to t0 — n ^ 00 ^ O) — @ — ^� . O> M@ to tl) N N M to In in In 117 to to n to W N (o @ 0 (o (O to t0 to t0 tD n (D m c0 n@ n n N n M n d m m � (O n n n 00 n 0t m@ a0 a to n to In N to ,n to In In to iG to (o m to to n n n n n n n n n n m w o �m N WW N F d J m O f4 a N W W m I FO z QN Z N J 5 W Q m m O Q Z W m - N Owp Z ♦- V) Z 0 m 0--J a a �_Z) HO of M a'3 XQH 0 > > O O O O J O J J O 7 O f'" 1- F" N U N LL V) W M W w w w w w w w LL W tL w lL W a n- v v O N a L_ to to $ N M to (D n 00 Cn ID N M d to (D n m m lA ID N N N N N N N N N N M M M M M M M M M (D n 00 V U V ^ m M d } r aON UOw xr--1 Zw0m W J O Z Y N N Q l9 ID o I N N U 0]W(yW�W� 3'W>O C � �iaaa xxx c as ui ui to to ui i ui to to to to ui to to to to i ui ui to to � a a ui ui L, w LL w W w 1,. IL LL w LL w tL w w tL LL' tL w tL w w w LU tL tL O o O O O O o O o O o O O o O o 0 O O o o o O V) (n to V) V) fn N V) N V) V) V) (n N (n V) (n V) N (n N cr V) V) 0 1- �- I-- H J J J J J J J J J J J J J J J J J J J J -=J) p p J J —` O O > > > 7 J O O O O O O 7 7 O 7 7 > > \\\ O O ICi� m m m m m 2 m m m 2 m m 2 2 2 m m 2 2 m M U U U 5 Z Z Q Q Q Y V) Y V) Y N Y N Y V) Y V) N �� N zu .. UrUrUrc� rUrUrz > > > w a w Q w Q w Q w a w Q Q ^ m m m m m m m m m m m m m m m m m m m m m m m 2 J 2 J 2 J 2 J 2 J 2 J m m VI W W W W W W W W W W W W W W W W W W W W w _M _M M U W U W U W U W U W U W W W Q O O O O O O O O O O O O O O O O O O O O O m m m m m m O O tL m m m m m m m m m m m it m m m m m Of m m m I I I r r - F-! W m m V O O O O O O O O O O O O O O O O O O O O O N_ N_ N S m 2 m = m S m = m 2 m m O O • E V N N 2r N V N V N N �" R�1 u� U F F H J '�- J X J M \, C-4 U U U 0 U C) 0 0 C7 V C7 U' C9 C9 C9 C7 CA U 0 0 U 09 J J J N C7 (7 01 a a Q a a a Q Q a Q a a Q Q Q Q a Q Q Q a Q Q Q Q a Q Q a Q a Q a Q Q Q a a Q Q a Q o 0 o Q Q a Q U m M Lo M N M N to M M) N M N M to to M m M m M m M m M N M m M M to N M V1 M m M m tM N M > > > O m p m p m p m p m O m N oe w M to M D W O W O W O W O W O W O -� N w M w l.L ti W M 11 N LL w � ct w CZ w CE w c W K W OE w K w Q w & w 13 w � w w w & w & w & w & w 0_ w ce w K w Z w W cr W 0 Z Z Z Z Z Z O O n F- H H H H f- H H 1-- H r H r H ♦- H r ♦- F F H r F- H N r O O O O W p W O W V W V W V W N C Q Q Q Q Q Q Q a r Q Q r Q r Q Q Q r Q a r a Q r Q Q r Q r O O O O O O O p O O O O 2 Q Q .2.. o-2. o-2r o-2-, o-2. o-2. 2. .2.a o-2-, o-2-, ,2. o-2r o-2i rVi o-2r R o-2-, .2-. o-2. o-2. 