Loading...
HomeMy WebLinkAboutContract Award Date: June 25, 2012 CAG-12-083 Awarded to: Equity Builders 5066 E. 26th Dr Bellingham, WA 98226 Award Amount: $362,554.50 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications Construction of: Liberty lift Station PROJECT NO. WWP-27-3628 May 2012 City of Renton 1055 South Grady Way Renton, WA 98057 Project Manager: Michael Benoit (425)430-7206 .r it of r EQUITY BUILDERS LLC 5066 E 26'"DRIVE BELLINGHAM WA 98226 July 9, 2012 City of Renton 1055 South Grady Way Renton WA, 98057 Attn: Michael A. Benoit Michael, Here is a list of responsible personnel and for the Liberty Lift Station Project: George Hochstein: PM and on-site superintendent for above grade construction and mechanical. 5066 E.261h Dr. Bellingham WA 98226 360-592-2929-office 360-739-3447-cel I/jobsite 360-592-9013-home/emergency 360-739-3685-wife Maria/emergency Dave Neuser: Site-work and underground superintendent 6463 Vista Drive Ferndale 98248 360-961-7696 cell/primary 360-384-3134 home/emergency Juan Duran: Pipe Foreman 7734 Goodwin Rd. Everson WA 98247 360-306-0436 cell/primary 360-966-0340 home/emergency Brandon Bush . C/o HUB International: Bonding Agent PO Box 3018 Bothell,WA 98041-3018 425-489-4500 Thank you. George Hochstein Owner Office#360-592-2929 Fax #360-592-2655 Cell #360-739-3447 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS forthe Liberty Lift Station Replacement PROJECT NO. WWP-27-3628 May 2012 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS ��N Al Off` �t A s;ill ¢ `:tv n.i 1, ' A,, A 38889 38613 ° 22780 ri crs7 ')s fSi ed: c I'S n: Signed: AL 5/23/2012 5/23/2012 �rsronAL, NC, 5/23/2012 Prepared by: RH2 Engineering, Inc. 300 Simon Street SE Suite 5 WEN NEERS East Wenatchee,WA 98802 P L A N N E R S (509) 886-2900(p) (509) 886-2313 (f) S C I E N T I S T S a f:.ifyof ... Liberty Lift Station WWP-27-3628 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 *Bid Bond Form *Schedule of Prices ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal -Aid FHWA) Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Special Provisions Technical Specifications 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 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;HlV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES-The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment: (3) CONTRACTORS' OBLIGATIONS- Contractors,sub-contractors,consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and by City policy. Copies of this policy shall be: distributed to all City employees, shall appear in all operational documentation of the City, including bid calls., and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 7th day of Marcb 2011 . CITY o RENTON RENTON CITY COUNCIL Denis Law, Mayor &Uncil Pr siddeentt Attest.jj� f j ffQ Bonnie I.Walton,City Clerk CITY OF RENTON SUMMARY OFANIMCANS WITH DISAB CITIES ACT POLICY A.DO1'IP,l).BY RESOLUTTC?NNL?: 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 tho 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 - Ali 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, s staffing requirements,and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION Wlt'H 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. h (3) AMERICANS WITH 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. cmployment 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' OBLIGNIJON - 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 Octolaer.... A.. 1993. CITY.-OF RENTON RENTON CITY COUNCIL: Mayor Council President(Y Attcst: ...... City Clerk i CITY OF RENTON Liberty Lift Station WWP-27-3628 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The construction of the Liberty Lift Station, including below-grade wet well and valve vault, approximately 71 feet of 12" gravity sanitary sewer pipeline and 1 manhole, above-grade motor control center, control panel, electrical shelter, fencing, and entrance gates.The Work also consists of pavement rehabilitation, and 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. A total of 120 working days will be allowed for the completion of this project. i� k �h �L .( [d ! " " � � f �t ��x s�� -fir lj�' r�a 1 it �i +:r� J-1 ",1�1� — , � ;, "1111 i - •. >� _, :.lt I: , - t 1^` 1 (�f 111 xi t s t t- ,I � : :, >� y � � ry 11 _ I 11 Gj ( t `�,�1', r1.e �.i z� �' C" / �t r i -•-1,�-r ,�� .. i�.. ri,�� •r t �..t yT,I.l,,I�g `7" 12 x�. r,�s I 4 -v s 1111 ir (��� y �7: stt �+5 M�1 z�?`>" :�L, 4 , i�ta�`c.+<,.t s. �< r J('1 I, t 1 r s (` .t l;' �� _.i ._7 ""t-, C��i ,C�r ., ..r . ?Y., �dl I `ier,�-[4J, Y t \. ` I \` �a E �3, 1.r �` r , _ r _ Issaqu Rd ,11 l /y k 11,r' � I a { } ' I rte ��'� - I 11 E _x.'+r" .-.rte :, I. I. i ._Ili:�:,;`,y I -t- (ice._ .11 u + ( 5 Y i � 1 1..���I I d A, L _ ( I ,t. r t.°� �l� r r f . q i ;.i ,I"'l( 5I I L....... flan =1f �. r r7 - � F ' l x 2i�J ,i ', l 1 . I I"I1 I . i I 1 �- i I s r It-mip i. t { I t °,1 �, irttf O 1 1 f .. i j .3 t"� r 7�J t �t tt°lr, d �,,a�,+! I {{ ..:;. ,. —+, �Tq ,� r T �? �t r x � l i l ,7 �,�r7 3M .- SI N+-; I �I- .,{rr�R r-j-.,,�..i_*e i L , -j! -! 10. �T E.P,!- j ! 1 i i_."L\ r� ._ ( ts'� i r t + (2 C I ( _ f 4. L�!� —! -y ` :.i�" 1 yrl-�L� + t. .. .. •;j i iii I :� '...- , z^J". 5 t�.„ 1 f I-.; i+t j !-�'�) T. �`'t( I �, - - ,rffl'rtl �Plrl. .. .. 1 l ¥::R �, I� ':.e(�' E! H;J , ��,. (ri- 1 1-1 r g I ^-. it_� ,u �,(�,m : I i I_Ir1k[�[ r"� '�I t(- 't.117 I 3 �... I: i .fin -.� ',�'C €€ ..) !r ��' l � t _ � ,,. j �'}� (.fi r Lf 1 j t ( t r• 1 �� f L� �I� e` l I : ! .( r �� ) C Iy p{{{� l I i.Pj 5.10.1_ + li, �. ,) a ,Vfi 11! (�l iK �t� ._ "�''.:I I fl-.I .41-...! fj�f�r ..�.J.I da d ft n. y � {' i 1 > ! 512 i�r ,,11 Y ,... :.�1 1 Y x:.: )1. ..1 r ,, ., ," r I (J' t' ....._l T ! ! I !,,...1. i I —I 7 '.-___.� �l C( , I P , r c,, ,�' 1 6 1 1 �d x .; I r , i 111 i* f �I Mv'>b ..._ '((t ! '), .mot ..� ,�; � r' tl ��,11�,( , ,, p >EC:� LJ!C�TIC)!I .. ! ( 7T 1.1 , (;� t-., t.l T ,y. y I I _ y cc EJ 7 �� I , e/ r�Jr, .l :—r e . i�Ww7 J AQ: l �� h Street j 1 T r ti a 1, 1' E 1 I! `y� t . " �,��� ._... v � , i E. �1_L .. t r .1, 1 1 .r �l 7 I } ? — T 1 i 1 �.�� � _ .I. ,�, - � �; i 7 .r � s �"7 ��L..r ��LT i t r r'G '� j I� L I r 1 f /f� � `�,M y 1 n} it T 1` �4 i` !I.. r�"" 1 L 1F !j 1-3-JI ..l� Dili ((' , - ,r ,r r I 71 s L )F + 1 ,,- .r.,— ...._ I I x N .... - rI Y!y , � sF. �._ �' _ f rr f „ ,e _ F _,_> 1 , h/, r ` �` •l 7 I j "'v��''S r/'.c ,t 1's' A P.t S�.� !I L r ".`yf zt , t ),I' L �� I s On t rte:: 7 r ill.,11 lis, ;" Y Rdr I ;. �� , _ .0 v ..I I r (r 7 � 4:r �- n I � r ,%I `; 1„ lY] 1. 11 i �> CSC ,:, R)-en�Q !Maple �'1,6' t : �, x -, 11 diJ a� �-. '� C,�� )-- P 1 f{._t1�' �� tVfrXllPi� flU ..-.e 11 a1TS~�v�' �j r f `,,j ,•{, i�l� �_`� S Zy _<1 �1��.:r ,! I^ _ . It i( � �� i ; I I A i., 1n � ........ _ p Ord;- - ' 1-`"1 -� r' C -n,t rfr ... � v7 S .i i( -- -i 1. _.....�..... n tl f 7 r". r_ �PJ l� 7 ii. Liberty Lift Station 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 and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 1 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 items set forth in the bid forms (including all alternate bid items)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 owner reserves the right to award either or none of the alternate bid items to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers,workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions 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. A preliminary geotechnical engineering report has been completed based on subsurface explorations approximately 100 feet from the new lift station site and is available for informational purposes only. A copy may be obtained on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on "bxwa.com"; "Posted Projects", "Public Works", "City of Renton" , "Projects Bidding". The Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted, as part of your bid, all documents marked in the index as "Submit With Bid"? ❑ Has 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? CAG-12-083 CITY OF RENTON CALL FOR BIDS Liberty Lift Station WWP-27-3628 Sealed bids will be received until 2:30 p.m. Tuesday, June 12, 2012 at the City Clerk's office, 7th floor and will be opened and publicly read in conference room Conference Room 511 on the 5`h floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. 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 Liberty Lift Station, including below-grade wet well and valve vault, approximately 71 feet of 12" gravity sanitary sewer pipeline and 1 manhole, above-grade motor control center, control panel, electrical shelter, fencing, and entrance gates. The Work also consists of pavement rehabilitation and 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 May 29, 2012. 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" , "Projects Bidding". (Note: Bidders are encouraged to "Register as a Bidder," in order to receive automatic email notification of future addenda and to be placed on the " Bidders List.") Questions regarding this call for bids or the plan holders' lists should be directed to the Public Works Customer Service Counter at the above address or at (425) 430-7200. If a bidder has any questions regarding the project, please contact the Project Manager, Michael Benoit, at 1055 South Grady Way, Renton,WA 98057 or(425)430-7206. 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. J on A. Seth, Deputy City Clerk Published: Daily Journal of Commerce May 29, 2012 Daily Journal of Commerce June 5,2012 CITY OF RENTON Liberty Lift Station W W P-27-3628 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices in figures.) The undersigned 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 Page 12 Proposal 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: that I have read the above and foregoing statement 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 L. Name of Bidder's Firm Printed Name 66'e*4<V ACJ\S44rel_ Signature �bG �. � ` Address: /=. —mac y1JY� ° � ' Names of Members of Partnership: OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this day of J(lit 20tZ R . lit`j' ' Notary blic in and fort e State of Washington '�a O�1' t► , �.� ?p.r%;,;!; Notary(Print} J at),fle. 17 �rY IS PU My appointment expires: P , ///IiSIgTE.OF`N Page 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Department of Labor and Industries Certificate of Registration Name on Registration: i-w��f ��a Jr LL c Registration Number: /, g 7 Expiration Date: 47/o2(-,/ o9,DI 3 Note: A copy of the certificate will he requested as part of contract execution when project is awdrded. Page 14 Department of Labor and Industries Certificate of Registration Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BID BOND FORM Herewith find de osit in he form of a certified check,cashier's check,cash, bid bo the amount of $ � �� bi which amount is not less than five percent of the total bid. Signature Know All Men by These Presents: That we, Equity Builders, LLC as Principal, and Farmington Casualty Company as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (5%) of Total Bid 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 Li0erty L'ft Station WW -z7-36e 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 12th DAY OF June 20 12 . , Equity ilders - By: - Sv�e b1- Pr' cipa Farmingt Casu Compa B Surety Julie M Glover, Attorney-in-Fact Received return of deposit in the sum of$ Orovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY 11 TRAVELERS.J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company IAttorney-In Fact No. 224156 Certificate No. 004609176 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint I Darlene Jakielski,Julie M.Glover, M.J.Cotton,Nancy J.Osborne,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W.Doyle,Brandon K. Bush,Andy D.Prill,Jim S.Kuich,Chad M. Epple,Steve Wagner,Theresa A. Lamb,Brett N.Meier,and Ellen M.Bell of the City of Bothell State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of,guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any-actrons or proceedings allowed by law. i N``� 26th IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this day of October 2011 b� Farmington Casualty Company A St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company,,° Travelers Casualty and Surety Company Fidelity and Guaranty Insui•ance'Underwciters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GASU,� FIRE adµ„ Ns 1V AN MR�u.ew ��{Y Jp+' I- a rtOq PORA)Fi P' PPORq �l � S� Z ; � 1951 �`'•SEAL oaf �`+. °� "' CONK. ° � R m �� 5G, �A. � yD o•.. l SEAL:�a 'm o \\\\ ^c�°o �dfs�•A� v1s........��a° °yf aa�t i`. +9� ���tY! State of Connecticut By: Y City of Hartfor(!rss. Georg Thompson, enior ice President On this the 26th day of October 2011 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he, as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•T� In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2016. �'0l/BU� * Marie C.Tetreault,Notary Public 58440-6-11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Stales Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and Unitted"States Fidelity-and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Comp ani which-,is in>€ull force and'effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and Axed the,seals of id-Companies this 1A day of 20 Kevin E.Hughes,Assistant Sec tart' GP.SU,F FIRE 6 �N �M NS`• \TY AN u+ Y O.O�RIf H 4 9 �.,�OR ROR G try S 19rJ � m i z .n: NARTFCRD, + iaa�ca0. �'i D J••, �*.SHAL,•'3 �, CONN. c OC,4N.' @ � N / To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Anorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. i s WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF RENTON PUBLIC WORKS DEPARTMENT LIBERTY LIFT STATION 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. ITEkj APPROX. ITEM UNIT PRICE AMOUNT NO. QUANTITY Dollars Cents. Dollars Cents. Schedule A 0 l d� 1 1 Mobilization&Demobilization $ 0.0® $ G ( rt0 Lump Sum per Lump Sum 60 2 1 Site Work and Utilities $ S—®d 00. � $ Lump Sum per Lump Sum - �� 3 1 Trench Safety and Shoring $ r 7(-' $ Lump Sum per Lump Sum 4 1 Dewatering $ / z $ '_'S yo Lump Sum per Lump Sum 5 1 Structural $ $ Lump Sum per Lump Sum 6 1 Litt Station Pumps and Motors $ �Z `0190 $ Lump Sum per Lump Sum 7 1 Mechanical $ 301,�5—®d $ S o, _s-a) Lump Sum per Lump Sum 00 eat 8 1 Electrical $ '70, �� 0 $ Lump Sum per Lump Sum 9 1 Primary Power Raceway $ yL's d $ & Lump Sum per lump Sum 10 1 Lift Station Finishes $ t v/_ �Q s. $ o�0 �0®o��� Lump Sum per Lump Sum 11 1 Operation and Maintenance Manuals and $ 0® $ Lump Sum On-Site Owner Training per Lump Sum 12 1 Construction Records $ ✓ 0 $ � Lump Sum per Lump Sum Page 16 Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale F CITY OF RENTON PUBLIC WORKS DEPARTMENT LIBERTY LIFT STATION 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 Dollars Cents. Dollars Cents. f Subtotal / /00 9.5%Sales Tax $ y5 Total Bid Price $ 3 Alternate Bid Items � A01 1 Electrical Equipment Shelter-Pre- $ j $ �® Lump Sum Manufactured per Lump Sum A02 1 Electrical Equipment Shelter-Contractor $ �J ��� $ Lump Sum Designed per Lump Sum 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 (including all alternate bid items) 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 owner reserves the right to award either or none of the alternate bid items to meet the needs of the City. The intent is to award to only one BIDDER. Page 17 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. 105793334 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned Equity Builders, LLC as principal, and Farmington Casualty Company corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly Mound to the City of Renton in the Venal sum of $362,554.50 for the payment of which su m 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 Bellingham , Washington, this day of V A, 2012. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG-12-083 providing for construction of Liberty Lift Station (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 on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Equity Builders, LLC Farmington Casualty Company Principal Surety ma= y _. Signature r```Signat Julie M. Clover Attorney-in-Fact Title Title t WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I� POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 224156 Certificate No. 004609133 KNOW ALL MEN BY THESE PRESENTS:That St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielski,Julie M.Glover,M.J.Cotton,Nancy J.Osborne,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W.Doyle,Brandon K. Bush,Andy D.Prill,Jim S.Kuich,Chad M. Epple,Steve Wagner,Theresa A.Lamb,Brett N.Meier,and Ellen M.Bell of the City of Bothell ,State of Washington ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their'business off.guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted'in anyacftons or_pcoceedings allowed by law. IN WITNESS WHEREOF;the Companies have caused this instrument to'be signed and their'corporate seals to be hereto affixed,this 26th day of October 2011 Farmington Casualty Company 9 St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Companyw ..` Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company 5unw G I.SUgC N� uFlRE�6'Hy ��N �NfG P,�1NSUq uu ,P�tV ANpY'rY O � A P� tCOR PORE>f;i 1? pPOHA C i � 9� 9 ,W �' ei n �tLb9PORATED m ai m i W 10o rf:,�`: � 1,977 Z � 1951 mot•S E A J i �' AL o CONN. n DOHIP. P N 1696 ♦. ro a. �`., 03 od•.SB ,s ;v o `A O�•FCr"�a �� �.s� c d.........:'aAJ >.••.. a 's a� �$Yl . y�.•�` �iuF im„ou� f...A� 1S,•........*ta b1 FNS • V. �lQt State of Connecticut By: City of Hartford ss. Georg Thompson, enior ice President On this the 26th day of October 2011 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. "D In Witness Whereof,I hereunto set my hand and official seal. #))� W w� l: • ���My Commission expires the 30th day of June,2016. P'O Marie C.Tetreault,Notary Public 58440-6-11 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States f Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Q , Surety Company,Travelers Casualty and Surety Company of America,and United,States Fidelity'and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compare es s which;is in full force annd'effect and has not been revoked. , - J4 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the•si5als of said;Companies this�day of 20/2. %.Y f JV Kevin E.Hughes,Assistant Sec tary �GRSU^�r` qyn„p�A J ARE 6� 0�*N I NS•G9 JPt."M ry...... p,�,+�ppp'♦ G7Y'F'- V 4r - �A f�pR POR 1 °.,' N,:�1ci °P 9 Y?'• U, S �!f pD�IPDRAtED m �I �A>F m y;:°°PPORATf;•1�'� i � �I! ° �6 as �c o ��,• ly, s SEAL;D >O=o r A r N sv c d:........�a I a.•... .:•`a To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-lri-Ftact ndAer,,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER s� f CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of Q44 ,AOU . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State fff Wa hington, hereinafter referred to as "CITY" and Equity Builders LLC.,hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within One Hundred and Twenty (120) working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG-12-083 for improvement by construction and installation of: Work for the Liberty Lift Station,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 • r 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. 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. 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. 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 control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $ 362,554.50 num M Three Hundred Sixty Two Thousand Five Hundred Fifty Four Dollars and Fifty Cents wn nfen wor 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 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 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 I 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. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement,unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as-may be hereafter specified in writing. 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 additional 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. CONTRACTOR I OF RENTO Pr e s ja=Ofa rt ner/Owner/Manager/Member Mayor Denis Law ATTEST Secretary Bonnie I. Walton City clerk. ri r f� 3 dba Z-Z L, Firm Name check one G'1}' a '•, �' � ro ❑ Individual ❑ Partnership ❑ Corporation Incorporated in C3Zimited Liability Company formed in afa -� 6�V�ilS�Y�4 -t. 1 Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a(doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. If business is a Limited Liability Company(LLC), name of the company should be listed in full and the contract signed by a Manger or Member who has management authority for the LLC. Please furnish,to the City, a copy of Certificate of Formation, copy of the LLC agreement addressing management authority, and a copy of the latest annual report filed with the Secretary of State for the LLC. O _ r EQUITY BUILDERS LLC 5066 E 26'"DRIVE BELLINGHAM WA 98226 July 9, 2012 City of Renton 1055 South Grady Way Renton WA, 98057 Attn: Michael A. Benoit Michael, Equity Builders is a single member LLC. George Hochstein is the only member. George Hochstein carries the title of sole member, managing member, general manager, and/or owner. As the single member it is George Hochstein,who has authority to sign any and all legal documents for the LLC. I have included a copy of our initial annual report showing George Hochstein as the only member. I have included a copy of our most recent annual report showing George Hochstein as the only member. I have included a copy of our Certificate of Formation issued by the State of Washington with the formation date of 7-16-2002 consistent with the Registration/Formation date of 7-16-2002 on the initial annual report. Please accept these documents as proof that George Hochstein is authorized to sign the contract on behalf of Equity Builders LLC. Sample signature for George Hochstein Thank ou. orge Hochstein Owner Office#360-592-2929 Fax #360-592-2655 Cell #360-739-3447 ��°�;•1\ji�AV1�f�.i�'A41`�,�9F� :AA.I%!��'�/'c1��71��+�A'R`�Ajn'�/-5"P'a��i�CY:�j�P{�4�7F1�i�fP�!',IA��/riA-SJ'it���/, iE��f L !�'�� r' �nlr,./!(5lvrtlr!•U',a1,i,'V N� ',,4 f;��--��\Y�i�1/�.iVIM/\JN�•— _. _�� _. .—, .—. —__ �.!^ /��.l�ni:—�MI%�/'v/��i%��,/`�+lM\i/�i�./��!�� ,r-. ^- STATE of f WASHINC IDN G 1 ,I SECRET ' of SIB I, SAKI REED, Secretary of State of the State of Washington and custodian of its seal, M` hereby issue this ` CERTIFICATE OF FORMATION to r . EQUITY BUILDERS LLC A Washington Limited Liability Company. An application was yl filed for record in this office on the date indicated below >` {{ UBI Number: 602 220 464 Date : July 16, 2002 STAT O ._ Given under my hand and the Seal of the State d x of Washington at Olympia, the State Capital `r W� 1889 Sam Reed,Secretary of State ^.. .. \F .v Jl:.��.'U u r. LIMITED LIABILITY COMPANY INITIAL ANNUAL REPORT FILING FEE $10:00 lase -� RETURN COMPLETED FORM AND A CHECK MADE PAYABLE TO: Set,,atatY 0 Stab Corpoiratiotns DMilon PO box 10234 Olympia,WA OOtio44M Pafy��tIttent D e By: 11-23-2002 unified uDirmi lIdentH[er. 602 220 464 State of Formation: WA EQUITY BUILDERS LLC Re8lstradon/Formation Date: 07-16 2002 C/O GEORGE L HOCHSTEIN 5066 E 26TH DR BELLINGHAM WA 98226 Currant Registerod AgenVOIfte Complete this section If Registered AOaWOffice Address Ima changed(Apart Changes must be eadwrirud by the hoard of Directors). + Now Registered GEORGE L HOCHSTEIN Awns Name (Please Type or Print) 5066 E 26TH DR Registered Agents BELLINGHAM WA 98226 Consent to Appointment (Signature of newly appointed Agent) Registered Office Street Address Registered Of►lca Malling Address City State_ Zip Code Note:A street address in the same city must be used in conjunction with a PO BOX ANNUAL REPORT SECTION MUST BE FILLED IN COMPLETELY-TYPE OR PRINT IN DARK INK ,r� t; Address of principal place of business in WA S-40(042 "'. j~ C'. ' �'-'- L'V A 7 rtcu C ,state a zip coos Telephone number of Limited Liability Company(—?60) Briefly state nature of business In WA �/'N tAP`s'i c '� �J'tt +^• Foreign LLC: Principal office address in state/country of origin_ /y (Include street,city,state and zip cad*) Management of the Umited Uabil ty Company Is Vested In(Check One): [ I Members [ Managers -Ist Name(s)and address(es)of Members or Managers(attach additional list if needed) lame i Address ^ / city state Zip .� ': �?r/J,�--• t , c'j �c�� , ��L G L=�& ' � !l r" ��///v,s' 1,c,.— t'�1,/J� �' ��'f .`� tan* Address City State Zip am* ress City bible zip ame Address city state Zip lame Address Clty state Zip Address Ci State Zip tar N ig u m/mbir or m nagarr - (Type or Print Name and TIU*) �r�� mar- ` r JJV l�IV 1 1JC6ll�.lt: Please return this entire form. 005007 DO NOT DETACH!PLEASE RETURN THIS ENTIRE FORM WITH REQUIRED FEES i IIIIIIIIIIIII�III�IIIIIIIIIIIIIIIIIIIIIIII�IIIIIIIIIIIIIIIIIIIIIIIIIIII Renewal Agent-for Secretary-of-State----- III State of Washington I ;. Business Licensing Service FOR VALIDATION ONLY LIMIted Liability Company Renewal & Annual Report To cancel or dissolve this LLC, obtain the form at www.sos.wa.gov/corps 03N-400-925-0003 Name,Registered Agent,and Registered Office Address 1223-W Unified Business ID No. 602 220 , 464 State of Formation WA EQUITY BUILDERS LLC C/O GEORGE L HOCHSTEIN Date of Formation 07-16-2002 5066 E 26TH DR Expiration Date* 07-31-2012 BELL;INGHAt1'WA 48226 tmpotiant! If .Registerha Ag'6fiV0'f ice Address information is incorrect,mark the nox arrd complete'ttr�-reverse side c this form if the address is incorrect, mailings may not be delivered and could result in the dissolution of your company. RENEWAL..SECTLQW,.*After renewal yourxaew.ex iratipg date will be: RENEW ONLINE! Go to: CorpRenewalma.gov Password X4,10 5324 Domestic Limited Liability om�any _ - 5.._- 60.00 9.- Renewal Application Fee Make check payable to:DEPARTMENT OF REVENUE in U.S.FUNDS only Failure to return completed form and pay fees by the expiration date will result in $25.00 late fee and TOTAL FEES DUE: $69.00 may lead to the dissolution of your company. FEES& REPORT REQUESTED BY: 07-16-2012 ANNUAL. REPORT SECTION- Required every year. Does your company own land, buildings, or other real prop rty' sh' ton? ❑Yes O (SEE instructions on reverse side under"Controlling Interest") Is the Limited Liability Company managed by tm�anagers? 0-No Contact telephone no.(":5(.0) Contact e-mail address Briefly Describe the Nature of Your BusinessLOO stv,u (Stating"none","no change"or"N/A"is not acceptable under Washington State law) -IF­�c�i l o �r e- Address of principal place of business S-0 O 6 � / CITY STATE ZIP ADDRESS If formed outside Washington, list the LLC office address ADDRESS CITY STATE ZIP List title, name, and address of managers, if applicable. Otherwise list title, name, and address of members (attach additional sheets in the same format, if necessary. Include your UBI number on each page). �} TITLE NAME HOME/OR BUSINESS ADDRESS CITY STATE ZIP TITLE NAME HOME OR BUSINESS ADDRESS CITY STATE ZIP TITLE NAME HOME OR BUSINESS ADDRESS CITY STATE ZIP TITLE NAME HOME OR BUSINESS ADDRESS CITY STATE ZIP If all members or managers are companies,the signer must note which company they represent. 602 2 2 0 464 IS DOCUMENT IS HEREBY EXECUTED U NDER PENALTIES OF PERJURY, PRIN'Y�NAME&TITLE(MEMBER t MANAGER) DATE SIGNED AND IS.TO THE BEST OF MY KNOWLEDGE,TRUE AND CORRECT. - - Please return to: STATE OF WASHINGTON BUSINESS'LICENSING SERVICE Telephone: 1-800-451-7985 PO BOX 34456 CC Aril,C WA nOA')A i ACC ❑i C..7l�n_')SI1/i I�/11/11\Dann 1 ni 7 CITY OF RENTON FAIR PRACTICES POLICY j AFFIDAVIT OF COMPLIANCE hereby confirms and declares that: (Name of c ntractor/su contractor/consultant) I I. It is the policy of the above-named contractor/subcontractor/consultant,to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion/creed;national origin;ancestry;sex;the presence of a physical,sensory,or mental disability;age over 40;sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal;marital status;parental/family status; military status; or veteran's status. i II. The above-named contractor/subcontractor/consultant complies with all applicable federal, i state and local laws governing non-discrimination in employment. i III. When applicable,the above-named contractor/subcontractor/consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. A/0 4 .t Print Agent/ presentative's Name Print Agent/Representative's Title r I Agent/ sentative's Signature -7-- _ � f 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 OP ID: RR CERTIFICATE OF LIABILITY INSURANCE 17�15/29112 YY) 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 425-489-4500 CONTACT NAME: Hub International Northwest 425-489-4501 PHONE FAX A/C No Ezt: A/C,No P.O. Box 3018 E-MAIL Bothell,WA 98041-3018 ADDRESS:PRODUCER Brandon Bush CUSTOMER ID#:EQUIT-1 INSURER(S)AFFORDING COVERAGE NAIL# INSURED Equity Builders, LLC INSURER A:Western National Assurance Co. 5066 E.26th Dr. INSURER B: Bellingham,WA 98226 INSURER C: INSURER D: 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DL UB POLICY NUMBER MM/ODmYY MM/DDYY LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CPP1024407 05/20/12 05/20/13 PREMISES Ea occurrence $ 100,00 rCLAIMS-MADE �OCCUR MED EXP(Anyone person) $ 5,00 STOP GAP PERSONAL&ADV INJURY $ 1,000,000 Proj/Per LOc GENERAL AGGREGATE $ 2,000,000 GGREGATE LIMIT APPLIES PER' PRODUCTS-COMP/OP AGG $ 2,000,00 ]JECT POLICY X PRO- LOC Em Ben. $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A ANY AUTO CPP1023722 05/20/12 05/20/13 (Ea accident) BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) $ X SCHEDULED AUTOS PROPERTY DAMAGE $ X HIREDAUTOS (Per accident) X NON-OWNED AUTOS $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000 A UMB1004040 05/20/12 05/20113 ' DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION WC STATU- X OTH- AND EMPLOYERS'LIABILITY TORY LIMITS ER Y/N A ANY PROPRIETOR/PARTNER/EXECUTIVE CPP1024407 05120/12 05/20/13 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) EMPLOYERS LIABILITY E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if mores ace is required) ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT:THE CITY OF RENIPON,ITS OFFICERS,EMPLOYEES AND VOLUNTEERS.COVERAGE IS PRIMARY&NON-CONTRIBUTORY. WAIVER OF SUBROGATION APPLIES.SEE ATTACHED ENDORSEMENTS. RE: LIBERTY LIFT STATION PROJECT. CERTIFICATE HOLDER CANCELLATION CITYOFR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF RENTON THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1055 SOUTH GRADY WAY RENTON,WA 98057 AUTHORIZED REPRESENTATIVE ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 26(2009/09) The ACORD name and logo are registered marks of ACORD -fHiS ENDORSENIEN F CHAvGES 1 HL i-OLICY. PLEASE i i,C-iirEi=ULLY COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT 7 A B3Li I pe, zhc, by fuvi .s J. I-g, 3. ty ilf SUNVAARY OF COVERAGES PAGE rail be as .,cdtly ArOP-,mlarly DIm �y SECT ION I-COVCRAGES AMENDMENTS (5 ✓wqury-,It qII ; . aro,u,q of, (,'.()VMAGE A - HODILY INJURY AND Pf2OPEiZTY y r,If m-, I,i'-It"i h DAMAG5 LAMMY (a) "he opemkt,if o EKwWs,... 1, Ir NSA A"To 10,0511 01 5:5irkieI A, Novi OwUod Air,raft Or M."atercraft vewle Am =Ad W9,WK Qw=h QQmW IRMO W Dawww HIM <iIrI�dIlmi.i r7ulustom,, g.i� the �I, o. NRIKUT: sspofl��ibi�ity la l oi pqw-to-A—W AlmnM AM M UMMunft veh!0" i,r oI lh"..,g. 0" Bus A my FAM" ... ........... ................ ah-,-sl I! :s iicemawd ex prmGipally ... ............................... s cr of M, wommm W was 0 OV saa owe ur rb) 'Ike If=if (�i P,agu,pl�f�12� L,"we BMQ vIN,To A f q n waommR 0=4 M npusod 1q or "Mod v N-Ny Anmed Oi A""d&=AM="41 2 40 My Z,,, ary Md%An a WW&Y. .......................... S UK"Awcm won WWI if we MKS assm B. DmiNe To Property Coverage 6xhinions AdAKA m rs S...................................S xzy w�;ufe, Aiege 9WASAWW""SWA .v is A-wa 0 SWIM 2,Exc Sasso r-'s, �'epiaced if WMN&Wg A HW swNww" ro—, ...............5, iivwtI�Iwiqof oij�n�s�,w Way M VMS-WN V Anny A SWAMAn %A owns 4 um vuMmmy Won cWw" MmDgeloFrope�ty n pa=N pt&"W� A,Q AUTOWaRnS 10,453 A Pamsen. We tuh A" �,, 1'� tjs.- ,';, "MT"Ww4u: D=We A Pwm"R"M 0 Yn VMAW.,. ................-................ ......................5 ewwmm M wbem a"y gon nor 05 pIQpW1.y uj,FI,foll, �r h;,0UdJiflq that is ov",hd 03 operated or arty MMS or 0games hawmd by yo;. a, ',0.1,00 SUM M DOMERA 6 4ritEJ o�.Wedto any oIsurett or ;,m �=Wvws ducs us app 10-, ;es',��a,.Jcm 0) A w5wuA Wk M&W m E. yu or wq mumAnsh,q pumW ........... .......................... prWerty; .......... ........ .. .... ..................... ........... Tu i•du�,, (4 Nos Im 0 Wat MW md (2) Um"noply dwmgF vows ml A wy pwT (b) usw :� ca-ry x.UsoU�, III i",M!Ae :nuw'vv wad Asw"01... ...................... .. ............ PMPWW fm a c"ry; (31, Pr,,per�y�Ozfle,,�to you: Tits Q) aI).pli� tI) ?ny And Ad�Nvsm.q llij€Ify wM pu;"sund w 595d Ah"A KAMM R ow ma n 02 ns[ rI,tiAe f'). me d Q wMennt I ha< pa't foal 1)4:)jIe;ky pu W a" ,,I mmmes Wu mn N rmL pm&d Me "", 6uQ or m6 up m your 13.7. "au >-is to ors led by 01 %'1 we .&M* 0"MWL q we i wom you W un unum mtzae wism,out dime wmwbm tor': Lbbly a"uned Uwe OV ured "'Im" joaft c Plupu y Am mm be mom molmd a w§am ber"I"se vo1w, via,.; —nor�,ecilv WN GL 39 03 10 Nv 1 06 W GL 39 03 10 no"' p - M�d r t IN h... ;a, ' '" an.,,nr-To P,en.ims Rented To You 'SE::IYC);3 11-,vHQ IS AN ILSUPED AMiEND,IEN FS d K..- - 5 ,a .-.. - -,.r. a;,a.,-.....5 .frly £ : II r i-sv r A o- > .:.c�.x..arW= A F� «:,:.::_= t ��u;,;�.o d A. 1 rz#)# ee 8 ad1Q Uq y to A Co a_€,IpAyec t. i:�a 1�i l g i t i a ,,,..�1 of „s a c t t €> i5 �. ,i 1 - f 1)is t £ ,.y v .Il... Jar - rl>v -. f Y '3 Ile _- I d y you t r. f €P i : i at - - J ,r.'. r t n d cL 7 i £o rg �t.�,y t e ,)E.,Gna A.i,. nt. -L s1..t .,' ) a!t r 3 ., r 4 Ali .y 3�€: .w € Am m-..! =t'i t J you { r£:3 i j1 v 4 .f'Z 1 i i 1K iE'A h '1: C'stON II - I i IS OF I^ IR'r.0 _ 11{FI f^ 4r9 C�ai €' .: t�) '''-)J yry L1 t S } -...i�V'7-sl drii..z .. T � I €C� s 10 . pGliions ..r -:? _- I -c:.._... Mon _ yc' a't. 4 f.x€-.r-,I, i''°a ..:Ir F, �y.,::r ,'st'+t r.-as�.t: tJ i £Ir.;t y.. - :'s F 1 ,u..p '4i .,3 f? ..�;'f, '7R II .. r if'"s' - :�` :Ff'S t 'r€ i _ �r„ a. :,f �SEC.T1<3;d Iti — ',�r-I I r you -r 4 ;I a ri :� ,,a r-s dh � t+�..F I P- )rn c i u r by I s ib s, rr L.#tv11,S OF#�i=Z,Y4 fir' 'f= i '.this, % Y i' i ' ile A f.3r,_: r.,ar v.•A ,., Ir of OVrpt`Ctr `t -• PL'J2'SONAt_ AND ADVERTISI`IG "m sa cat i'oi € u-a.itlRY Llr.L31t_7 1 �N,.Ia 9 r-_A I Y I Y,AM W ,I". .. .„ M.1 .)„ I„ ':;ie ..u,: >.r c,. .its€if, -�i r a t ih as r- 9 .ni e "Amy 1 WOWS s S N.A. in E a ..,In;,r ! is_f,Tis 2r'.,.,r., �_;<c:a,;:� G. ParT,or:J'I Asrd Adverting Snnry tym. -'t{£ - c,l v-i€G€� ar s .. r o €r :rr o'r.ra + r a a c e c. r. €x lu Ions is a <! ir -a 3rni .(11{a)at- r or t - M ._,.;7 a:€,a,. s n I 4r1r1 no _,L <'°�. 9 I u;iN f r_t I. r 'i €wd 's us. t Y { 7.;S7<,r;f F ni .-..'�.. -n.., t to _ :rs� � � c sa t o€ t€ ti ta-i rr iri,Lr �ait s3_# yG=-ka �i t),,x ., I Ifl'^£I U,od €; u_ _ VW,3_i: t --mdi" Ij0a4l.cA ":e .,...,. as ra CO Ia rler, part oI !r:� ..s:,�,; Z) ,-? U. 't'itPfEd1 ( At IISti cC 1r it# IinL J#L tr_JL tai - •'7 r Il it{ r 'Vc r it a€r L nt t73 ns s 1 t. r t is s'z.ct oo L 4..., t#Ir- _a v ea t h. ? a i -° 'F•{ r si .I I _u - i f n-i 3 r a s �.t a tltr 'r Ii>r- s: C 'sG i a-a y er r i d :I. ::iq a 'F'� t CTI I 1_ 1T5 u n i f t 4 1 u I n 7 e.'s s £ rt tI s r ' it .,I. .' .h., r_.;,t.. ...t.. „'7.-„r_�S�__ €n �� an ii Y ? �) day after you c irr.� r)n we Or I J,Ua<ASX s - r x s lost a,r; vpWAM W sm rs i ;. to Pon i, ,Wh oqwwn or a"Ms el wang an its .r !pay,0. r £;S.'h.s}€ r-i do s ;�".i� "_s.�, tr..C.,U.Vi. ,vu; _ t., :5 . .i:es riot :.h<,I;yw However. ii _a:.::3R r)£t Y£ E t :i c, tl vial Publi0i d PY of 1 m Polir"y Period r 34ri},1J[1 t { . .nq a. .t .r.. nl y a.Si st £,' t �..•. as:.s owns.)...a- mi. t mom wkwu ymmved a c..€....,r;:c ::. s.r.nk'e! Addl2r rr,) Ir.m"d - V"&, -- ks or i rx wn0sc first I t P-n'.. rtetts€irfA By f ontract - 5 c n p €iol s' tt,G. Section II «rho Is An Insuied is .;,.rs;_i,n M cc a,e.-#:y No now to !'; --„ .;i<I p, :y - r.'!...,ryas in .at,",, €r,.,❑o._ .r: <.r,...t6: ,a1 :>>ar:.d 'soy p S6 l( r 'nakta.or C._r t n tsrri:a:.s make.in fi' € - an c;i "'rr .- viapnoln potemd M i.."w to `omi i i wiIh To ) aa- if ra f - , in irle to Ns of St.EPPLEhM1=RY PMMEtiTS — COVEMMS A mwi vu"' t L in ;i lnttri t J. 'Ci :€ •ir t8.._t.i,>tt€,,. I,ai _r c. Suppternu�nt,vy P�>.yrsecnta--(;,saveraye6 A and f.'s ' i r spry- 'c �. )'m,e.y ^arr at,e .e, r:,ry ,Ai.t nr ",,..r 2. eS :rt; to Gi't:+_v VA"M:i=r W1 _i m ra - Ett--°i)7 _ � tf r-.,,..,�:,b otr�t., _ b. It r.' � nI is ';cr u v II U, ret#¢ti rr. I a -i a _rs €t' S r-on or � ;ro^r kipoc :11 W ofo. I.,..: •€;of a � i. , o..st 5, s,.t);:,,a h_ r.,ny ca ha" <_,._r ;„;aa d..,f,r s:,.�.c.-,�..,i.a: ... },s _ ,,i. `.,€:e3=n,g o.t J aea„€ircc, {,>€.t...�ta,�t add"V ank' irgr 4.ent mart ,, to PA Js We F d .ole„ i. °POT a FI to =00 of ON! h A -u t.. Jt (it9(: _ Jf W .31 ,, 01 r - .i zit I` I i t € intii rtt r 1.. 'o oc,5 €:,. .act £=�.! bf '7�e, 5xC 4 r d,_ '1 'ii' p C . , e <, € :.3r ip fat € 7s �#_.; r ..# J- I I >ti r I a I 4'.vor'si 1 r.who .', )arc i sa 1 t J J” f VQ TF £" �#F r }- s t (€ ' d. s t� r . c. o = w 1 ! h n n � n1o1 0 •! Ue L A.Mm MW r - -'1af, ':; i i i ( 1i, t i-;_iiI 1i. € € 'i f '1 r Di �'i. L.r,::4 f t u !I li_,t y-.t `h e.# i o t`. I ,#b Y', Pi'A. T'Y` I AW;i s - to € r .r II rt -J t s s r a t '� s r n. .. . 9 L 3iL"IF' tl 'T7 SiIi i.1,1 t ` %i rTat he've)G:a( 11I. £t'V_ill 71.e :..t� it t"'r I..€ 1 'duv Ether by the # s f MAY"*,a a o a o.J ia,. mw of - nY tt E7 mk. t. i wool WON- _ _ , � <_',arfxe 1J P.^raE'ad W aweelvenr plov-kii o. dle sav-'a-r ,nr7 of ,Von -r.t..t:, €.'ray ex-.,-,« a - ,. , ,,.r„:: h. A°'l r,a,....s',' i ,a:...> .i€irs..l .!tpd:yyyota. enf)x_,.r.s.:nt. tasss. ph sicoi or Cher❑iCal .,1-::zl'+ e. €n tf;r- %NN v„39 03;J :..;,.,.,,.: r: r-;.-.. ..t.,,.,, r,€ .;ij ,r,_E.:: ?rn„7a 3 0€ty WN GL 39 03 101 r:..t:-- r.y -.. n, o-.... %I=W.. r.-...... I'd�ita a ui J I D. B%kd AMV*W haumd -Ussor Of Lemed Z. s. Asummc nu ow mv,10: PWOT"h 7.M-plamd W011 Om AbY Ewolent 0 ,WVQ nvq� ""We, dammy, W 7. Sol;a PxqWA 1 red E, ve;W9 M WT Hit Wwrge Paz bwause of vah htwo 1 %Am H-WK Is An jnsu,ed i�, rd AMAW Qu as"Out pg Uwe C.page C or d-MAY eqnrws y"WeveWo prowd.wes nw a0m,ng AM as an ;JdAny QWA a, prom v 01 qn VMS RAWK por we federa! bnause of led,hyn"qmhmed Q ap mv AIM,W Wou amomnal premium 0� orprownp W, mom you cam MQM-, go,"Mma M.W M=Qay;'�- ;vnow,5 we @MMM of'. emmse ow rqm 4 "Mcd-An or Wn yon am ow"er"n or c k"n sw b. TnQ it x Nang Won-,e' NWd h Mom In a cwmz W apeenw; W&W z)e "two v orior W, 0­'r'd r !m'r 1 h. it', o t�� sh. mmical of SAMWwon xg.kaW Jr WAd as an x0mary vsm'.d ry.pera s�1',ot iU III, SECTION tV - COMMERCIAL GEM--RAL "Socj!vrnic,'M www""1 G. Barke AMMW lr5wed - SNK Or LIABILITY 8�Ttansf�,ro!Right,of hm"d my as w4W"'�Ni6n�' !or ­'�n!'�;�y Gov,m',nmitW AgCo,y Or Subdivision 0.1 wown &M M4 "Q 0 "Mac, Wr Remy AgAnM Mars to Us hnno- �VV4 Way Wage or sm.0 A-1 PolAWWWAshn-MCA Or AuMordations ""ruld,ta" JANgToPromism paywyn of to capingy Jp by In c oo n�n n7ill' If C;r u""!� j" n Sectiori fl Is An Insured "tyv Named Q you W vach ,r ,_€: a n n,mad aoy or ofniya lrqu�y g.4 a -Avon m �„md'rJsU U" S'ECIMl IV- COWNIERCIAL GENERAL LIAB11-17Y unAr a Whon cm&W exesWes qW W wo, A peisuffs or )(Un you j�4�ve �'jgzm;"d �1 I�_0 N 1)11 I 0 N S ANI r.N�t)M EN TS 6uch vi�n tha; peson nn ditionai �,o loss, to narn� as zir z�'tiun nd �oO�dcu` Vie iosorer;"�'ubjaci�oth.e A, KnovAtd( vdioao cool;"x*�or;.:qmmm yoj 'Ur ;L�Of Occorrence bn7xc" 'ucn �do' In'.'rN,1co Uop'lzl', on!y itonn A Duties In One MIA Of Mmmme. "a NY& ney of he waved on to vv� s Ls fence.CWnn w SW rx smWed as"me ha2;­h; f,,, vm"wme 4mg we W dw Qwy or 0-.W bi Ux ww"me aflown ZQ nhe' e or foro-nio"';: M%i�h"&,�vn_&�Payrnl��,,11ndkN'V!if; ��rt. WWO to 3. as %� rm sUnKlm has mmed a pwit w noWmMm in Ke Amared must do nKhMg Wr a loss to 5VA, opp""' aq *(i_n"ii�'.n".0 M"it r! tanC5 on, No qwm. a mT mrs or m" 1w Lm ar ow mumued mr, "An A NK locns:' in d g am we MW W Wase up a, whia us w"v=e YOM new mow• Wmv no.0.laurww� 15" or ImmIr Me JM5 to as and hop Us W.a iss of on he muwmKv cum ohme vos:: E. Plxnkel Addificnal ?nsurod -- Matvq a ,,cr5 Or 1, �he Lemons Of Pmmhvs li,""; 5e�ijo5' It -V"Iro js An Irstrn-d, i _,,. .€ c, ;ngn,, M! Am dymms"IRAWO� hm" dr.wy, 'mmmm, orunven Wst An"0o,,' ME as pq hawad any Wmen a pagnZA" awy hamms Bodil no wwwo you on yaw A a mmm wrowk tax Ied min" "(" ios,. �-" nam", as an Q) An exuUtwe Mom u nommi y Inimy Red CfirUtd i�.1,10 A,�" U�: "BUdity mpin(' by n3t� it unw!bu a q wn mspwK 5o jaw,ar"M no d I Do mrsymon munm v Nmevni of n„n or U�L o” Ij�aj ear.. N) A mao9v or rrnmyn 4 ym me a Woe, d ,N.SAA1 0 W Nown 3, "6c y znj,xy"mc-'a'n" i 'JH'- 'J -€.r ol me amwov, rommnmw (w am v! my &Wn f3. o4hat Inst"me �mm any of Sr',hL at Tmli�. ap.piyto: quny NOW.vnvow mgdsh o am mr= Won T OtArImmm" 4 Emms mnmn"0) 1, Any n,,m,s pii e yoU SECION M . UFAIT5 Or N1,URAN"CE (a)(ii)m re�aco'j cuse 0 bo a Wam Q'M APA,E N D NI E N I S UQ nW B fm AWAg, nRown or spnaher R himumd Contrast Amended A. Wrni)gr!To Pporni�;es Rented To You 'b"'you "'NI PeNnsan'%.n of 's ten aWrow Inswoo, F"ir fovinecj 1i'y We thu cwner; a A c"wo A a Wase of cNammm �b-m po�tn:l lh�c �"oivtra,-" tf z� P. P;t­kJ Additionai Insune6 rM,. 01 W panao S.a'ove.th nlo5t yvf ins! C.. Uvinnan,t;onal F�iHum to H,azaidy !hat tr rJr:t: ar,a" Uy cl GwumwnW Amna Or Subdiv;,ion, )r Cov naqe A ft.r danla,,je� c" �ImaM & R,""WMns is wQnd Q Te cng'mization rx dan'o�.,� I�y Vi'�' MEW Subdivishn-?err-.tic Or WhodqUoris !may wwnx W aq we Pm5mv W'� S�ction A - V��io !s An Insu­J n� -�i­nrfed you,�N io Ine cme of d"man by To wand W you w Impor4y==Wd jlx'hlo�nj' exppiosio�) or 6, Representations And Unintr�ntianal Failure ",fth o" v';n ins t...9 g�' an iNmU�n�f any cU iUy�%n"y "'i �)" 0 you or Propon,Q u"Ad Q yo,� To Disclose Paza,dr - comma: wmm "no "I a sumn c"Imn mv ymnow son omw K U.PKW"L execured pur in ion, to i a C PersonO And Adwrtishy hAmy RcKfined mnre& w to sfo,!pomns. 0) muvmnts 0 On owwwon we pmMaph M. & and e. vm '"md Q . b, an!! ory 12on Uj Ta You I!irt in !0; are b ! )Pos y you av, ar A tcrial r r r 1'ch'a KNOW a PKAM ww"Aw hu Imam a U'c'r�N)vi m dU js"Ne�j: 'f�,Aicy an p�:?rson or vrgaounokN or e 's A Dartago 1v K"Was MOW It Vou 'ef;�"' up..t scr'A._e: cawye d e. vid:,)fNped put�z'aii""U of nn'rno?lal �hm vjojaz�n a L > p"29 03"0 co­No 1111N GL 29 03 In r'. } REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL REGIST.# EXP.DATE CCOi EQUITBL987N7 . 5/26/2013 EHECTI E DATE 8/27/2002 EQUITY BUILDERS LLC 5066 E 26TH DR BELLINGHAM WA 98226 + elegy^ Ilia I/ 9 t..; 6 APPLICATION FOR CITY OF RENTON BUSINESS LICENSE i r FILL OUT THIS FORM COMPLETELY (INCOMPLETE APPLICATIONS WILL NOT BE PROCESSED) OUT OF CITY BUSINESS LICENSE APPLICATION GENERAL BUSINESS LICENSE Required: Every business enterprise, including those with a temporary or portable sales location,shall obtain,from the Fiscal Services Division, a general business license for the current calendar year. The license shall be nontransferable. A business enterprise with a permanent location outside the City, but conducting work in the city of Renton is required to obtain a City of Renton license. Reference Renton Municipal Code Title 5 Chapter 5. Business Name&Ph ysi I Location: / L� WA State UBI#: 4't ....� i. i pD�LOI"S C Legal Business Owner s) Name and Address: /Jell ha /4 918P Telephone: Mailing Address (Please check if same as above) I& Telephone: ,no— S9.0 --�9w� Email address: Q l QtL°,,^Leal/°' ,9b J• Go �- DESCRIBE TYPE OF BUSINESS IN DETAIL: Have you previously had a Renton Business License? E) Is your business door-to-door solicitation/peddler? AAM (if so,please stop and complete a Peddler Permit Form) Are you a non-profit entity?"f so,please provide Form 501(c)(3) Contractors,plumbers,electricians,etc.please complete Date Business is expected to operate in Renton: -/• - t7/2 State Contractor's Lic.No.J�u1TAL9Ft'7N Emergency Na e&Telephone Number(other than owner) Address where work to be/performed /� /16.l^�5-s- SC tJkf_ S�. /Ca. lsnti 3&o - -7 39 —4 fa k-a Business License Fees: 1. Total hours estimated that will be worked in Renton only for 1 full year from the date of this application �g 2. FTE Calculation: Line 1 divided by 1,920 „j a 3. FEE Calculation: Line 2 x$55.00 $ 4. Minimum Fee:(if line 3 is below$55.00,please pay the minimum$55.00) $ 55.00 5. Business License Fee:Greater of Line 3 or Line 4: $ S,SOC3 hereby swear or attirm that the statements and in ormatlon rurnished by me on this application are, to my knowledge, accurate, true and complete. I acknowledge that these statements and information are public records that may be available for public inspection pursuant to RCW 42-56, the Public records act,and that any inaccurate, false, or incomplete statement may SIGNATURE: Print Name: C. ` Date: 7—g ae3/ =?- Title: Sale r�.s._ dr•-- Phone: `�GO- X39 3Yy7 Return Completed Application with City of Renton License Division Phone:425-430-6851 payment to: 1055 South Grady Way Fax: 425-430-6983 Renton,WA 98057 FOR OFFICE USE ONLY AMOUNT PAID HOW PAID DATE NAICS# APPLICATION# Michael A Benoit From: Linda Weldon Sent: Monday, July 09, 2012 11:44 AM To: Michael A Benoit Cc: 'alderlea @aol.com' Subject: Equity Builders They got their license in today. It will not be in the system until later today or tomorrow, but the license number is BL.034901 and expires on 7/31/2013. Thanks! .tinda,,P. Weldon City of Renton Business License/Passports 425-430-6851 (p) 425-430-6983 (f) c 1 PREVAILING MINIMUM HOURLY WAGE RATES State of Washington Department of Labor & Industries Prevailing W age Section -Telephone 360-902-5335 PO Box 44540, O. lym pia, W A 98504-4540 Washington State Prevailing Wage ThePREVAI LING WAG ESlistedhereincludeboththehourlywagerateandthehourlyrateoffringe benefits. O n public w orks projects, w orker's w age and benefit rates m ust add to not less than this total.A briefdescription ofovertim a calculation requirem entsare provided on the BenefitCode Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/13/2012 Count Trade Job Classification Wage Holiday Overtime Note King _ Asbestos Abatement Workers Journey Level $40..03 5D 1 H 'King Boilermakers Journey Level $60.24 .5N 1C s King Brick Mason Brick And Block Finisher $41..41 .5A 1M King Brick Mason Journey Level $48.27 5A 1M King Brick Mason Pointer-Caulker-Cleaner $48.27 5A 1M 'King Building Service Employ Janitor $19..52 5S 2F "King Building Service Employees Traveling Waxed/shampooer $19.93 55 2F King Building Service Employees Window Cleaner(Scaffold) $23.94 5S 2F King Building Service Emnployees Window Cleaner(non-scaffold) $23.08 5S 2F ,'King Ca bi net Makers (In Shop) Journey Level $22.74 1 =King Carpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf $48.47 5A 1M Carpenters King Carpenters Carpenter $48.47 5D 1M jKing Carpenters Creosoted Material $48:57 5D . 1M ,King Carpenters Floor Finisher $48.60 5D 1M King Carpenters Floor Layer .$48.60 5D 1M King Carpenters Floor Sander $48.601 5D 1M King Carpenters Sawfiler $48.60 5D 1M King Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48:60 5D 1M ,King Carpenters Stationary Woodworking Tools $48..60 5D 1M King Cement Masons Journey Level .$49.15 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A IKing Divers& Tenders Diver On Standby $56.68 5D 1M King Divers Ft Tenders Diver Tender $52.23 5D 1M King Divers£t Tenders Surface Rcv`lt Rov Operator $52.23 5D 1M King Divers it Tenders Surface Rcv Et Rov Operator $48..67 5A 1B Tender 'King Dredge Workers Assistant Engineer $49.57 5D 1T 8L ,King. 12cgke Workers AssistantMate(deckhand) $49.06 5D 1T 8L t httn.c•//fnrtrp.c.c wa a.cnx (ld/1�/7017 King Dredge Workers Engineer Welder $49.62 5D 1T 8L 'King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L King Dredge Workers Maintenance $49.06 5D 1 T 8L King Dredge Workers Mates And Boatmen $49.57 5D 1 T 8L r King Dredge Workers Oiler $49.19 5D 1 T 8L ,King Drywall Applicator Journey Level $48.47 5D 1M . King Drywall Tapers Journey Level $48.