2 J V J V J V J V J V J U .2-. o-2r O }' p r o }' O } o } O r 0 } O }' O �' O r 0 }' O �' O r o }' o 0 �' O > O } O > o y' O } 0 0 0 m m m m m m N 0 r' O > to E 4 Q 4 a 7a a 7a a Z a Z Q Zi Q z z z z z z z z z w w w a a a Q Q a a a 7,, a a a Q a a I I I I I I Z J Z J �� mM J J J J o-' J `� J J J J J o-' J o-' J � J o-' J � `" J o-' J m m m J 00 J m J 00 J m J 00 J 00 .n W W W W W W W w W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W D D D 7 Z) m W W W W 1 Y: w O w O w O N ow O V) c o o V) O V) o V) O N O V) O VI O V) O V) O V) O V) O V) O N O V) O V) O O O O H F H F 1- F O V) O V) O � D W �L W W W W �L W o O O O �L > > > W W W O W W W W W W LL. W W W 2 W Z W Z W Z W Z W Z W Z J O O T 3 w W J J J O O O O LL O O O O O O O Q lL W IL W Q o Q 0 a 0 Q o Q o 0 0 0 O O O O O O O O O O O O O O O O O O O O �j O tj H H FQ I J I o-J. I o-J. I .J. I 0 0 (j O j N U V < U U V U U V U CU U U V CJ CJ CJ U CJ m a m a m Q m Q m Q m a m Q m a m Q m Q m Q m Q m Q m a m Q m Q m a m Q m a m Q m Q J J J 0° a °0 a 00 Q °° Q °° Q °° a w m a m Q > > > > > > > > > > > > > > > > > > > > > \ to \L \N \� \� \L \L \L \L L \L \ Ln \ to \L \L \N \L \ to \L \ LO U') 01 0 J0 o z o z o z o z o z o m m \ 'o \ uIDi V� a 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N 3 N J J J a O d o a o iL p ° o a O 3 N 3 N 3 U U U- U U U V V U U U U V U V U- U U U U U J O O O O O O a 0 U o a 0 a o a 0 a 0 a 0 a o a 0 a 0 a o a 0 a O a 0 a 0 a 0 a O a 0 a 0 a 0 a 0 a o a 2 R ~ p a 0 a W m m m � 2 m m m m 2 2 2 2 2 m m f U w ti W U W U w ti W ti w a � Y Q Y Q Y Q Y Q Y Q Y Q Y Q Y a Y Q Y Q Y a Y Q Y a Y Q Y Q Y Q Y Q Y Q Y a Y Q `1 Q H H H Y P> Y Y Y Y Y O Y a Y Q V J O U U U U U U U U U U U U U U U U U U U U U 2 2 2 U U U U U U U U m O O `r O `r O � a 0 O d 0 0 `r O H O O 0 0 `* O $ O O O O O `t O U C9 C9 `* O `r O `t O d O O `r O J O `t O J \ J \ J \ "' o J \ J \ J \ J \ J \ J \ J \ J \ J \ J \J \ J \ J \ J \ J \ J \ J \ N N V) N N V) N N N N J \ J \ m m m m m - mom - m m m �- m m m m - m - m m �- m - m - m -- m � � J � Qm - mom } r r r r r r > r r = j VI V) = N j j V) _ _ = j = (W N N j N N j N j N N > » N N N N j ? N N N N > j = = O O O W W W W W W W W W W W W LI j N O p LL U- '� '� tL w W w w L. w w i' EL 2 w EL EL tL E! w 2 E a w w 2 E 2 � tL LL E 2 E! P, LL IL w 2 a a a m m m m m m m m m m m m a LL '� U- LL ,i i a 0 r > > > > > > m 04 C4 N N N N N N N N � N U U U U U U m m m O O O o O N N N I I I I I I ID N N to N Lo h N Lo N Lo to N to N to N N to to to an m m m J Ln J to J 0 J 0 J N J Ln m Ln LO = m 2 m 2 M 2 m S ID S m 2 m 2 m 2 m 2 ID 2 ID S ID = m 2 ID 2 ID 2 m S ID S ID S M 2 ID S m O o O D m n m D m D m D m D m ID S ID S ID I m l m l m l m l m l m l m l Ln 'I m I m I m I m I 0 1 m I m I to I m I W) I m l m l m l l l l l l l l l l l l l l l l l m l m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 2 2 2 m m m m m m m m m m m m 1- N N N N p - 0) tai to M W 6 m M qt t6 to n to ery to n 0 n 0 tM to (7 O, M q, t7 tT t7 O, K) O) n O, n 0) t7 D, M m W) im th ID ID ID N N N N N N N N N N N N N t71 M O1 M cr M t7 �- t7 M'1 .�- M i7 .`}- M i7 M t7 M M .�- M M M .�- M M M IM 0000 0000 003 � (n m N m V) m N m V) m V) (D .�- iM IM W S. W to _N 1 m C1 I N r r r r r r r r r r r r r r r r r r r r r r r r r z z z z z z z z z z z z z z z z z z z z z z z z z z m Q Q a a Q a Q a Q Q Q a a Q Q a Q a a Q Q a a Q a a a a a a a a a a a a a a a 0.O a O O O O O 0 O 0 O 0 0 O 0 0 0 0 0 O O O 0 0 0 0 0 U U U U U U U Z Z Z Z Z Z Z Z Z Z Z Z U U 0 o 0 o o o 0 0 o o o o r r r r r r r r r r r r r r r r r r r r r r r � w w w w w w w w w w w w wJ a Q Q Q a a a Q a Q a Q w w J- J J J J J J J J J J J J J O O O O O O O O O O O O O O O O O O O O O O O O m m m m m m m m m m m m O O Q w Q w Q w Q W Q w Q W a W Q W a W Q w a W Q W Q W Q W Q W Q W Q W Q w a w a w Q w a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q a 0 a a a a a a a a a a a a w W V) Nm (nmmm Nmmm (nm (nmNmNm V) m (nm (nm V) m (nm (nmNmNmNmNmNmmmmmmmmmmmmmmm V mNmNU m m D m m D m D m m m m ] m M LL 1,m D m m m m ] m m D m D m m m m m m 0 0 0 0 0 0 0 0 0 0 0 0 a m m W ZJ J Ly ZJ 1+J� Z Z J Z {+J1 Z J Z -' Z J1 zLL L-�j`J zL,J �+J1 z J{a Lz,J LJ` z J z �`+J`.1 z -J z �L+�`1 Lz,� {-t z LJ` z J z I-+)1 z �-+)1 z z z U U V V V V U U V U V V 7 Z J Z ul c r J J JwJ L[Caa-1l L��Jt Lrr J r Lt�� {arr11J J r J J r L,JJtt {rraat1 J 1,JlJ,..11 r J r J J J U V V U U V V 2 V U V V 0 J J p J J J �1 r J r J J r J J J J J r J J � J J J ...I W W W W W W W W W W W W U J J a a Q a Q a a a a a Q a a a Q a a a Q Q a 5 a Q a ° B 8 A E3 0 0 0 0 8 a Q n a n 5 Q N M �'^ to •- (D ^ n •- m •- W ^ m ^ N M •- to •- tD n LD N m OO M m 00 00 0U m m tD m 00 co m 00 m O, 01 0) T LA (7) (M (7) is m m 00 o •- ^ ^ N M p ID N ww N F m m m �N N N W W OD I Z Z L4 a5 z N 0 J Z W W 0 Ow