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1 E Workers King Electricians - Inside Cable Splicer $61.93 7C 2W a King Electricians - Inside Cable Splicer (tunnel) $66.55 7C 2W King Electricians - Inside Certified Welder $59.83 7C 2W King Electricians - Inside Certified Welder(tunnel) $64:23 7C 2W King Electricians - Inside Construction Stock Person $31.83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W :King Electricians - Inside Journey Level (tunnel) $61.931 7C 2W `King Electricians - Motor Shop Craftsman $15.37 1 King Electricians -Motor Shog Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A. 4A Construction '.King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A. 4A Construction King Electricians - Powerline Heavy Line Equipment Operator $59.37 5A 4A Construction ) rKing Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction ;King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction ' ;King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction King Electricians- Powerline Powderperson $44.50 5A 4A Construction 'King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $75.24 7D 4A King Elevator Constructors Mechanic In Charge $82.00 7D 4A King Fabricated Precast Concrete All Classifications- In-Factory $14.15 5B 2K Products Work Only 'King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $33.93 7A 2Y `King Glaziers Journey Level $50.91 7L ly (King Heat Et Frost Insulators And Journeyman $55.68 5.1 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1 E ' King Hod Carriers Et Mason Tenders Journey Level $41.28 7A 2Y httnc•//fnrtrace xua acne fld/11/?nl? King Industrial Engine And Machine. Journey Level $15.65 1 {* Mechanics King Industrial Power Vacuum Cleaner Journey Level $9.24 1 'King Inland Boatmen Boat Operator $51:95 5B. 1K King inland Boatmen Cook $48.62 5B 1K King Inland Boatmen Deckhand $48.62 58:- 1K ,!King, Inland Boatmen Deckhand Engineer $49.60 5B 1_K ,King Inland Boatmen Launch Operator $50.80 5B 1 K King Inland Boatmen Mate $50.80 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Systems By Operator Remote Control 'King Inspection/Cteanine/Sealing Of Grout Truck Operator $:11.48 1 Sewer tt Water Systems By Remote Control King Inspection/Cleaning/Sealino-Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King I nspection/Cleaning/Sealine:Of Technician $19.33 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Seating Of Tv Truck Operator $20.45 1 Sewer Ft Water Systems By Remote Control ;King Insulation Applicators Journey Level $48.47 5D 1M King Ironworkers Journeyman $58.27 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.03 7A 2Y i Screed King Laborers Airtrac Drill Operator $41.28 7A 2Y King Laborers Ballast Regular Machine $40.03 7A 2Y King Laborers Batch Weighman $33.93 7A 2Y King Laborers Brick Pavers $40.03 7A 2Y King Laborers Brush Cutter $40.03 7A 2Y 'King Laborers Brush Hog Feeder $40.031 7A 2Y King Laborers Burner $40.03 7A 2Y -King Laborers Caisson Worker $41.28 7A 2Y ;King Laborers Carpenter Tender $40.03 7A 2Y King Laborers Caulker $40.03 7A 2Y King Laborers Cement Dumper-paving $40.77 7A 2Y 'King Laborers Cement Finisher Tender $40.03 7A 2Y King Laborers Change House Or Dry Shack $40.03 7A 2Y i King Laborers Chipping Gun (under 30 Lbs.) $40.03 7A 2Y 'King Laborers Chipping Gun(30 Lbs. And Over) $40.77 7A 2Y King Laborers Choker Setter $40.03 7A 2Y King Laborers Chuck Tender $40:03 7A 2Y King Laborers Clary Power Spreader $4037 7A 2Y King Laborers Clean-up Laborer $40.03 7A 2Y tKing Laborers Concrete Dumper/chute Operator $40.77 7A 2Y King Laborers Concrete Form Stripper $40.03 7A 2Y King Laborers . Concrete Placement Crew $40.77 7A 2Y httnc;//frirtracc Iua:0 n-17%1 11i/Xu1 aalnnl:-I m 4nrX7Waoalnninin acnY f)[l11'A/7f117 King Laborers Concrete Saw Operator/core $40.77 7A 21 l Driller King Laborers Crusher Feeder $3193 7A 2Y King Laborers Curing Laborer $40.03 7A 2Y King Laborers Demolition: Wrecking Ft Moving $40.03 7A 2Y (incl. Charred Material) !King Laborers Ditch Digger $40.03 7A 2Y Wing Laborers Diver $41.28 7A 2Y King Laborers Drill Operator $40.77 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $40.03 7A 2Y King Laborers Dump Person $40.03 7A 2Y King Laborers Epoxy Technician $40.03 7A 2Y t King Laborers Erosion Control Worker $40.03 7A 2Y King Laborers Faller & Bucker Chain Saw $40.77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y 4 King Laborers Firewatch $33.93 7A 2Y King Laborers Form .Setter $40.03 7A 2Y 'King Laborers Gabian Basket Builders $40.03 7A 2Y King Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker Et Transit Person $41.28 7A 2Y King Laborers Grinders $40.03 7A 2Y King Laborers Grout Machine Tender $40.03 7A 2Y King Laborers Groutmen (pressure)including $40.77 7A. 2Y l Post Tension Beams King Laborers Guardrail Erector $40.03 7A 2Y ,.King Laborers Hazardous Waste Worker(level A) $41.28 7A 2Y King Laborers Hazardous Waste Worker(level B) $40.771 7A 2Y King Laborers Hazardous Waste Worker(level C) $40.03 7A 2Y King Laborers High Scaler $41.28 7A 2Y King Laborers Jackhammer $40.77 7A 2Y King Laborers Laserbeam Operator $40.77 7A 2Y 'King Laborers Maintenance Person $40.03 7A 2Y King Laborers Manhole Builder-mudman $40.77 7A 2Y King Laborers Material Yard Person $40.03 7A 2Y King Laborers Motorman-dinky Locomotive $40.77 7A 2Y King Laborers Nozzleman (concrete Pump, $40.77 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Ft Rock, Sandblast, G.unite, Shotcrete, Water Bla King Laborers. Pavement Breaker $40.77 7A 2Y King Laborers Pilot Car $33.93 7A 2Y JKing Laborers Pipe Layer Lead $41.28 7A 2Y King Laborers Pipe.-Layer/tailor $40.77 7A 2Y King Laborers Pipe Pot Tender $40.77 7A 2Y ,-King Laborers Pipe Reliner $40.77 7A 2Y King Laborers Pipe Wrapper $40.771 7A 2Y httne•//fnrtracc wn oalnnVim n-znv ()d%11/�(11� King Laborers Pot Tender $40.03 7A 2Y King Laborers Powderman $41.28 7A 2Y "King Laborers Powderman's.Helper $40.03 7A 2Y King Laborers Power Jacks $40.77 7A 2Y King Laborers Railroad Spike Puller- Power $40.77 7A 2Y King Laborers Raker-Asphalt $41.28 7A 2Y `King Laborers Re-timberman $41.28 7A 2Y King Laborers Remote Equipment Operator $40.77 7A 2Y King Laborers Rigger/signal Person $40.77 7A 2Y' King Laborers Rip Rap'Person $40.03 7A 2Y l lKing Laborers Rivet Buster $40.:77 7A 2Y King Laborers Rodder $40.77 7A 2Y . King Laborers Scaffold Erector $40.03 7A 2Y . King Laborers Scale Person $40..03 7A 2Y King Laborers Sloper (over 20") $40.77 7A. 2Y ,King Laborers Sloper Sprayer $40.03 7A 2Y !King Laborers Spreader(concrete) $40.77 7A 2Y King Laborers Stake Hopper $40.03 7A 2Y King Laborers Stock Piler $40.03 7A 2Y King Laborers Tamper & Similar Electric, Air Fr $40.77 7A 2Y Gas Operated Tools :King Laborers Tamper(multiple 6 Self- $40.77 7A 2Y propelled) l King Laborers Timber Person - Sewer (lagger, $40.77 7A 2Y Shorer Ft Cribber) :King Laborers Toolroom Person (at Jobsite) $40.03 7A 2Y King Laborers Topper $40.03 7A 2Y King Laborers Track Laborer $40.03 7A 2Y King Laborers Track Liner (power) .$40.77 7A 2Y King Laborers Truck Spotter $40.03 7A 2Y King Laborers Tugger Operator $40.77 7A 2Y lKing Laborers Tunnel Work-Compressed Air $52.08 7A 2Y 8 Worker 0-30 psi King Laborers Tunnel Work-Com pressed.Air $57.08 7A 2Y Worker 30.01-44.00 psi i King Laborers Tunnel Work-Compressed Air $60.76 7A 2Y Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $66.46 7A 2Y 82 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $68.58 7A 2Y in Worker 60.01-64.00 psi l King Laborers Tunnel Work-Compressed Air $73.68 7A 2Y 8� Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $75.58 7A 2Y Worker 68.01770.00 psi King Laborers Tunnel Work-Guage and Lock $41.38 7A 2Y 84 Tender King Laborers Tunnel Work-Miner $41.38 7A 2Y King Laborers Vibrator $40.77 7A 2Y httnc•//fnrtracc �a�a on��/lni/�uacralnnl:�m/nr��W�oAlnnlnm acnY f)d/.1�/�f11� King Laborers Vinyl Seamer $40.03 7A 2Y King Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.77 7A 2Y King Laborers Well Point Laborer $40.77 7A 2Y King Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers - Underground Sewer 8 General Laborer& Topman $40.03 7A 2Y Water King Laborers - Underground Sewer Ft Pipe Layer $40.77 7A 2Y Water King Landscape Construction Irrigation Or Lawn Sprinkler .$13.56 1 Installers King Landscape Construction Landscape Equipment Operators $28.17 1 Or Truck Drivers <King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.74 5D 1H lKing Marble Setters Journey Level $48.27 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 'King Metal Fabrication (In Shop) Laborer $9.781 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 <King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $49.47 5D 1M ,King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 T King Modular Buildings Equipment Maintenance $11.56 1 ,King Modular Buildings Plumber $11.56 1 ;King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 ;King Modular Buildings Utility Person $11.56 1 =King Modular Buildings Welder $11.56 1 King Painters Journey Level $35.72 6Z 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.88 Z, 1 R i King Playground Ft Park Equipment Journey Level $9:04 1 Installers '=King Plumbers £t Pipefitters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.39 7A 1 T 8P 'King Power Equipment Operators Assistant Engineer $47.12 7A IT 8P King Power Equipment Operators Barrier Machine(zipper) $49.90 7A IT 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A IT 8P King Power Equipment Operators Bobcat $47.12 7A IT 8P King Power Equipment Operators Brokk- Remote Demolition $47.12 7A 1 T 8P Equipment 'King Power Equipment Operators Brooms $47.12 7A IT 8P ,King Power Equipment Operators Bump Cutter $49.90 7A IT 8P King Power Equipment Operators Cableways $50.39 7A IT 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P s III httnc•//fnrtracc xxia amnY f11/1q/,?n1I King Power Equipment Operators Concrete Pump: Truck.Mount With $50.39 7A 1T 8P i Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine-laser $47.12 7A 1T 8P Screed ;King Power Eguipment Operators Concrete.Pump- Mounted Or $49.48 7A 1T 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $49.90 7A 1T 8P _Boom Attachment Up To 42m IKing Power Equipment Operators Conveyors $49.48 7A 1T 8P `King Power Equipment Operators. Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P With Attachments.Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A 1 T 8P Tons, or 150'of boom (including i jib with attachments);.Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. ;King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 80 250'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $50.39 7A 1 T 8P Under 150'Of Boom (including Jib With Attachments) Nng Power Equipment Operators Cranes: A-frame - 10 Tons And $47.12 7A 1T 8P Under 'King Power Equipment Operators Cranes: Friction 100 Tons Through $51.51 7A 1T 8P i 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A IT 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300'Of $52.07 7A IT 8P Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $49.90 7A 1T 80 King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power). King Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P Over King Power Equipment Operators Dozers D-9 &t Under $49.48 7A 1T 8P gKing Power Equipment Operators Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Crane Mount ri 'King Power Equipment Operators Drilling Machine $49.90 7A 1T 8P Y King Power Equipment Operators Elevator And Man-lift: Permanent $47.12 7A 1T 8P And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco ft Similar Equipment s King Power Equipment Operators Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Attachments lKing Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8R httnc•//fnrtrPQR %X7g onv/l Ili AunctPlnnkgln/nrvWaoalnnInin a.cnY fld/11/7()19 Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $49..90 7A 1T 8P i Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $47.121 7A 1T 8P g King Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P King Power Equipment Operators Hard Tail End Dump Articulating $50.39 7A 1T 8P Off- Road Equipment 45 Yards. if Over King Power Equipment Operators Hard Tail End Dump Articulating $49.90 7A IT 8P Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $49.48 7A 1T 8P Locator King Power Equipment Operators Horizontal/directional Drill $49.90 7A 1T 8P g Operator King Power Equipment Operators Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons $47.12 7A 1T 8P And Under x King Power Equipment Operators Loader, Overhead 8 Yards. a Over $50.94 7A 1T 8P King Power Power Equipment Operators: Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Not Including 8 Yards =King Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P ',King Power Equipment Operators Loaders,Plant Feed $49.90 7A 1T 8P ;King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P I King Power Equipment Operators Locomotives, All $49..90 7A 1T 8P 'King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P =King Power Equipment Operators Mechanics, All (leadmen - $0.50 $50.94 7A 1T 8P Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $49..90 7A 1T 8P King Power Equipment Operators Motor Patrol Grader- Non- $49.48 7A 1T 8P finishing +King Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P l King Power Equipment Operators Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Drill, Boring, Road Header And/or Shield §King Power Equipment Operators. Oil Distributors, Blower $47.12 7A 1T 8P Distribution Et Mulch Seeding Operator l ,King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $47.12 7A IT 2 King Power Equipment Operators Pile Driver (other Than Crane $49.90 7A 1T 8P Mount) !King Power Equipment Operators Plant Oiler- Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P j.King Power Equipment Operators Power Plant $47.12 7A 1T 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P King Power Equipment Operators. Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Feet In Height Based To Boom httnc•//fnrtracc xwa onv/lni/waoalnnlnin/nrvWaoalnnlnin acnX fld/1�/7017 King Power Equipment Operators, Remote Control Operator On $50.39 7A 1T 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman .$47.12 7A 1 T 8P ' 'King Power Eguipment Operators. Rollagon $50.39 7A 1T 8P { King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T. 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Materials ' "King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P ' 'King Power Equipment Operators Saws- Concrete $49.48 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Yards King Power Equipment Operators Scrapers - Concrete ft.Carry All $49.48 7A 1 T 8P !King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $50.39 7A 1T 8P And Over =King Power Equipment Operators Service Engineers -. Equipment $49.48 7A 1T 8P `King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P 'King. Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. King Power Equipment operators Shovel, Excavator, Backhoe:.Over $50.39 7A 1 T 8P 30 Metric Tons To 50 Metric Tons 'King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $50:.94 7A 1T 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $51.5.1 7A 1T 80 Over 90 Metric Tons King Power Equipment Operators. Slipform Pavers $50.39 7A 1T 8P ,King Power Equipment Operators Spreader, Topsider Ft Screedman $5039 7A 1T 8P King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Eauipment Operators Tower Bucket Elevators $49.48 7A 1T 8P King Power Equipment Operators Tower Crane Over'l75'in Height, $51.51 7A 1T 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' In Height $50.94 7A 1T 8P Base To Boom King Power Equipment Operators Transporters, All Track Or Truck $50.39 7A IT 8P Type King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $49.90 7A 1T 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $49.48 7A 1T 8P 100 Tons King Power Equipment Operators Truck Mount.Portable Conveyor $49.90 7A 1T 8P l =King Power Equipment Operators Welder $50.39 7A 1T 8P King Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A 1T 8P I King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A IT 8P r 'King Power Equipment Operators= Asphalt Plant Operators $50.39 7A 1T 8P Underground Sewer Ft Water ]King Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Undereround.Sewer Et Water t httncr//fnrfrPec xvq acny n[1/1i/7(117 IV ul IV 'King Power Equipment Operators-. Barrier Machine(zipper) $49.90 7A IT 2 Underground Sewer Ft Water King Power Equipment Operators Batch Plant Operator,:Concrete $49.90 7A 1 T 8P Underground Sewer Ft Water King Power Equipment Operators- Bobcat $47.12 7A 1 T 8P Underground Sewer & Water ;King Power Equipment Operators- Brokk- Remote Demolition $47.12 7A IT 8P Underground Sewer& Water Equipment King Power Equipment Operators- Brooms $47.12 7A IT 8P Underground Sewer It Water `King Power Equipment Operators- Bump Cutter $49.90 7A IT 8P Underground Sewer & Water f `King Power Equipment Operators- Cableways $50.39 7A IT 8P ' Underground Sewer & Water 'King Power Equipment Operators- Chipper $49.90 7A IT 8P Underground Sewer Et Water ,King Power Equipment Operators-. Compressor $47.12 7A IT 8P Underground Sewer & Water King Power Equipment Operators Concrete Pump: Truck Mount With $50.39 7A 1T 8P Underground Sewer& Water Boom Attachment Over 42 M i King Power Equipment Operators- Concrete Finish Machine-laser $47.12 7A 1T 8P Underground Sewer & Water Screed King Power Equipment Operators-. Concrete Pump- Mounted Or $49.48 7A IT 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount With $49.90 7A IT 8P Underground Sewer Ft Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $49.48 7A IT 8P Underground Sewer& Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $49.90 7A IT 8P Underground Sewer St Water With Attachments Overhead, Bridge Type Crane: 20 Tons j Through 44 Tons King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A IT 8P Underground Sewer& Water 250'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A IT 8P Underground Sewer& Water Under 150'Of Boom (including Jib With Attachments) ' King Power Equipment Operators- Cranes: A-frame - 10 Tons And $47.12 7A IT 8P Underground Sewer& Water Under )King Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A IT 8P Underground Sewer& Water 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A IT 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300'Of $52.07 7A IT 8P Underground Sewer &.Water Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A IT 8P Underground Sewer& Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A IT 8P Underground Sewer & Water ,,King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A IT 8P httnc•//fnrtra.ce xua Qnv/lni/xa7aoPlnnlgin/nrvW-ioalnnt-im aenv fld/1q/7f)17 Underground Sewer Et Water (power) King Power Equipment Operators- ' perators Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer It Water King Power Equipment Operators Dozer Quad 9, HD 41, D10.and $5039 7A 1T 8P Underground Sewer& Water Over King Power Equipment Operators' Dozers D-9 Et Under $49.48 7A 1T 8P Underground Sewer Et.Water King . Power Equipment Operators= Drill Oilers: Auger Type, Truck Or $49.48 7A 1 T 8P Underground Sewer Et Water Crane Mount King Power Equipment Operators Drilling Machine $49.90 7A 1T 8P Underground Sewer Et Water `King Power Equipment Operators- Elevator And Man-lift: Permanent $47.12 7A 1T 8P Underground Sewer Et Water And:Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Ft Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $49.48 7A 1 T 8P Underground Sewer Et Water Attachments 'King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $49:90 7A 1 T 8P Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators-. Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Ft Water King Power Equipment Operators- Guardrail Punch/Auger $49..90 7A 1T 8P Underground Sewer a Water King Power Equipment Operators- Hard Tail End Dump Articulating $50.39 7A 1T 8P Underground Sewer & Water Off- Road Equipment 45 Yards. Et Over ;King Power Equipment Operators- Hard Tail End Dump Articulating $49.90 7A 1T 8P Underground Sewer& Water Off-.road Equipment Under 45 Yards ;King Power Equipment Operators- Horizontal/directional Drill $49.48 7A 1T 8P Underground'Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $49.90 7A 1T 8P Underground Sewer Et Water Operator £King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $49.48 7A 1T 8P Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons $47.12 7A 1T 8P UnderQround'Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P E Underground Sewer Et Water ;King Power Equipment Operators= Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Ft Water -King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P I Underground`Sewer Ft Water l King Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer E.Water httnc•//fnrtracc Wn Ont7/l Ili Axraoalnnl.-Im/nrvWAaalnnL-gym acne nd/.11/7()17 I cis%, i vi IV King Power Equipment Operators- Mechanics, All(leadmen - $0.50 $50.94 7A 1T 8P Underground Sewer 0 Water Per Hour Over Mechanic) l lKing Power Equipment Operators Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water ;King Power Equipment Operators- Motor Patrol Grader Non- $49.48 7A 1T 8P Underground Sewer & Water finishing 'King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer ft Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Underground Sewer It Water Drill, Boring, Road Header Andlor l Shield King Power Equipment Operators- Oil.Distributors, Blower $47.12 7A 1T 8P Underground Sewer Et Water Distribution 0 Mulch Seeding + Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1 T 8P Underground Sewer & Water Manlifts), Air Tuggers,strato jKing Power Equipment Operators- Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P j Underground Sewer It Water Through 99 Tons ;King Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P I Underground Sewer & Water King Power Equipment Operators- Pile Driver(other Than Crane $49.90 7A IT 8P k Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water =King P ower Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water lKing Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Pumps Water $47.12 7A 1T 8P Underground Sewer Et.Water King Power Equipment Operators- Quick Tower- No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $50.39 7A 1 T 8P Y Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators-. Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water l King Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1 T 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1 T 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $49.:90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Underground Sewer Et Water Yards lKing Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer& Water JKing Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A IT 8P Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P I httnc //fnrtrPQ z w5i acnv nd/1 x/7(117 Underground Sewer£ Water :King Power Equipment Operators Shotcrete/gunite Equipment $47.12 7A 1T 8P Underground Sewer Ft Water King Power Equipment Operators- Shovel Excavator, Backhoe; $49.48 7A. 1T 8P Underground Sewer&t Water. Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel,, Excavator, Backhoe: Over $50.39 7A 1 T 8P Underground Sewer Et.Water 30 Metric Tons To 50 Metric Tons ;King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons k King Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A 1T 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons ` King. Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A 1T 8P Underground Sewer Et Water Over 90 Metric Tons. King Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P Underground Sewer It Water King Power Equipment Operators Spreader., Topsider It Screedman $50.39 7A 1 T 8P Underground Sewer Ft Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer ft Water =King Power Eguuipment Operators- Tower Bucket Elevators $49.48 7A 1T 80 Underground Sewer Et Water King Power Equipment Operators-. Tower Crane Over 175'in Height, $51.51 7A 1 T 8P Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A 1 T 8P Underground Sewer Et Water Base To Boom !King Power Equipment Operators Transporters, All Track Or Truck $50.39 7A 1T 8P Underground Sewer Ft Water Type v King Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer It Water King Power Equipment Operators- Truck Crane Oiler/driver- 100 $49.90 7A 1T 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $49.48 7A 1T 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1 T 8P Underground Sewer Ft Water "King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer It Water King Power Equipment Operators- Wheel Tractors, Farman Type. $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1 T 8P Under round Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A y Trimmers `King Power Line Clearance Tree Tree Equipment.Operator $41.29 5A 4A q Trimmers !King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Conditioning Journey Level $69.96 6Z 1_G l httnc•//fnrtracc xzua flamnn17 Mechanics #King Residential Brick Mason Journey Level $48.27 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 $38.08 5D 1M King Residential Drywall Tapers Journey Level $48.