CL-J o4a Q F-2 p O ��V) w�w U Li } J W Q O to 00� m F- 0 w a: Z w 0 m -i p W N N aeml • oii N N U U j I O 1 r~r Z � vN J - � W Z = ~� v .. Q a � V « E O a N V N_ N 1 u J N w Q \ F m 3 U rn < J U) Q (� w N VA Lj - o o � ; o EL W v U Z Q w W W d r^ Q O w Li m F m } Z C, U < W 0 m �. w Q U co O • 7a O m � r'""� 't ,l 1 >s o >s r j I S 1 N N Y m I � U ID m > Q \\ m I m El W pip o W c N 5 w s i i U N Z Q m d' O I W N W z ! Z Q .. m w o o O U } Z O 0 ¢ o K g C I W laZW1 Q Q J Z V) V) N Q O 5 w f7 N a ro n b N k'mi m m oil N N W W m 1 F ~Z F'33� i - z z &�u �3 oaZwo i u~iN z N W O O 5 Z W Q V) d' Lj mwu Z O O W W mo a � J O p Z Z 68 °=I �3 p�3ew � LLI< Zwov � w w w� X ° to �w a MAN to W J bZZ� z� R oOm O in d� a�2° a '� Jao LJ } oZ = F Z bm.Z ICI <ELo U0w trU m°b°o W 0 w Z w p . y U W I�V71 Od.0 F Z _N_N I I ARID ° II N N U m 6l W mmai yW�> >-a3 Fa3 W W x F- n 3�WKK O O N N N O N N N U a s �aa W �w New Om Jm om a m Fm Q �W QJ aJW d 4.t Q� OV wW o Qa }� mad, oar cnw 3w mw w �w c�WZn� �w F N Q ��j f�� ZO 50 ZO 0 7p Oa N • ^mm W . . \ t ^ m n wW Z�.. WW �. Uli U N �w QW �w U W Qw o m + I U U �, of WE J E mw � W d u W �m0 m m ID m + + I I j a w W -41 W cn 1f1d1f10 < m ^� N O LO m +o �� 1f1dNI N U? } f Q + I O mN -live I m a gym„' m live3a + m I�, mr70 m m O N� a ^" m m co 3 M t LO t0 00 Of m 3: U C m W W W W W W W W 3 m W Q UQ UQ UQ mQ (mJQ UQ UQ W OUi ^N( NN( Min( tN( tf).--( fp N( O m r f o , z Ljlil i :z - IN-LOL43 Z I I a V I I W a z W I I p ZI m U_0 3 / A_ -A- � m w a _ U H WWI m Q / \ W W w / a x a of In 0 o N U � W Z 10 U U tsk w W i ''' i J z n ,=m m W I I N NNUp� S N NNN I I I d N >n x �W ID I I g�NM is j m cr W I I o0 U N = > J N N N 1 0 Q ID O pI i O U N I }m m m8 M W U Q Q ¢ Q Q Q Q I I I I I I I m m m m m is m U U W W W W W W W p E7 UQ� (mj N� VLa( ON( UQ/ UQI 0Ql Cl— M t in f0 1l W N Z W W F n Q cr R -- OVARI-W1*3 v m b m< W N O 8 fA I N ciU) ' N f/1 W L LJ m z z �-o U J t0 N N Vf c N m O d Jw tr Q (n U >s ID m W W a a O J Z W W Z D ZOO a0Q tr 0=j 0Qw �3� x OZ ZO } J.<0 F- O to Cl-J 0 SW Y �x o IZ ��� a UD w LLJ Oo� O W J O W 0ti3I-ti£Lt m a m m O Z z m 9 9 0 88I-4£LI e e 6 m m 88I-ti£Lt O o a o m UO v 88I-t£Ll 0 B B m a Na W a�N z O N N a w 88I-ti£Ll m B 9 a 5 §Iml I D w ww ww w \ m LyU U w K C 0 CL CL v - O �W�Q a J rn � g R n ww ww ii W N ap !i a U Ld 'lull" �,'a � � X F1 w o ggpql w V U !