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $34.60 7L 1 H King Residential Insulation Applicators Journey Level $26.28 1 King Residential Laborers Journey Level $23.03 1 ;King Residential Marble Setters Journey Level $24.09 1 !King Residential Painters Journey Level $24.46 1 King Residential Plumbers ft Journey Level $34.69 1 Pipefitters ) . "King Residential Refrigeration I*Air Journey Level $69.96 6Z 1G Conditioning Mechanics .'King Residential Sheet Metal Workers Journey Level (Field or Shop) $40.04 7F 1 R King Residential Soft Floor Lavers Journey Level $41..95 5A 2Z King Residential Sprinkler Fitters (Fire .Journey Level $41.31 5C 211 Protection King Residential Stone Masons Journey Level $48.27 5A 1M King Residential Terrazzo Workers Journey Level $43.93 5A 1M 'King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.65 5A, 111 =King Roofers Using Irritable Bituminous $46.65 5A 1R Materials King Sheet Metal Workers Journey Level (Field or Shop) $67.82 7F 1 E !King Shipbuilding ft Ship Repair Boilermaker $35.83 7M 1H FKing Shipbuilding & Ship Repair Carpenter $36.62 70 3B King Shipbuilding fE Ship Repair Electrician $36.23 70 3B King Shipbuitding Et Shie Repair Heat ft Frost Insulator $55.68 5J 15 King Shipbuilding 8 Ship Repair Laborer $34.82 70 3B King Shipbuilding It Ship Repair Machinist $36.19 70 3B King Shipbuilding Et Ship Repair Operator $38.58 70 3B King Shipbuilding Et Ship Repair Painter $36.21 70 3B King Shipbuilding &E Ship Repair Pipefitter $36.16 70 3B King Shipbuilding It Ship Repair Rigger $36.16 70 3B King Shipbuilding Et Ship Repair Sandblaster $35.17 70 3B King ShipbuRdine Et Ship Repair Sheet Metal $36.14 70 3B §King Shipbuilding It Ship Repair Shipfitter $36.16 70 3B ,King Shipbuilding It Ship Repair Trucker $36.00 70 3B 3 i King Shipbuilding Et Ship Repair Warehouse $36.06 70 3B r King Shipbuilding It Ship Repair Welder/Burner $36.16 70 3B `King Sign Makers Et Installers Sign Installer $22.92 1 r (Electrical) King SiQn Makers ft Installers Sign Maker $21.36 1 4 httnQ,//fnrtrace xaia 0 07/ln acne Las--' i✓ vi l v Electricals King Sign Makers 13 Installers{Non Sign Installer $27.28 1 Electrical King Sign Makers & Installers(Non Sign Maker $33.:25 1 Electrical) King ' Soft Floor Layers Journey Level $41.95 5A 2Z' King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters(Fire Protection) Journey Level $68.79 5C 1X King Stage Rimming Mechanics (Non Journey Level $'13.23 1 i Structural t 'King Stone Masons Journey Level .$48.27 5A 1M i King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site $49.48 7A 1T 8P Surveyor King Surveyors Chainman $48.96 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P ;King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction Cable Splicer $34.20 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside 'King Telephone Line Construction - Installer(Repairer) $32.78 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B Outside rKing Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B 3 Outside King Telephone Line Construction - Telephone Equipment Operator $34.21 5A 2B. Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $31.81 5A 2B Outside (Light) :King Telephone Line Construction - Telephone Lineperson $31.81 5A 213 Outside ;King Telephone Line Construction - Television Groundperson $18.16 5A 2B Outside "King Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside King Telephone Line Construction - Television System Technician $28.72 5A 2B Outside King Telephone Line Construction - Television Technician $25.81 5A 2B Outside King Telephone Line Construction - Tree Trimmer $31.82 5A 2B Outside King Terrazzo Workers Journey Level $43.93 5A 1M King Tile Setters Journey Level $21.65 1 `King Tile:..Marble& Terrazzo Finishers Finisher .$37.76 5A 1B )King Traffic Control Stripers Journey Level $40.73 7A 1K King Truck Drivers Asphalt'Mix Over 16 Yards (W. $46.97 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $46.13 5D 3A 8L Joint Council.:28) httn Q-//fnrtrPCe wn nQny 1"6%, iv vi iv King Truck Drivers Dump Truck It Trailer $46.971 5D 3A 8L King Truck Drivers Dump Truck(W. WA-Joint Council $46.13 5D 3A 8L 28) King Truck Drivers Other Trucks(W. WA-Joint $46.97 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $23.45 1 King Well Drillers£t Irrigation Pump Irrigation Pump Installer $17.71 1 Installers ,King Well Drillers 8t IrriQation Pump Oiler $12.97 1 Installers y King Well Drillers& Irrigation Pump Well Driller $18.00 1 i Installers fl 9 httne•//fnrtracc viva on��/lni/ca»oalnnk�m/nrvZ7U�oalnnlnm acny (ld/1'�/7f11� Department of Labor and Industries e*t'ernr�o� Prevailing Wage az STATEMENNT OF INTENT TO (sGU)902-5 335 PAY PREVAILING WAGES �vtt•�v.int t+�n.ctr��t"i'rafkesl..ice>nsint*_fF'rcvl�rtt+a ° � `� Uj��7849�eY • This form must tie typed or printed in ink. Public Works Contract ns ions. 40.00 Filing Fee Required • Fill in all tiinrtks or the form tvlil be returned for carrectlnn(ace 7 ,trucf 1 � �, � .Please allow a mininititn of 10 working days for processing, T (t�'r i •Once approved,your form will be hosted ouline of Intent D} (Assigned 1 0C 1) Lit 11 ?1fnt;t rs"ms.*u e,+bxl lrriAlrl t•i:atnabfSe,arcit1-'Dr ttskr Your:C:ompany;lntormatiott Aivtii'dtit} Agtncy,tntoimat[ein , Your Company Name Project Nate Contract Number AFiC.Company,Inc. Road Repair 2011 d31tA Your Address Awarding Agency 1234 Main Street WA State Dermi2ment of Ylana�ortatien City State Zip l-4 Awarding Agency Address:'a Olympia WA 98501-1234 110 Box 47354 � y Your Contractor Registration Numbcr Your Uh3E Number city .State ALAC('1*0123AA 123456799 Olympia �WA Your Industrial Insra unce Account Number Awatzling Agwoy Contact,tame Phone Ntiiiiher 111,111-11 John'Da6 i {555 535-555.5- Your Email Address(required for notification otal>pro.•alj Your Phone Number County Wheie Vr.oak-Will Ac Performed V, City Wheoe'Woik Will Be Performed provaflingwage(it lni.are, 7v (,555)555-5555 thursttrti_, Olympia iitldtfldtutl`A7etnlls "-- - _ Cutiirat:!DCWaits >': Ynut•Expectect Job.Start Date(mmtdd/yyyy) I)id Me Y.- ic`"(Prune Cattraitor Y) � � Awiml Mtc(Prime Coniractat^s) 0110112011 0%At)1 2070 vs" (tK%1012010 � ._ " htdtau UAral Liollai Amount oft Conitora.ct(including Job SheAddressUreetions c f 000,(0 5nb 'A or time and materials,if applicub State Street @4 Ph7m Suet A'RR'A;.F:unds WctitKarkctttiott nrt;aoel;yallGC7ctt'lrunilat .,:;.:. ::::': Does this project utilize American Recovery and Reinvestment Act(ARRA)fund, f)cacs tbis'j eot utilize any weolherization or cnerl y cf-ficiency upoin le funds w 0 Yes ®No � �3�x(ARRA o oihci wtsr.)7 0 Yes ®No �: Ltrfiiie Ci7nh nettir's Cp'mliany::Yitfnrtiiition. }iirtii}t Gbi1h act[>Y{s C,outptilt >3fn_i in'a4iurt yi., Prime Ooninictor's Company Name Prima Coulractor s Intent Number 11itittgC,ofitractor's Con>ynany Name XYZ Company.Inc, 12:)45(1 .s s>'.. Super:feven,Inc. prfrrle Clonnncior's Registration Number ��. tMii to Contractors(,1 WNi7iaher mrin$t;axtiriuer's Contntotor'Ra,gisttntiots-dtiutrrl>er Hiring Contruetors UBI Number XYZIN"0123AA 98704321 " SEJPERPA:23A 1 321456987 k:ntpliryrnent;Informadon Do you Will A1.i1[work ANY berntraoturs7 s . ©Yc s a •�iNn [�olyou intend 7a uxalilorent atumpinyees7�, ®Yes ©No No Number or Owner/Opcmtors who omi at least 30%ciidle company,i&ho Will perform work on the project: ©None(0) 0 One(1) ©Two(2) 0 Three(3,) C.rnftsfCrndc s7Oi upatinns=a((Jo not list apprentices. They are listed on the Affidavit of Wages Paid only.) Rate.of Hourly :Number of [Late of Hourly Usual [fail cmployc works in more than can e.trade cliso is that all hours worked in each trade are reported he:ow. ("arrin>e") Workers Pay 13etctits For ndditiomtt chilisthadcsroccupations,ptcast use,driciulum A. Laborer-Asphai€'Ii�pker- 5.00 Power Equipnie t Operator-Asphalt I'll fi Operator 1 4€.04 _ 2.35 `Crack Driver-Asphalt ntix(iiFCr tb•Yils) 1 46.47 0.00 Si unturc liluck I hereby ccrti fy that I have reud and understand the instructions io complete thus form and that the information including any addenda,are correct and Thal all workers l einp'loy on this- Public Warlcs project wilt be .id no icss tban the Prevailin 1t,'n¢hates as detenraincd b the htdusarial Statistician o£the IX-arartaent of Labor and hulostries. „ Print Name: Print L itEC: Si•nature• lJttte: For LM t Jae Otil+ :. Apilroved by signature of the Department of Labor and Indusntes Industrial Statistician NOTICE: If the prinie contract Is at a cost ornver one million dollars(St.000.000.00),NCw`39.04.370 requires you to compicte the EII112805(RCt4'39,04.370)Addeoden and altach it to your Affidavit nl'"wakes of Paid when your work an the project concludes,This Is outy a notice.The RIM 2$05 Adde.ndnnt is not submitted wins this Intent. SAMPLE.F70e-029.000 Statemcat of lateen to Pay Pn,-Hi,,9 lVagos 03-ZOI I i to Y I Pic afling,Wage Program Industries ��wsrargo� AFFIDAVIT OF WAGES PAID Frerailinglyagel'rogram s�: (360)902-5335 _ Public Works Contract w tat„ Ilai, ro-e,QI-"frade�i:P(:nftsln_:1' f•L1+ilaq $40.00 Filing Fee Required ��r^r ieati 4 • This form must be typed or printed in ink. Affidavit J.D#(Assigned by L&I): • Fill to ALI,blinks or the form will he returned for correction(sec ins1 ruetinns). •Please allow a minimum of 10 working days for processing. •Once approved,your form will be posted online at NAMPLE t tritns:J/forfress.xva /it�J}ba upntr`Scarehfnr,asE, t Your Com anylnfornrntioa - - O'Aivardln„r cnc !?nfarmatirin` Your Company Name Project Name Contract Nuanher ABC Company Road Repair 123-456 Your Addrms Awarding Agency 1 1234 Main Street WA St Department ofTinnsportation City State lisp 4 Awarding Agency Address Olympia WA 98501-1234 PO f3op 123 Your Contractor Registration Number_ Your Ut3I Number City State 2•ip+4 ABCC1*0123AA 123456789 (}lym is WA 98501 j Your hulusuiul Insurance Account Number Awarding Agency Contact Name Phone Number i I t I,I l l f i Johai.Doe (555)555-5555 YourErnari Address(requirat for nonlization o£appro vl) Yaur Phara Number County Where Work Was Performed City Where t\cork.Was Performed � tevailirnl?a}e J -$SS$ Thurston 0Iy1n is Additional Detalls•_: ': C nuit betails 1'2arr Job Start gate(Min/de/yy yy) Ynrrr D•aIe Work C'mrrpleted(mravdd°yyyy) Did Due Date(Prime Contractor`s).. Awrd Datu(Prime CoutrMor's) 2/1/2011 3/1/2011 111/2011 l/5/2Q11 Jots Site AddressiDirtetions Yonr Approved Intent 1D# I IladicalloTrital Dollar Amount of Your Cont=act .Turn and State Strect 123456 (inclading.salas tax). $10.0QQ.00 EHI3 2805(RCW 39.04:370)—Is tiro Prince Contractor s ONO a tf you answered"Yes!'(o tire F3111 2805 question and the Award Date is 9/1126110 or C'xanbaci at a cost of aver one trillion dollars $I 000{tOp"? safer you must complete,and strbrnl[the 1:11112805 ftC',Y 39.04.370 Atldentiutr. A121t:Ahrmds .' .j." 4Yentherliuiiannr)~'itei� Ffffd6tFunds-- ,Does this project toiliac American Recovery an,t Reinvwtiocur Act(ARRA)funds? Does this project utilize any%walherization or energy officicaay upgrade funds Q Yes ®No (ARRA or otherwise)? ©Yes No I1*rinteCxrrritactor'sf'aan>srrn lufarmzilirit Iffirl"U.Coitti ickrr'.x:Caiurant lirfarumflprr. p it n, Conuactor's Company Name- 'Hiring Contractor's Company Nance ..� XXZ Company C BA C.;am any Prune Contrnotor's Regislration Number Prime i:antractor's i1I1t Number Hiring Contractor's Registration Number I liring Contractor's 0111 Nurnber XYl(,'T*0123AA 98-1054321':. C:BAC1*0123AA 456789123 Errs lnJn scut Iofarit ntiorr.:. 1?id,you rrso ANY wbcontractary? ©Yes(Addendum ItRerrufredi ®No old employees perfrnm work on this project''l ER Yes ❑No � Was ALL work subcontracted? ❑Yes rAddendnin 11.Iteqr iyd) ©No Did you use apprentice employees? E)Yes ONO 7{Number oroNyneriopmtoa's who own at least 30%of the company who perAirnied work on this project: n None(0) ®Orre(1) ❑Two(2) C) `nuke(3) i You must list tire First:and Last Nance s of aav Owner/Orreralor verforsolng worts be List your Ilelary-1orJoutney Lovel Workers you must Number of Total 0 of Hours Rate of Hourly Rate or Honrty provide all orthc infomnrtion below. Ownerr`Operatars-mast provide their First and Last Workers worked Pnp° Usual("Fringe") name no other information required. "*Apprentices are not recorded below.You most Ilenctits use Addcutiont 1)to Its(A r rrorrtiees. General T..tlror 2 153 41.23 8.54 Carpenter 5 210 52,26 10.13 ` i $i,nature Block - .• ,,.,. - .. . fuel c y ecifif Frasier ware paid fatten understand the itral ngrNa to Rates)as this formand that by the inf a p Sr trison th of and any addenda i is co d rindu,that all warkers.I employed on this � I Print Namc:Jane Doe Print Title:Bookkeeper SI nature: Date:3/5/201 I j for—[&I Iise'Onty' APPROVE t): Department of Labor and Industries H Industrial Statistician SAMPLE-1-700-007-000 Affidavit orWages Paid'3-201 I r l SPECIAL PROVISIONS I 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 .........................................................................:............................................13 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................................................................................................................14 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................................................................................................................................15 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...........................................................................................16 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 ...............................................................................18 1-05.7 Removal of Defective and Unauthorized Work............................................................................19 1-05.10 Guarantees...................................................................................................................................19 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......................................................................20 1-05.11(3) Operational Testing............................................................................................:....................21 1-05.12 Final Acceptance..........................................................................................................................21 1-05:13 Superintendents, Labor and Equipment of Contractor..............................................................21 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...............................................................................................................22 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............................................................................................23 1-06.2(2) Statistical Evaluation of Materials for Acceptance...................................................................23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.............................................................23 1-07.1 Laws to be Observed......................................................................................................................23 1-07.2 State Sales Tax................................................................................................................................24 1-07.2(1) General ......................................................................................................................................24 1-07.2(2) State Sales Tax-Rule 171.........................................................................................................25 1-07.2(3) State Sales Tax-Rule 170.........................................................................................................25 1-07.2(4) Services......................................................................................................................................25 I 1-07.6 Permits and Licenses......................................................................................................................25 1-07.9 Wages.............................................................................................................................................26 1-07.9(5) Required Documents.................................................................................................................26 1-07.11 Requirements for Non-Discrimination........................................................................................26 1-07.11(11) City of Renton Affidavit of Compliance 26 1-07.12 Federal Agency Inspection...........................................................................................................26 1-07.13 Contractor's Responsibility for Work..........................................................................................26 1-07.13(1) General....................................................................................................................................26 1-07.15 Temporary Water Pollution/Erosion Control..............................................................................26 1-07.16 Protection and Restoration of Property......................................................................................26 1-07.16(1) Private/Public Property...........................................................................................................26 1-07.17 Utilities and Similar Facilities......................................................................................................28 j1-07.17(1) Interruption of Services..........................................................................................................29 1-07.18 Public Liability and Property Damage Insurance........................................................................29 2 1-07.18(1) General....................................................................................................................................29 1-07.18(2) Coverages.................................................................................................................................29 1-07.18(3) Limits.......................................................................................................................................31 1-07.18(4) Evidence of Insurance:............................................................................................................31 1-07.22 Use of Explosives.........................................................................................................................31 1-07.23 Public Convenience and Safety...................................................................................................32 1-07.23(1) Construction Under Traffic.....................................................................:................................32 1-07.23(2) Construction and Maintenance of Detours............................................................................33 1-07.24 Rights-of-Way...............................................................................................................................33 1-07.28 Confined Space Entry...................................................................................................................34 1-08 PROSECUTION AND PROGRESS........................................................................................................34 1-08.0 Preliminary Matters.......................................................................................................................34 1-08.0(1) Preconstruction Conference.....................................................................................................34 1-08.0(2) Hours of Work.......................................................................:...................................................35 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees.................................36 1-08.1 Subcontracting......................:........................................................................................................36 1-08.2 Assignment....................................................................................................................................36 1-08.3 Progress Schedule..........................................................................................................................37 1-08.4 Notice to Proceed and Prosecution of the Work..........................................................................37 1-08.5 Time For Completion.....................................................................................................................38 1-08.6 Suspension of Work.......................................................................................................................39 1-08.7 Maintenance During Suspension..................................................................................................39 1-08.9 Liquidated Damages......................................................................................................................39 1-08.11 Contractor's Plant and Equipment..............................................................................................40 1-08.12 Attention to Work........................................................................................................................40 1-09 MEASUREMENT AND PAYMENT.......................................................................................................40 1-09.1 Measurement of Quantities..........................................................................................................40 1-09.3 Scope of Payment..........................................................................................................................41 1-09.6 Force Account................................................................................................................................41 1-09.7 Mobilization...................................................................................................................................42 1-09.9 Payments.............................:..........................................................................................................42 1-09.9(1) Retainage...................................................................................................................................43 1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts...............................43 1-09.9(3) Final Payment............................................................................................................................44 1-09.11 Disputes and Claims.....................................................................................................................45 3 1-09.11(2) Claims......................................................................................................................................45 1-09.11(3) Time Limitations and Jurisdiction...........................................................................................45 1-09.13 Claims and Resolutions................................................................................................................45 1-09.13(3) Claims$250,000 or Less..........................................................................................................45 1-09.13(3)A Administration of Arbitration...........................................................................:...................45 1-09.13(3)B Procedures to Pursue Arb.itration.........................................................................................45 1-09.14 Payment Schedule.......................................................................................................................46 1-09.14(1) Scope.......................................................................................................................................46 1-09.14(2) Bid Items..................................................................................................................................46 1-10 TEMPORARY TRAFFIC CONTROL......................................................................................................50 1-10.1 General...........................................................................................................................................50 1-10.2(1)B Traffic Control Supervisor.......................................................................................................51 1-10.2(2) Traffic Control Plans..................................................................................................................52 1-10.3 Flagging,Signs,and All Other Traffic Control Devices....................................:.............................52 1-10.3(3) Construction Signs.....................................................................................................................52 1-10.4 Measurement.................................................................................................................................52 1-10.5 Payment.........................................................................................................................................52 1-11 RENTON SURVEYING STANDARDS....................................................................................................52 1-11.1(1) Responsibility for Surveys.........................................................................................................52 1-11.1(2) Survey Datum and