• O W NU U Q I V. m a C N W ID 3 aO ; T UU z lla-Ifb«3 v J m w (I Ui <)0-lfOlti3 sr- F ..... ,..�.... I w W w w I w a U e i H w ,I K m I w I W w F Q II U ffi Zla-W L*3 0 U 534-11 Li,3 Zm � O uj ' Q CL O U V) a 3 N Ui � 5O- W' z Q CL ' >y j my 0 1 0 I � z w I of i b c� r �m rn i N Q I I I I aNmm tq c\I au w a o a w w MR; 9; j W 2 ji II II II m 1 CL L) p ° r M a F-CD W F J O N 04 N N JJ z z O W Q J W W w W J 'o U S O L, 2 L,SW a _iz o o ¢5 z N_ OJ a O q a �U N N Jw N QQ. W Qr0 Q QW = U ? N O � I m m w Z LL) w ri J fn - N N Q Q Q p M m M z N mM z N W w Z C�U ad' U U U W U W N N U U U U U U F-=O Z , _N _N w<W x0 r F- I I N W� In O In N N - O (n a CW .a m w w Q �z� o 1 N I U U LJ 0?J Ld ON Q ` w tn c z w = ICI t O W LZ L-10243 LZ L-LOZ43 v=i M N O Z N N . N N N N Z W <NN W 011 U U U U U a N N m M d 0) m iA t0 W O U U W �_ _N N_ _N W - I 1 I I >: W w w w w ° wMK U - 1 O 0 0 W Q W ° N V U U 0 N N N N O:T IXT W I 1 Z o w 4Zl-1OZ43 w N o x O m O x O m Q W 0 0 O w 0 OO O w t ` N Q W Q W V . E En t� °N 0 Mo Nua m O c°9 U z Z o T u UL = o = w ^\ � 0o ao �� N C_ U 00 y m � M W w n N 0 3 rn 3' vi D= (� WO ZO _ w J< �� N 20 30 W� m OJ W X of I m is W N W r Z 0 N c� W 0 a U U =-� O U : LLJ m J m es W W a/ \ C14 (1) NW N tf � cn m aai a3 s m m Q N N 'W W N W p I W W Ou Ou W y M m B ' N r m oo 01 ^ r m 00 O, i N i N N mat N to In ix B U UUW ¢ >C7 0 NO ID m to W 00 1 I I I I I of O N i N I NI N1 N N m1 m1 m 04 cli C4 m w 1 w I wl wl w w w1 wl w W I N I I I 1 1 I aN L---j L__J ' at- a( a� a� CL a-j W� J!p �a Wr S J O Jn N JJ S W M y O U U U U O 0 00 00 �- O ZO I rn m m w W a W <1 i ID N i I I N �NMmID CV of CN Q m W U � I J Z z NN Z N O <5 � W < c/) w 0 Z °O °F- �w Z5� J Ir a z wo w zM �aQ0 ti ?zIZ ~~ a s �-y D z -I f z to O LLJ CL U X = W3:w x O'Q } J W W J O V) wW > } p z F-z 0 (JOw �� Q LLJ O= I I Q N N pII N N i mm mm U U w w D in W Wy w K K W U(L(L p Q Q • I [ \ N V \� Q I V U. ; E N_ U I m w 1 ` m lam• N C N W 3 3 H H Q j .2 M Zi_-� Z Z D m 7 7 3 w d' O Ir N N a a w a a �+i 0 ~ a a a a is LO to Z Z r cX\ / (j � � NC4 J19 �t9 >- Jm Qm Qm U^ Q a a a a w CL a �i v z w �w W W W CW W NW J w J C7 CL nom. x3 3 w3 �3 a3 a3 20 00 20 QO j0 :3 - x l,_ -J LL wl� Ali a.LL n.w Q � w w w w w w p E, o; o J fR o; o f } m i _2 p . I I C." I U U N N I N N CE W i w N c' I I w cr. I I _ H I � I C, 1 j -IL;5 lr� h MOO:aoU�rMi :Dcr a�+---I---4-4---f-- ---�-- -1 0 I 0 g I � i � I N I I a ril I I pl I I N I } m� 0 o V U 0 z H m w Li Ir J Q C7 ID N ---■rrr- --�r=r-rr-rr-r-rr----r W N J F N m m z O N l4 _ N M 1A W W N m \ i Z Z L51 �-O 0 J 1n m z N_ 00 0) M �- N M 4;--1 N J W . m m m m m m m 0 (/0 I I m m m ml &I to n rn I w w w w w w wl wl I I J I I OZ wo Z ~tea Z Z O V) I I O' Z:)H I I -To F- t I w<:m �aZ I I ��W x?