Precision.....................................................................................................52 1-11.1(3) Subdivision Information............................................................................................................53 1-11.1(4) Field Notes.................................................................................................................................53 1-11.1(5) Corners and Monuments........................:.................................................................................53 1-11.1(6) Control or Base Line Survey......................................................................................................53 1-11.1(7) Precision Levels.........................................................................................................................54 1-11.1(8) Radial and Station--Offset Topography...................................................................................54 1-11.1(9) Radial Topography.....................................................................................................................54 1-11.1(10) Station--Offset Topography.....................................................................................................54 1-11.1(11) As-Built Survey........................................................................................................................54 1-11.1(12) Monument Setting and Referencing.......................................................................................55 1-11.12 Materials.........................................................................:............................................................55 1-11.12(1) Property/Lot Corners..............................................................................................................55 1-11.12(2) Monuments.............................................................................................................................55 1-11.12(3) Monument Case and Cover....................................................................................................55 2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP..........................................................................55 4 2-01.1 Description.....................................................................................................................................55 2-01.2 Disposal of Usable Material and Debris........................................................................................56 2-01.5 Payment.........................................................................................................................................56 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS.............................................................................56 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs...........................................................................56 2-02.4 Measurement.................................................................................................................................56 2-02.5 Payment..........................................................................................................:..............................56 2-03 ROADWAY EXCAVATION AND EMBANKMENT.................................................................................57 2-03.3 Construction Requirements...........................................................................................................57 2-03.4 Measurement.................................................................................................................................58 2-03.5 Payment.........................................................................................................................................58 2-04 HAUL..................................................................................................................................................58 2-04.5 Payment.........................................................................................................................................58 2-06 SUBGRADE PREPARATION....................................................................................................:...........58 2-06.5 Measurement and Payment.........................................................................................................58 2-09 STRUCTURE EXCAVATION.................................................................................................................58 2-09.1 Description......................................................................................... 2-09.3(1)D Disposal of Excavated Material..............................................................................................59 2-09.4 Measurement.................................................................................................................................59 2-09.5 Payment.........................................................................................................................................59 5-04 ASPHALT CONCRETE PAVEMENT......................................................................................................60 5-04.2 Materials........................................................................................................................................60 5-04.3 Construction Requirements...........................................................................................................60 5-04.3(5) Conditioning the Existing Surface.............................................................................................60 5-04.3(5)A Preparation of Existing Surface..............................................................................................60 5-04.3(7)A Mix Design...............................................................................................................................61 5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture................................................................61 5-04.3(10)B Control...................................................................................................................................62 5-04.5 Payment.........................................................................................................................................62 5-04.5(1)A Price Adjustments for Quality of HMA Mixture.....................................................................62 5-04.5(1)B Price Adjustments for Quality of HMA Compaction..............................................................63 5-06 TEMPORARY RESTORATION IN PAVEMENT AREAS..........................................................................63 5-06.1 Description.....................................................................................................................................63 5-06.2 Materials........................................................................................................................................63 5-06.3 Construction Requirements...........................................................................................................63 5 7-01 DRAINS..............................................................................................................................................64 7-01.2 Materials........................................................................................................................................64 7-01.3 Construction Requirements...........................................................................................................64 7-01.4 Measurement.................................................................................................................................64 7-02 CULVERTS..........................................................................................................................................64 7-02.2 Materials........................................................................................................................................64 7-04 STORM SEWERS................................................................................................................................64 7-04.2 Materials........................................................................................................................................64 7-04.4 Measurement.................................................................................................................................65 7-04.5 Payment.........................................................................................................................................65 7-05 MANHOLES, INLETS,AND CATCH BASINS........................................................................................65 7-05.3 Construction Requirements...........................................................................................................65 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.......................................................................65 7-05.3(2) Abandon Existing Manholes.....................................................................................................66 7-05.3(2)A Abandon Existing Sanitary Sewer Pipes.................................................................................66 7-05.3(3) Connections to Existing Manholes............................................................................................67 7-05.3(5) Manhole Coatings.....................................................................................................................67 7-05.4 Measurement.................................................................................................................................67 7-05.5 Payment.........................................................................................................................................67 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS...............................................................................68 7-08.3 Construction Requirements...........................................................................................................68 7-08.3(1)C Bedding the Pipe.....................................................................................................................68 7-08.3(1)D Pipe Foundation.....................................................................................................................68 7-08.3(2)A Survey Line and Grade............................................................................................................68 7-08.3(2)B Pipe Laying—General..............................................................................................................68 7-08.3(2)E Rubber Gasketed Joints...........................................................................................................69 7-08.3(2)H Sewer Line Connections.........................................................................................................69 7-08.3(2)) Placing PVC Pipe.......................................................................................................................69 7-08.3(3)A Backfilling Sanitary Sewer Trenches.......................................................................................69 7-08.4 Measurement.................................................................................................................................70 7-08.5 Payment.........................................................................................................................................70 7-09 PIPE AND FITTINGS FOR WATER MAINS...........................................................................................70 7-09.3(15)A Ductile Iron Pipe...................................................................................................................70 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe(4 inches and Over)...............................................................71 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement..................................71 6 j 7-09.3(19)A Connections to Existing Mains.............................................................................................71 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block.....................................................................72 7-09.3(23) Hydrostatic Pressure Test........................................................................................................72 7-09.3(24)A Flushing and..........................................................................................................................73 7-09.3(24)D Dry Calcium Hypochlorite.....................................................................................................73 7-09.3(24)K Retention Period...................................................................................................................73 7-09.3(24)N Final Flushing and Testing....................................................................................................73 7-09.3(25) Joint Restraint Systems...........................................................................................................73 7-09.4 Measurement.................................................................................................................................75 7-09.5 Payment.........................................................................................................................................75 7-12 VALVES FOR WATER MAINS..............................................................................................................75 7-12.3(1) Installation of Valve Marker Post..............................................................................................76 7-12.3(2) Adjust Existing Valve Box to Grade...........................................................................................76 7-12.4 Measurement.................................................................................................................................76 7-12.5 Payment.........................................................................................................................................76 7-14 HYDRANTS.........................................................................................................................................77 7-14.3(1) Setting Hydrants........................................................................................................................77 7-14.3(3) Resetting Existing Hydrants......................................................................................................77 7-14.3(4) Moving Existing Hydrants.........................................................................................................77 7-14.5 Payment.........................................................................................................................................77 7-15 SERVICE CONECTIONS.......................................................................................................................78 7-15.3 Construction Details......................................................................................................................78 7-15.5 Payment.........................................................................................................................................78 7-17 SANITARY SEWERS............................................................................................................................78 7-17.2 Materials........................................................................................................................................78 7-17.3 Construction Requirements...........................................................................................................79 7-17.3(1) Protection of Existing Sewerage Facilities................................................................................79 7-17.3(2)H Television Inspection..............................................................................................................79 7-17.4 Measurement.................................................................................................................................79 7-17.5 Payment.........................................................................................................................................79 8-09 RAISED PAVEMENT MARKERS..........................................................................................................80 8-09.5 Payment.........................................................................................................................................80 8-13 MONUMENT CASES..........................................................................................................................80 8-13.1 Description.....................................................................................................................................80 8-13.3 Construction Requirements...........................................................................................................80 7 8-13.4 Measurement.................................................................................................................................80 8-13.5 Payment.........................................................................................................................................80 8-14 CEMENT CONCRETE SIDEWALKS......................................................................................................80 8-14.3(4) Curing.........................................................................................................................................80 8-14.4 Measurement.................................................................................................................................81 8-14.5 Payment.........................................................................................................................................81 8-17 IMPACT ATTENUATOR SYSTEMS.......................................................................................................81 8-17.5 Payment.........................................................................................................................................81 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL........................................................81 8-20.2(1) Equipment List and Drawings...................................................................................................81 8-22 PAVEMENT MARKING.........:.............................................................................................................82 8-22.1 Description.....................................................................................................................................82 8-22.3(5) Installation Instructions............................................................................................................82 8-22.5 Payment.........................................................................................................................................82 8-23 TEMPORARY PAVEMENT MARKINGS...............................................................................................83 8-23.5 Payment.........................................................................................................................................83 9-03.8(7) HMA Tolerances and Adjustments.............................................................................................83 9-OS DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS.....................................................................83 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)...........................................................................................83 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)............................................................................84 9-05.7(2)A Basis for Acceptance(RC).......................................................................................................84 9-05.7(3) Concrete Storm Sewer Pipe Joints(RC)....................................................................................84 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)........................................................................84 9-05.9 Steel Spiral Rib Storm Sewer Pipe(RC).........................................................................................84 9-05.12 Polyvinyl Chloride(PVC) Pipe.................................:....................................................................85 9-05.12(3) CPEP Sewer Pipe......................................................................................................................85 9-05.14 ABS Composite Sewer Pipe ..85 ....................................................................................................... 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe......................................................................................85 9-05.22 High Density Polyethylene Piping...............................................................................................85 9-08 PAINTS...............................................................................................................................................87 9-08.8 Manhole Coating System Products..........................:....................................................................87 9-08.8(1) Coating Systems Specification..................................................................................................87 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES........................................................................87 9-23.9 Fly Ash (RC)....................................................................................................................................87 9-30 WATER DISTRIBUTION MATERIALS...................................................................................................87 8 9-30.3(1) Gate Valves(3inches to 12 inches) ...........................................................................................87 9-30.3(3) Butterfly Valves.........................................................................................................................88 9-30.3(5) Valve Marker Posts....................................................................................................................88 9-30.3(7) Combination Air Release/Air Vacuum Valves...........................................................................88 9-30.3(8) Tapping Sleeve and Valve Assembly.........................................................................................88 9-30.3(9) Blow-Off Assembly....................................................................................................................89 9-30.5 Hydrants.........................................................................................................................................89 9-30.5(1) End Connections(RC)................................................................................................................89 9-30.5(2) Hydrant Dimensions..................................................................................................................89 9-30.6(3)B Polyethylene Pipe................................................:..................................................................90 9-30.6(4) Service Fittings..........................................................................................................................90 9-30.6(5) Meter Setters...........................................................................:.................................................90 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED.........................................90 9 05/24/2012 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 Contract time. Completion Date:The day all the Work specified in the Contract is completed and all the obligations of 10 05/24/2012 the Contractor under the Contract are fulfilled by the Contractor. Date of Commencement:The date stated in the Notice to Proceed on which the Contract Time begins Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner's authorized representative assigned to make necessary observations of the Work performed or being performed,or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the Contract time begins. Or Equal Where the term "or equal" is used herein, the .Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as"Contract Bond" defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer's points,this shall mean all marks, bench marks, reference points, stakes, hubs,tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. Provide Means "furnish and install" as specified and shown in the Plans. Secretary,Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. 11 05/24/2012 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 17") and 4 Furnished automatically contract provisions upon award Large Plans (22"x 34") 4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call,for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and 12 05/24/2012 acknowledgement of addenda; the bidder's name, address, telephone number, and signature; and a State of Washington Contractor's Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. The Contracting Agency reserves the right to reject any bids that fail to provide a cost proposal all alternates and additives set forth in the proposal forms. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal The second paragraph is revised as follows: All prices shall be in legible figures written in ink or typed.The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), where a conflict arises the unit price shall prevail. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the 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 13 05/24/2012 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 i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Disqualification of Bidders Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women's Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable,financially or otherwise,to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: Before awarding any contract,the Contracting Agency may require one or more of these items or actions of: 14 I 05/24/2012 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 i Section 1-03.3 is revised and supplemented as follows: Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who 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: 15 05/24/2012 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. Technical Specifications 4. Special Provisions 5. Contract Plans 6. Contracting Agency's Standard Plans (if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 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, 16 05/24/2012 the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of "Lump Sum" Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for"Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 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. 17 05/24/2012 The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied 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 18 05/24/2012 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. 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 19 05/24/2012 Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7"Removal of Defective and/or Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or 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 i both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities,or correction of repair Work remains to reach physical completion of the Work. The Contractor's request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection,the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use,the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If,after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use,the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable,the Contractor shall pursue vigorously, diligently and without unauthorized interruption,the Work necessary to reach Substantial and Physical Completion.The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: When the Contractor considers the Work physically complete and ready for Final Inspection, the 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 20 , 05/24/2012 listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may; upon Written Notice to the Contractor,take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore,when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period,the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: 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: 21 05/24/2012 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. CenturyLink 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 8. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.16 Water and Power Section 1-05.16 is a new Section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency,either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in " any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose- leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum,the diary shall show on a daily-basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on-or off-site by the Contractor for future installation, to 22 05/24/2012 include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner's representative on the job site will also complete a Daily'Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the 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: 23 05/24/2012 The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations,the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the'provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor's care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency,and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project ! site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer i to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures, in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1)through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue,whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund. 24 05/24/2012 1-07.2(2) State Sales Tax— Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States,and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases,the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(3) State Sales Tax—Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to;the construction of streets, roads, highways, etc., owned by the state of Washington;water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system;telephone,telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases,the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason,the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170,with the following exception. Exception:The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into J 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 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. 25 i 05/24/2012 1-07.9 Wages i 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. i 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 1 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 efficient will be affected b unfavorable conditions shall p Yq Y Y Y 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 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 26 i 05/24/2012 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 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. 27 05/24/2012 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, 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 28 05/24/2012 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 pp 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. 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. 29 05/24/2012 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 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: F 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 l 30 i 05/24/2012 the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000** Products/Completed Operations Aggregate $2,000,000** Each Occurrence Limit $1,000,000 -- Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits-Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability (If required)to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor's expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: (******) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction 31 I 05/24/20]2 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. 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 32 05/24/2012 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 1 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. ' I driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety,and replace it with the following: Street right-of-way lines, limits of easements,and limits of construction permits are indicated on the Drawings. The Contractor's construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor's attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other .than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right- of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage 33 05/24/2012 of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City's Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City's Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space i entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, "Danger, Follow Confined Space Entry Procedure before Entering" at each confined space to be entered. Never leave the confined space open and unattended. , t 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 34 05/24/2012 discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: 4 Contractor's plan of operation and progress schedule (3+copies) 4 Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid). List of materials fabricated or manufactured off the project 4 Material sources on the project 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 Weighted wage rates for all employee classifications.anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+copies) 4 Temporary Water Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings—schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors' and the Owner's employees and representatives Suspension of Work,time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m.of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. 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 35 05/24/2012 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. 1 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. r 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. i 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. i i 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: 36 05/24/2012 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. ( y 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. 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. I 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 37 1 05/24/2012 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. 1i A non-working day is defined.as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, f the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4)the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the tit 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 j 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: 38 1 05/24/2012 a. Certified Payrolls (Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation,as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) . e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented as follows: Within 10 calendar days after execution of the Contract by the Contracting Agency,the Contractor shall provide the Contracting Agency with copies of purchase orders for ,all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the ? estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the ' Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 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. 39 05/24/2012 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: 1 The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The.Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work , Section 1-08.12 is a new section: The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be ; represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized , representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s)submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. l i 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 1 . 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name i 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. 40 05/24/2012 Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight(stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight(stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item;' "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. 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. 41 05/24/2012 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): "Mobilization & Demobilization;" Lump Sum. 1-09.9 Payments t 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 42 05/24/2012 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). 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold,.until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. Neither the final payment nor any.part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 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 43 05/24/2012 Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1- 08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15- calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non- compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer,to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents.The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 44 05/24/2012 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: ...such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims$250,000 or Less Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contractor any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case,all costs shall be borne by the Contractor. 45 05/24/2012 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment,supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules,and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities,which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed in the proposal but required in the Plans,Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. D. The Owner will not pay for materials until delivered and installed per these written specifications and the accompanying plans. The only exception to this rule is for the MCC and the pumps.The Owner 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. E. The Contractor must provide a cost proposal for all alternative bid items in order for their proposal to be considered responsive. The City reserves the right to reject any bids that fail to provide a cost proposal for all alternative bid items. 1-09.14(2) Bid Items 1-09.14(2)A Mobilization& Demobilization (Bid Item 01) Section 1-09.14(2)A is a new section: Measurement for Mobilization & Demobilization shall be lump sum. This bid item may not be more than ten percent(10%)of the total amount of Bid. Payment for Mobilization & Demobilization will be made at the lump sum amount bid (NOT to exceed eighty- percent(80%)of bid price prior to completion of construction). Based on the lump sum Contract price for "Mobilization & Demobilization", partial payments will be made as follows: 1. When five-percent(5%) of the total Work is complete, by dollar value,at the time of measurement, excluding amounts paid for materials on hand,fifty-percent(50%)of the amount Bid for Mobilization & Demobilization, or five-percent(5%)of the total contract amount,whichever is the least,will be paid. 46 05/24/2012 2. When ten-percent(10%)of the total Work is complete, by dollar value, at the time of measurement, excluding amounts paid for materials on hand, eighty-percent(80%) of the amount Bid for Mobilization & Demobilization, or eight-percent (8%) of the total original Schedule A amount, whichever is the least,will be paid. 3. When the project is complete,the final twenty-percent(20%) of Mobilization & Demobilization will be paid. Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the Contract. Said lump sum price shall cover, but not be limited to,the complete cost of preparation of all necessary submittals, obtain all necessary licenses, bonds, insurance and permits,.all mobilization of labor, equipment, materials onto the job site to organize the site for construction of improvements as shown on the plans and specified herein, site improvements to prepare for construction operations., including,temporary construction fencing, erosion and sedimentation control, provide and maintain all necessary support facilities and utilities, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing,final clean-up of the site, and removal of all personnel and equipment off the site after contract completion. 1-09.14(2)B Site Work and Utilities(Bid Item 02) Section 1-09.14(2)B is a new Section: Measurement for Site Work and Utilities shall be lump sum, based on the percentage completion of work under this bid item. Payment for Site Work and Utilities will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, equipment, materials to provide 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: construction surveying and staking, structure excavation, trenching, backfill and compaction, site grading, temporary storm water control including treatment and disposal, straw-bale dikes, silt fencing, plastic sheeting, etc. 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, the driveway and pads, fencing, retaining wall, gravel placement, 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 of existing utilities located within the area of construction that may include, but not limited to: telephone, street lighting, electrical, and storm water. 1-09.14(2)C Trench Safety and Shoring(Bid Item 03) Section 1-09.14(2)C is a new section: Measurement for Trench Safety and Shoring shall be lump sum, based on the percentage total Work complete, by dollar value, at the time of measurement. Payment for Trench Safety and Shoring will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all labor, equipment, materials,.hauling, planning, design,engineering, submittals,furnishing and constructing and removal and disposal of such temporary sheeting,shoring, and bracing complete as required for trench safety and shoring work as detailed in the contract specifications and as required by applicable codes and standards, whether shown on the Plans or not. 1-09.14(2)D Dewatering(Bid Item 04) Section 1-09.14(2)D is a new section: Measurement for Dewatering shall be lump sum, based on the percentage of total Work complete, by dollar 47 05/24/2012 value, at the time of measurement. Payment for Dewatering will be made at the measured percentage amount for the pay period times the lump sum amount bid, said payment will be complete compensation for all for all labor, equipment, materials, 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. 1-09.14(2)E Structural (Bid Item 05) Section 1-09.14(2)E is a new section: Measurement for Structural shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Payment for Structural will be at the lump sum amount bid, which payment shall be complete compensation for all labor, equipment, materials, necessary for constructing the wet well and valve vault, 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 and the valve vault is covered under Bid Item No. 2. 1-09.14(2)F Lift Station Pumps and Motors(Bid Item 06) Section 1-09.14(2)F is a new section: Measurement for Lift Station Pumps and Motors shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Payment for Lift Station Pumps and Motors will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, 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 and installation of rail system,cabling,testing, and startup. 1-09.14(2)G Mechanical (Bid Item 07) Section 1-09.14(2)G is a new section: Measurement for Mechanical shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Payment for Mechanical will be made at the unit price bid per lump sum, which payment will be complete compensation for all labor, equipment, materials, 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. 1-09.14(2)H Electrical (Bid Item 08) Section 1-09.14(2)H is a new section: 48 05/24/2012 Measurement for Electrical shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Payment for Electrical will be made at the amount bid per lump sum, which payment will be considered complete compensation for all labor, equipment, materials necessary for the electrical work shown on the Plans and detailed in the contract specifications including conduit, vaults, hand holds 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 Technical Specifications shall also be paid under this bid item. Installation of the primary power raceway shall be paid under separate bid item (Primary Power Raceway—Bid Item 09) 1-09.14(2)1 Primary Power Raceway(Bid Item 09) Section 1-09.14(2)1 is a new section: Measurement for Primary Power Raceway shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Payment for Primary Power Raceway will be made at the amount bid per lump sum, which payment will be considered complete compensation for all labor, equipment, materials necessary for the installation of the primary power service in'cooperation with Puget Sound Energy (PSE) who will install the conduit in trench provided by Contractor. PSE will provide and install all conduit, conductors and vaults related to the construction of the primary power extension as shown on the Plans. Work includes: conduit; fittings; warning tape; pull cord; joining; survey staking; trenching; trenching safety; traffic control; right-of-way special inspection; coordination with PSE; vaults; hand-holes; import bedding and backfill; compaction; restoration; temporary surface patching; concrete sidewalk restoration; testing and all other work for a complete installation. Work under this bid item shall include from primary connection to and including transformer. 1-09.14(2)J Lift Station Finishes (Bid Item 10) Section 1-09.14(2)) is a new section: (******) Measurement for Lift Station Finishes shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Payment for Lift Station Finishes will be made at the amount bid per lump sum, which payment will be complete compensation for all labor, equipment, materials necessary for painting and coating all surfaces of the improvements as shown on the Plans and detailed in the Technical Specifications. 1-09.14(2)K Operation and Maintenance Manuals and On-Site Owner Training (Bid Item 11) Section 1-09.14(2)K is a new section: (******) Measurement for Operation and Maintenance Manuals and On-Site Owner Training shall be lump sum. Cost for this bid item shall be $2,500. 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 payment shall not be paid until O&M Manuals are determined complete by the Owner and until the Engineer and the Owner are satisfied that all training has been accomplished to operate the improvements. Payment for Operation and Maintenance Manuals and On-Site Owner Training will be made at the amount bid per lump sum price which payment will be complete compensation for all labor, equipment, 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, as shown on the Plans and detailed in the contract specifications 49 05/24/2012 1-09.14(2)L Construction Records (Bid Item 12) Section 1-09.14(2)L is a new section: Measurement for Construction Records shall be lump sum. Cost for this bid item shall be $2,500. Payment for this work will not be made prior to the final payment. Failure to comply with the as-built requirements and furnish acceptable construction records will result in non-payment of this bid item. Payment for Construction Records will be made at the amount bid per Lump sum which payment will be complete compensation for all labor, equipment, materials necessary for 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. 1-09.14(2)M Electrical Equipment'Shelter—Pre-Manufactured (Bid Item A01) Section 1-09.14(2)L is a new section: Measurement for Electrical Equipment Shelter — Pre-Manufactured shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Award of the overall project contract will not include the value of this bid item. The choice to perform this work is solely at the discretion of the City and shall not affect any other prices. Payment for Electrical Equipment Shelter— Pre-Manufactured will be made at the amount bid per Lump sum which payment will be complete compensation for all labor, equipment, materials necessary for providing the electrical shelter shown on the Plans and as detailed in Division 10.06 Electrical Shelter of the Technical Specifications. 