� y O x O x I 1 LO N JJU) Q O O O xx O n U gy p m Z N i N N O w i O a Z -j O cr- I I Nm Wj& 1 I N N M N I I ow ow I I WNN i O I 1 D 1 i 0 1 1 u u I I U U m8» W m m MZ�Saaa- o w a a C , u2 1 I � N >g � w p Z Z 0W OW V� Q Q O Q O 3 t \ �` � a x a x a �O f5O V E O } z Va OUa N a. N N U U _ 10 a a a o_ a 0 S. m a a as a .� v • E LO M CL mmN ^ V F Qx�? 3 3 MOW< _ n\ a I?U I \ \ \ \ _j to <Q-r o 3 O 0 N LO U \ \ \ \ \ \ \ V wO t4 L4 to -all ID >s m . I I I I I I I w W I w i w w W w w I I I I I I i 1 I I vl z l I I I z - (no l i � 1 � I I I I I ~ I I I N v l �v I O 1 ? Z, I < 1 j mw z l 01- b �'b I �F �`� I NM� 01 oN� F I V W w I o a U I v1w 4 j i Z j zN _� m 0 I �I �y I > j vii c=� I i 0. 1 m wi Z V) � I I is I N I PO LO O I I I I 40 u w m >s >s M M M M M Z w w w W W ? to cr w N M sh N N N Q N i� o I U _N 0 I m $ m U w fn m H Z 0 J O "" Ow Ow w < av� ain F-0 �0 m oN a a > uwi 0 0 w 0 \ z ¢ U U Q z y O C7 _j`� m U U a ? of a > a o 0 ~ U M J O .Z Q m J Z >> Z N ~ W W J w a � a 0 �m m N N m m N oN I . r7 d- H m W i IL i N Z cr N N z N m��a O �5 LO to a (n Z w t 0p - m N N M M U') 10 1� ^ (n C J� Z ZG Z p J U Q � U � U N Z \ \ \ \ \ \ p Z W W N N cV N - N 44 N LaJ 00 ZZ mw l l mw l 1 N l l l U N N N N N 0 ~CL N m m 0 M mw l w 1 w 1 w l w l w 1 ¢ ZV)m CEdZ I I I I I I I I z wQ ZQ 1----------L----------1----------1----------L----------1----------1----------L---- .. 3 UJ w } J J I I I I I I 1 I I O V) <N I ----------r-------------------- t----------r--------------------'t----------r'l I r �.- I I I al HZ1O--i 1 a [[��]] VOW Ocn v 1 1 I i as a-i I I i w w Q I OI Fj DO-) vai� O� o� vi�Y ANY ANY vi'iwY I I ~ ..N ¢ I p� I I I al al ,zaol al ai cal I wl wl I 11 I I ? I ? I I I I WNN I L- ----------L--------- -L---------1----------L----------L---------1----------L-J I oii I I 1 I I I 1 I I I NN I I I I I 1 I I I 1 L---- F----------------------I---------- ----------i-----------I---------- +----------------J v�umi I I I I I I I I UU gl ml ml iI mi ml is m1 mWWOc NI NI NI NI - NI NI NI NI 1 6 y - I I I i I I I Zz0000 m m m m m m m 3oW5aQ w w w w w w w w =)a �a �a �a =)< �a ^� �a rn� ma wa Na m i 0 - N— N N U W O m �0 v w w a w a .J. w t� a a � � U- � V aE w N O O twi 0 fw/1 Vl U)N U _ N z N z 0 "M M C Q. a a a E n CO ; rn ; vs n\ 3 D a m J m mIia MU O W ° Sl m N N M M sf N 10 I� n Cn J U Z Z Z Z Z Z Z N i 7, \ \ \ \ 1 cl, N N N N N N 1 m M 6l m m m POI w w1 w1 w1 w1 w1 a wl w I I I I I ° 1 I I I I I Ij r------a---------------------------------4-----------I----------- ------------4----------- Ir--- ---------- --------- ----------T----------j---------- ----------T----------�-� I (n I I I I 1 1 I Oj UI oM I z z vl �I QI z z D I QI ¢ I I 11 w A ,1, I z z az a I U I .I 0fe U^ Ua �Z� U Y (°DajN� Lai1Q� QY I ° I I OOT a a z�� 2� �T V) V) �� > > a I a 1 a 1 a I I I I Z a a I I 11 I N j ---j------------------------------------------- ---------- ----------- ----------------------i� i I ------ 1 1----------t----------I---------------------t-----I I I I I I I m1 m m ml mj m m l l � I _ I _ NI N N NI NI II II II m m k' N N K) m m m c L9 L4 Li w w w w w w w ° }m m �� n D� �E� �� m 40m) m N M a �� � U n p U I o bl 61 w �w z z az < < w a CL 0 Z a > j N ° ¢ U cr a a a w z U a N N p j V1 rn a a a a W a a a 3 0 o �m N i N oil � N fn I- W LL I } d m I w °aFqQ Fzo In In z N m��a ~O J5 _ w^pa0 ffi ID N N M M, W) l0 t0 n n -1 N J Z Z Z Z Z Z Z 0. J U a N \ \ \ \ \ \ z w j a a OQ IDI rffii I ID I ID m m m m OZa 0 CL p0� dl tl t1 di I-2D1-�p WI W I wl wl w w w W ZU) cr aZ XZQ LLJ I - ---------- �--------1 ---------� ----------- ---------------------- ------- ----i r ?H H r---- r I r r -I i Ir—z °coo lnI m1 0 1 w 1 c9 I W I I w �p zl of z I I z I I I I v�2 O O QI zl. � I z1 � I I I w L) La a1 ai � I 3t I z I wJ0 wl ZI 31 LL �1 O� 1 =_ N ww 1 �� Z of 0 1 o M ao � i W cn tr l I Oz wlI z 1 z 1 Z I W I I oU I NN 01 I LLJ 01 j --I---------- ---------- -----------I--J 1 I 1 I I 1 N I I I I ---- r----------r----------1---------- —————————— -------------------- ---------- ----� fn V) IDI i NI MI lA tp I to ffi ffi ID M M M m m p as w U a a w W W W W W W W I U- d O <� < I � • N N m W tl WcO�Q Z mui= Z O W � J~� a W H J t 1 V Q J¢O 0 wQ QZ Q Q z < O O O �W li 3< M it W lWl WO W3 Z N u� x o� � ~z ^ W w z u - UJ OJ U = J W m 2 W m * I O twpp to d N 3 Ol m 3 Q to v' 3 } a W M (n Q mJ N M m �J m Q mM a H _ O w pm Im ffi N N M M a A z .z. z z z n f! ;x _.