1-09.14(2)N Electrical Equipment Shelter—Contractor Designed (Bid Item A02) Section 1-09.14(2)M is a new section: Measurement for Electrical Equipment Shelter — Contractor Designed shall be lump sum, based on the percentage of Work complete under this bid item at the time of measurement. Award of the overall project ' contract will not include the value of this bid item. The choice to perform this work is solely at the discretion of the City and shall not affect any other prices. Payment for Electrical Equipment Shelter—Contractor Designed will be made at the amount bid per Lump sum which payment will be complete compensation for all labor, equipment, materials necessary for providing a contractor design electrical shelter including but not limited to providing all structural calculations, labor, materials, and equipment necessary for designing and installing the electrical shelter shown on the Plans and as detailed in Division 10.06 Electrical Shelter of the Technical Specifications. I 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: I 50 i I 05/24/2012 When the bid proposal includes an item for "Traffic Control;' the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for,the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control"to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices(MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and,2 are revised as follows: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. 51 05/24/2012 The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously-evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging,Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MLITCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other.items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: No specific unit of measurement will apply to the lump sum item of"Traffic Control". No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1,for the following bid items when included in the proposal: "Traffic Control," Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. 52 05/24/2012 The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component.of the control system for surveys using global positioning system methodology shall ` exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989,or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01,the second point would be 348.16.02,etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument:Any physical object or structure of record,which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per Section 1- 11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one- sixteenth corners; and • Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non 53 05/24/2012 single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible.. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station--Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2)trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes,TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control 54 05/24/2012 survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control . or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6)herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 112 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as 55 05/24/2012 shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications,these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 2-01.5 Payment Section 2-01.5 is supplemented as follows: The lump sum price for "Clearing and Grubbing" shall be full compensation for all Work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2-02.3(3) is revised and supplemented as follows: Item "1" is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. 56 05/24/2012 "Remove Cement Concrete pavement," per square yard. "Remove existing ," per All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a separate item in the proposal, they will be measured and paid for as provided under Section 2-02.5, and will not be included in the quantity calculated for excavation. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed Work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All Work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface, which is smooth and even,without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash, and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade, and before placement of fills or base course, the subgrade under the roadway shall be proof-rolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris, and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related,to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction 57 05/24/2012 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 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. 58 05/24/2012 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 p rice for structure excavation, Class A or B. The third paragraph is replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 is revised and supplemented as follows: Gravel backfill. Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with Section 1-09.2. 2-09.5 Payment Section 2-09.5 is revised and supplemented as follows: Payment will be made for the following bid items when they are included in the proposal: "Structure Excavation Class A", per cubic yard. "Structure Excavation Class B", per cubic yard. "Structure Excavation Class A Incl. Haul", per cubic yard. "Structure Excavation Class B Incl. Haul", per cubic yard. Payment for reconstruction of surfacing and paving, within the limits of structure excavation, will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the unit contract price per cubic yard for "Structure Excavation Class A or B" will apply. But if the Contractor excavates deeper than the Plans or the Engineer requires, the Contracting Agency will not pay for material removed from below the required elevations. In this case, the Contractor, at no expense to the Contracting Agency, shall replace such material with concrete or other material the Engineer approves. The unit contract price per cubic yard for the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included in the unit bid price of other items of Work if "Structure Excavation" or "Structure Excavation Incl Haul" are not listed as pay items in the Contract. "Shoring or Extra Excavation Class B", per square foot. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other Work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Any excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. "Gravel Backfill (Kind)for(Type of Excavation)", per cubic yard or per ton. "Controlled Density Fill", per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its 59 05/24/2012 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: 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: 60 05/24/2012 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. 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. 61 05/24/2012 Nonstatistical evaluation will be used for the acceptance of HMA. Commercial evaluation will be used for Commercial HMA,and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths,trails,gores, prelevel, and pavement repair. Other nonstructural applications as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Item 7 is deleted. 5-04.3(10)B Control Replace Section 5-04.3(10)B with the following: Sub-base shall be compacted to 95% of the maximum density by the Modified Proctor Test Method, ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 5-04.5 Payment 5-O4.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1- 06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1 %", 1", %",%:", 3/8" and No. 4 sieves 2 All aggregate passing No. 8, No 16, No. 30, No. 50, No. 100 3 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7)for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance Limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the 62 05/24/2012 maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor(NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF,the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new Section with subsections: 5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period, prior to use by vehicular traffic. Within paved streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between 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. 5-06.3 Construction Requirements The Contractor shall maintain temporary hot mix asphalt patches daily during to the satisfaction of the governing road agency and the Engineer until said patch is replaced with permanent hot patch. The completed pavement shall be free from ridges, ruts, bumps, depressions, objectionable marks,or other irregularities. The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediately repair, patch, or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All temporary asphalt pavement shall be removed from the site by the end of the project and shall not be used as permanent asphalt pavement or subgrade material. 63 05/24/2012 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. 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 64 05/24/2012 replace or repair faulty materials, equipment, and/or workmanship and the Contractor's own expense. 7-04.4 Measurement The first paragraph of Section 7-04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows,tees, and fittings.The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7-04.5 Payment The second and third paragraphs of Section 7-04.5 are revised as follows: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full pay for all Work to complete the installation, including adjustment of_inverts to manholes. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Standard Plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction". No separate payment will be made: 7-05 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. 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. 65 05/24/2012 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 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 66 05/24/2012 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) 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. 67 05/24/2012 "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. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: ,Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam. Any other procedure shall have the written approval of the Engineer. 7-08.3(2)B Pipe Laying—General Section 7-08.3(2)B is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight-tenths)flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner, which will protect the pipe against 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 68 05/24/2012 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 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)) Placing PVC Pipe Section 7-08.3(2)J is an added new section: In the trench, prepared as specified in Section 7-02.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Pea gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of connection. 7-08.3(3)A Backfilling Sanitary Sewer Trenches Section 7-08.3(3)A is a new section supplementing 7-08.3(3) To the maximum extent available, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris,and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. If the native material is considered by the Engineer as unsuitable for backfill, or where unsuitable material is requested by the Engineer to be removed or over-excavated from trench excavations,then Bank Run Gravel for 69 05/24/2012 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. 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 70 05/24/2012 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)6 Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)6 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 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. 71 05/24/2012 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. 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 6" 8" 10" 12" 16" 20" 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: 72 ' II I II 05/24/2012 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. 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. 73 I 05/24/2012 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: J/4" for 14" to 24" mechanical joints. same ASTM specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. same ASTM specification as SST 7. Tienut: heavy hex nut for each tiebolt: SS8: 5/8 and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4",ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4"tierods,ASTM A563, grade A. Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter,ASTM A242,type 2;ANSI 131.1. S12: 5/8" and 3/4"diameter, ASTM A36,A307. Tiewasher: round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. Installation: Install the joint restraint system in accordance with the manufacturer's instructions so all joints are mechanically locked together to prevent joint separation. 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"..............................................2 611..............................................2 811..............................................3 10".............................................4 1211.............................................6 14".....................................I........8 16".............................................8 1811.............................................8 20"........................:....................10 24".............................................14 3011.............................................(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. 74 05/24/2012 .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 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 75 05/24/2012 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. i 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 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 76 05/24/2012 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. Fire hydrant assembly shall include: cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" 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 77 I 05/24/2012 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. 7-15.5 Payment Measurement and Payment Schedule for installation of water mains and appurtenances is shown in Section 1-09.14 Section 7-15.5 is revised as follows: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Furnish and Install In. Water Service Connection", per each. The unit contract price per each for " Furnish and Install In. Water Service Connection", shall be full pay for the bid item as described in Section 1-09.14. 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is replaced with the following: Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two copies of the pipe manufacturer's technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Material for PVC sewer pipe shall meet the requirements of Section 9-05.12. All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 78 05/24/2012 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 videotapes. Said videotapes 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: 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. 79 05/24/2012 "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. 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. i 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. 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, .80 05/24/2012 except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall.be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be-removed and replaced at the expense of the Contractor. 8-14.4 Measurement Section 8-14.4 is supplemented by adding the following: When the Contract contains a pay item for "Curb Ramp, Cement Concrete," the per each measurement shall include all costs for the complete installation per the Plans and standard details including expansion joint, material, curb and gutter and ramped sidewalk section. Sawcutting, removal and disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other Work, materials and equipment required per Section 8-14, shall be included in the per each price for "Curb Ramp, Cement Concrete" unless any of these other items are listed and specified to be paid as separate pay items. If the Contract does not provide a pay item for "Curb Ramp, Cement Concrete," but the Plans call for such installation, then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, the payment shall be included in the pay item for"Miscellaneous and/or Driveway Asphalt Concrete." 8-14.5 Payment Section 8-14.5 is supplemented by adding the following: "Curb Ramp, Cement Concrete," per each. 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. 81 05/24/2012 Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: (******) Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two-lane or three-lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow center stripe is used as centerline delineation on multilane,two-way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right.turning movements from through movements, to separate high occupancy vehicle lanes from general-purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45-degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4-inch space. The broken or"skip" pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot space.The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Stop Line (Replacement) A SOLID WHITE line 12, 18,or 24 inches wide as noted on the Contract Plans. 8-22.3(5) Installation Instructions Section 8-22.3(5) is revised as follows: (******) A manufacturer's technical representative need not be present at the initial material installation 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.* 82 05/24/2012 "Remove Plastic Line ......" Wide," per linear foot.* "Remove existing traffic markings, "per Lump Sum.* *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the Plans, Specifications and detail sheets. If these pay items do not appear in the contract schedule of prices, then the removal of old or conflicting traffic markings required to complete the channelization of the project as shown on the Plans or detail sheets shall be considered incidental to other items in the Contract and no further compensation shall be made. -- 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: (******) If no pay item is included in the Contract for installation, or for removal of temporary pavement markings, then all costs associated with these items are considered incidental to other items in the Contract or included under "Traffic Control," if that item is included as a bid item. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: (******) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", W,Y2", and 3/8" sieves ±6% ±8% U.S. No.4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 16 sieve ±4% ±6% U.S. No. 30 sieve ±4% ±6% U.S. No. 50 sieve ±4% ±6% U.S. No. 100 sieve ±3% ±5% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5% below minimum value in 9-03.8(2) VFA minimum and maximum as listed in 9-03.8(2) Va 2.5% minimum and 5.5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control point's section, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch (RC) Section 9-05.4 is revised as follows: (******) Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36,Type I and Type II.Welded seam 83 05/24/2012 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. 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 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 + 1/8 inch wide (measured outside to outside) and a minimum of.4375 inch high (measured as the minimum vertical distance of ribs shall 84 05/24/2012 be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: 9-05.12(3) CPEP Sewer Pipe Section 9-05.12(3) is a new additional section: CPEP-Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition,the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted 9-05.17 Aluminum Spiral Rib Storm.Sewer Pipe Section 9-05.17 is replaced with: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to li 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: DRISCOPLEXrm 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 85 05/24/2012 incorporated by reference in these Specifications,the reference standard shall be the latest edition and revision. I 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. i 2 Polyethylene Pipe and Fittings 2.1 Qualifications of Manufacturers-The manufacturer shall have manufacturing and quality assurance facilities capable of producing and assuring the quality of the pipe and fittings required by these Specifications. The manufacturer's production facilities shall be open for inspection by the City or his Authorized Representative. The Project Engineer shall approve qualified manufacturers. i 2.2 Materials- Black PE materials used for the manufacture of polyethylene pipe and fittings shall be PE 3408 high density polyethylene, meeting ASTM D 3350 cell classification 345464C and shall be listed in the name of the pipe and fitting manufacturer in PPI (Plastics Pipe Institute)TR-4,with a standard grade HDB rating of 1600 psi at 73°F. Color material, when used, shall be the same except for meeting ASTM D 3350 cell classification 345464E. The material shall be listed and approved for potable water in accordance with NSF Standard 61. When requested on the order,the manufacturer shall certify that the materials used to manufacture pipe and fittings meet these requirements. 2.3 Interchangeability of Pipe and Fittings-The same qualified and approved manufacturer shall produce polyethylene pipe and fittings. Products such as fittings or flange adapters made by sub-contractors or distributors are prohibited. 2.4 Polyethylene Fittings &Custom Fabrications- Polyethylene fittings and custom fabrications shall be molded or fabricated by the approved pipe manufacturer. All fittings and custom fabrications shall be pressure rated ; for the same internal pressure rating as the mating pipe. 2.5 Molded Fittings Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and i shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 2.6 Fabricated Fittings- Fabricated fittings shall be made by heat fusion joining specially machined shapes cut from pipe, polyethylene sheet stock or molded fittings. Fabricated fittings shall be rated for internal pressure service at least equal to the full service pressure rating of the mating pipe. Fabricated fittings shall be tested in accordance with AWWA C906. 2.7 Polyethylene Flange Adapters- Flange adapters shall be made with sufficient through-bore length to be clamped in a butt fusion-joining machine without the use of a stub-end holder. The sealing surface of the flange adapter shall be machined with a series of small v-shaped grooves (serrations)to promote gasketless sealing, or restrain the gasket against blowout. 2.8 Back-up Rings& Flange Bolts- Flange adapters shall be fitted with back-up rings that are pressure rated equal to or greater than the mating pipe. The back-up ring bore shall be chamfered or radiused to provide clearance to the flange adapter radius. Flange bolts and nuts shall be Grade 3 or higher. 86 05/24/2012 9-08 PAINTS 9-08.8 Manhole Coating System Products Section 9-08.8 is a new section and subsections: 9-08:8(1) Coating Systems Specification A. High Solids Urethane Coating System: C1 Coating Material: High Solids Urethane Surfaces: Concrete . Surface In accordance with SSPC Preparation: SP-7 (Sweep or 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 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. 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 87 05/24/2012 wedging device and O-ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. r All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C-550 latest revision. Valves shall be provided with two (2) internal 0-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. 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: 88 05/24/2012 Tapping sleeves shall be cast iron, ductile iron epoxy-coated steel, or other approved material. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: Permanent blow-off assembly shall be#78 Kupferle Foundry Co. or approved equal. Installation of blow-off permanent blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow- off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented by adding the following: Fire hydrants shall be 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.0.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 71/2 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 1, 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 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. 89 05/24/2012 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: 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. f ' r , r 90 TECHNICAL SPECIFICATIONS i Table of Contents Division1 General..................................................................................................................... 