±(( i . ..... € tO N \ N\) \ \ M M M MM M M M M M I I I I I I rffiil ml ml MI MI � I IDI IDI � wl wl WI w1 w1 wl w1 w1 a I I I 1 I I ° I I I I I I I 1 r---- ----------L---------- --------- ---------- -----------I----------1---------- -----� } m I I I I I I I I I I z l z l I I I I I I I I I I I I I I j c"i� ° ° N z0 1l ll 1j X1 1 X1l 1 �I 1 1 1I 1 z 1 0I �z� zY 1 it �Y w� a�L c�1 oW� v I > vai� o� �� YT I a�� I �¢� i 0 cc In I P O I U w �1 wl v I Y I i p j O 1 2 I WI a I I I I z I 1 = 1 w1 I I tL1 toi L I I ��I---------U-4--1 I I I 1 I I I w I I I I I I I I I 1 I I I I I I ----rt----------t----------I---------- t----------t----------I 1 I J I I I I I I ffiI I C-4 MI tl to MI MI rIDi1 M1 MI l,IDjl MI ml y � I ml MI MI MI MI MI MI N M M ID ffi ID _ ID ID ffi N i w w W W W W mN U NM d =l<NmoL = Q� li N\N li t m U n O U O i s 1 I+.I w w m w Wa' w w ° O O d N P ¢ w j W o N !n Q w Q d W a O s J > Y FN- "Z" O Q to > > p O N Q w Y Y Ci U 2 = � U U V m N i N Q N m m m m w z z NN O 5 z N Jw ° J Z w W O° Z H< Q zz°aCL� wa �a z x3 N Xo° LL- r w O v, a J w r °<¢ °.,m Lu 0 0 Lu Cr �w0 ZJO c�Z F N N N N mm U (bjLJw0: <W CSS a a- c a a II u� I 1� N i Q t \ � �. N U 0 _ U w GO 0 i I uu� v N 1� 0 !� m 3 3 fi 1� N a WN (~W!T NN 04 C*4 i i N N pm ' N N N V1 w w 8 m a3 a3 a Enbi V>3 W W LU W CL a° (L �w �w �w ou ou ou 1.., i j ° v cr ii I c m :t m I w i -w NJ aV d� rlw mw ¢ U N wa Ma _ U N U N j Of -1 .J. O .0 Um U� J 1- 1- J = a a o ~a\ Vf 5 w�'/ \ "M/ \ "gym/ \ a a a f N m \ \ \ N m m m m m m m M m i O O O O O O O O O pN I I i N J w w w w w w w w w m " ISM=) wr,mFL J� 1 0 ID N M N tp 8 N M st �A ° (0 > j0 F-0 x J O U > j W O O O O O O U D O O p00 pp� O O O O O w LL) J(� ° m 0 aM-S c O '0. Z 5 w � �J a b V a 0 �m N J N m Ln o IID N V) Q d" W W M 2 D Z Z NN Z J g5 Z N w ¢ Cf) o" J Z W W OQZQ CL EL ZUn X0- il W- XZf- 'n X 0 N 00 O 110- } r �Q F-Z �Z �o- M C:) Q. w� 0 .. �VI Z O-0Lu QwOZ LO of—_iz a) Z= m N t0 N^ N M In 0 - WnaU Z 2Z Z..� =Z �0 �e f0 �0 fn NN Q^E# UU UU U U aNN m C I I (y N N c)—j m IS! 7 LO CL W a a z 5 CL CL Q Q S w to I 1 W w 10 V " Q W V N O I Ol F w 00 �, v w.m m I ~� m LO W ^ N W � ; rn ; 3 n` d CL rr ELI vi 0 Z a 3 W rr N ir D CL Er V 1 H F m N m m l w 1 w CN co m N 1 w t is w w w k' 0 i U m ' W i O Q U W m � m N ZO N N N LO S' W w ml ml w 1 w I wl wl I 1 1 1 � I I cn i M m a m I I N \ \ i � m N ID I 1 aN I I of M M my U I� m m I I w to I N I 'q- 1 ,tI wl wl 0 I I o 0 r-I-----{-� i` w z In I I QI I 5 LH 0