1-1 1.10 General................................................................................................................................. 1-1 1.11 Project Description..................................................................................................... 1-1 1.12 Project Scheduling.......................................................................................................... 1-1 1.13 Permits and Licenses...................................................................................................... 1-2 1.15 Warranty........................................................................................................................... 1-2 1.16 Owner Standard Locks and Keys................................................................................. 1-2 1.30 Administrative..................................................................................................................... 1-2 1.31 Responsibilities............................................................................................................... 1-3 1.31.1 Contractor's Responsibility ............................................................ 1-3 1.31.1.1 Special Inspection Scheduling................................................................................ 1-3 1.31.1.2 Contractor Conducted Progress Meetings...............:........................................... 1-4 1.31.1.3 Contractor Provided Schedule and Non-working Day Approval..................... 1-4 1.31.2 Owner Inspector's Responsibility............................................................................. 1-4 1.33 Submittals........................................................................................................................ 1-4 1.33.1 Submittal and Shop Drawings..............................................: 1.33.2 Substitutions................................................................................................................. 1-6 1.40 Quality Control.................................................................................................................... 1-6 1.42 Reference Specifications................................................................................................ 1-6 1.50 Construction Support......................................................................................................... 1-6 1.51 Temporary Utilities ........................................................................................................ 1-6 1.52 Temporary Facilities....................................................................................................... 1-7 1.53 Traffic Control................................................................................................................ 1-7 1.54 Coordination with Others............................................................................................. 1-7 1.59 Site Control...................................................................................................................... 1-7 1.59.1 Surveying and Staking................................................................................................. 1-7 1.70 Execution and Closeout..................................................................................................... 1-8 1.72 Scheduling and Sequencing........................................................................................... 1-8 1.75 Testing, Startup and Operation............................................ 1.75.1 Schedule........................................................................................................................ 1-8 1.75.2 Testing........................................................................................................................... 1-8 1.75.2A General....................................................................................................................... 1-9 i Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Table of Contents 1.75.213 Scheduling of Owner/Engineer Review for Testing.......................................... 1-9 1.75.2C Pump, Piping,Electrical and Instrumentation Testing.....................................1-10 1.75.3 Lift Station Startup, Operational Demonstration and Training 1-10 1.75.3A General.....................................................................................................................1-10 1.75.313 Startup......................................................................................................................1-11 1.75.3C Training....................................................................................................................1-11 1.75.3D Operational Demonstration.................................................................................1-12 1.77 Cleaning.........................................................................................................................1-12 1.77.2 Site and Facility Cleanup..........................................................................................1-12 1:79 Training and Documentation.....................................................................................1-13 1.79.2 Operation and Maintenance Manuals .................................................................... 1-13 1.79.3 Construction Record Drawings................................................................................ 1-14 1.80 Performance Requirements............................................................................................. 1-15 1.81 Seismic Restraint and Anchorage...............................................................................1-15 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............................................................................2-1 2.10 Site Preparation...................................................................................................................2-2 2.10.2 Clearing and Grubbing...............................................................................................2-2 2.10.4 Dewatering...................................................................................................................2-3 2.10.5 Construction Access...................................................................................................2-4 2.11.1 Common Work for Earthwork Materials................................................................2-4 2.11.2 General Fill...................................................................................................................2-5 2.11.3 Structural Fill................................................................................................................2-5 2.11.4 Pipe Bedding................................................................................................................2-6 2.11.5 Trench Backfill.............................................................................................................2-7 2.11.6 Gravel Backfill for Walls............................................................................................2-7 2.11.7 Crushed Surfacing Base Course................................................................................2-8 2.11.8 Crushed Surfacing Top Course.................................................................................2-8 2.11.20 Geotextile Fabric.......................................................................................................2-8 2.12 Road Surfacing................................................................................................................2-9 ll Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/20112 4:25 PM 0 2012 RH2 Engineering,Inc. Table of Contents 2.12.1 Common Work for Road Surfacing.........................................................:...............2-9 2.12.3 Hot Mix Asphalt (HMA)............................................................................................2-9 2.13 Vegetation Protection....................................................................................................2-9 2.13.1 Common Work-for Vegetation Protection.............................................................2-9 2.13.5 Excavation Around Trees..........................................................................................2-9 2.20 Earth Moving.....................................................................................................................2-10 2.23 Excavation.....................................................................................................................2-10 2.25 Erosion and Sedimentation Control..........................................................................2-11 2.25.3 Temporary Erosion and Sedimentation Control..................................................2-11 2.25.4 Stormwater Discharge..............................................................................................2-12 2.30 Site Improvements............................................................................................................2-12 2.31 Fencing...........................................................................................................................2-12 2.31.2 Temporary Construction Security Fence........................................................:......2-12 2.31.3 Chainlink Fence.........................................................................................................2-12 2.40 Shoring and Support......................................................................... 2.41 Contractor Designed Shoring.....................................................................................2-15 2.60 Contaminated&Waste Materials Handling..................................................................2-16 2.60.2 Waste Material Control..............................................................................................2-16 2.61 Contaminated Materials...............................................................................................2-17 2.61.2 Toxic Spill or Release Contact Requirements.......................................................2-17 2.83.04 Modular Concrete Retaining Wall........................................................................2-17 Division3 Concrete...................................................................................................................3-1 3.00 General.................................................................................................................................3-1 3.05 Common Work for Concrete....................................................................................... 3-1 3.15.4 Embedded Items.........................................................................................................3-3 3.15.5 Pipe Penetrations through Concrete........................................................................3-3 3.20 Reinforcing...........................................................................................................................3-4 3.21 Reinforcing Steel............................................................................................................. 3-4 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 and Gutter, & Sidewalks.............................:..... 3-5 3.35 Surface Finisl ing............................................................................................................ 3-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doe 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Table of Contents 3.35.1 Common Work for.Surface Finishing......................................................................3-6 3.35.3 Ordinary Wall Finish...................................................................................................3-6 . 3.35.5 Floated Finish..............................................................................................................3-6 3.35.6 Light Brush Finish.......................................................................................................3-7 3.40 Pre-Cast Concrete...............................................................................................................3-7 3.40.10 Utility Structures........................................................................................................3-7 3.60 Grouting...............................................................................................................................3-8 3.62 Non-Shrink Grout..........................................................................................................3-8 Division4 Masonry....................................................................................................................4-1 Division 5 Fabricated Metalwork and Structural Plastics..................................................... 5-1 5.00 General................................................................................................................................. 5-1 5.05 Common Work for Fabricated Metalwork and Plastics........................................... 5-1 5.05.23 Structural Connectors............................................................................................... 5-3 5.05.24 Concrete Anchors.....................................................................................................5-3 5.10 Structural Framing.............................................................................................................. 5-4 5.12 Structural Steel................................................................................................................5-4 5.13 Stainless Steel..................................................................................................................5-4 5.14 Aluminum........................................................................................................................ 5-4 5.15 Galvanized Steel.............................................................................................................. 5-5 5.60 Ladders.................................................................................................................................5-5 5.60.1 Common Work for Ladders......................................................................................5-5 5.60.2 Portable Ladder........................................................................................................... 5-6 Division6 Carpentry.................................................................................................................. 6-1 Division 7 Thermal and Moisture Protection........................................................................7-1 7.00 General...............................................................................:.................................................7-1 7.05 Common Work for Thermal and Moisture Protection............................................ 7-1 7.10 Dampproofing and Waterproofing..................................................................................7-1 7.90 Joint Protection...................................................................................................................7-1 7.92 Caulk................................................................................................................................. 7-1 Division8 Openings.................................................................................................................. 8-1 8.00 General................................................................................................................................. 8-1 8.05 Common Work for Openings...................................................................................... 8-1 8.06 Schedule........................................................................................................................... 8-1 IV' Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Table of Contents 8.30 Specialty Doors ................................................................................................................... 8-1 8.34 Access Hatches...............................................................................:........:.................:.... 8-1 8.34.2 Vault Hatches............................................................................................................... 8-1 Division9 Finishes.............................:........................................................................................9-1 9.00 General.................................................................................................................................9-1 9.05 Common Work for Finishes.........................................................................................9-1 9.06 Color Schedule...............................................................................:................................9-4 9.90 Painting and Coating..........................................................................................................9-4 9.90.2 Unpainted Items..........................................................................................................9-4 9.91 Painting............................................................................................................................ 9-4 9.91.13 Exterior Painting..........:............................................................................................9-4 9.91.13.1 Metals Exterior (Wet Conditions) .......................................................................9-4 9.91.13 Exterior Painting.................................................................................................:.....9-5 9.91.33 Submerged Piping.....................................................................................................9-5 9.91.33.3 Metals Submerged In Wastewater—Non NSF.................................................9-5 9.91.23.5 Exterior of Exposed Ductile Iron Pipe..............................................................9-6 9.91.33.8 Pump Impellors (Submerged,Waste Water)......................................................9-7 9.97 Special Coatings.............................................................................................................. 9-7 9.97.23 Concrete and Masonry.............................................................................................9-7 9.97.23.1 Concrete Wet Well Interior..................................................................................9-7 9.97.23.6 Concrete Vault Interior......................................................................................... 9-8 9.97.23.7 Concrete Wetwell and Vault Exterior—Bottom and Walls ............................9-9 9.97.23.13 Concrete Exterior Surface Sealer (Equipment Pads,Wetwell and Vault Tops) ...................................................................................................................................................9-9 Division10 Specialties.......................................................:....................................................... 10-1 10.00 General............................................................................................................................. 10-1 10.05 Common Work for Specialties................................................................................. 10-1 10.06 Electrical Equipment Pre-manufactured Shelter (Additive Bid Alternate 1 and Bid Alternate2)............................................................................................................................. 10-1 10.10 Information Specialties .....................:............................................................................ 10-2 10.14 Signs and Labels......................................................................................................... 10-2 10.14.1 Common Work for Signs and Labels...................................................................10-2 10.14.2 Equipment Signs..................................................................................................... 10-3 v Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/20124:25 PM 0 2012 RH2 Engineering,Inc. Table of Contents 10.14.4 Danger Signs............................................................................................................10-3 1.0.14.8 Electrical and Control Equipment........................................................................10-3 10.14.9 Pump and Check Valve Signs................................................................................10-4 Division 11 Equipment.......................................................... 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 Submersible Sewage Pump....................................................................................11-6 11.12.2-A Liberty Lift Station Pumps and Motors.........................................................:11-6 11.12.3 Sump Pump............................................................................................................11-10 Division 12 Furnishings.............................................................................................................12-1 Division 13 Special Construction.............................................................................................13-1 Division 14 Conveying Systems...............................................................................................14-1 Division15 Mechanical.............................................................................................................. 15-1 15.00 General............................................................................................................................. 15-1 15.05 Common Work for Mechanical...............................................................................15-1 15.10 Buried Pipe Installation..............................................................................:...................15-2 15.12 Sewer Main Installation............................................................................................. 15-2 15.18 Buried Piping Inspection and Testing..................................................................... 15-3 15.18.3 Valve Testing...........................................................................................................15-3 15.18.5 Sewer Force Main Inspection and Testing..........................................................15-3 15.20 Pipe and Fittings.............................................................................................................15-4 15.21 Common Work for Pipe and Fittings...................................................................... 15-4 15.22 Metal Pipe and Fittings..............................................................................................15-5 15.22.2 Ductile Iron Pipe and Fittings...............................................................................15-5 15.22.4 Stainless Steel Pipe and Fittings 15.23.5 PVC Pipe and Fittings—Solvent Weld................................................................ 15-7 15.23.7 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer—Push on Joint......... 15-7 15.30 Valves................................................................................................................................15-8 15.31 Common Work for Valves .......................................................................................15-8 15.32 Isolation Valves..........................................................................................................15-9 Vi - Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Finandoc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Table of Contents 15.32.5 Eccentric (Plug) Valves..........................................................................................15-9 15.33 Check Valves............................................................................................................... 15-9 15.33.2 Swing Check Valves................................................................................................ 15-9 15.35 Air Valves..................................................................................................................15-10 15.35.5.1 Combination Air and Vacuum Valve -Wastewater......................................15-10 15.40.4 Adapters and Dielectric Fittings ................................. .............15-11 ........................... 15.60 Pressure and Level Measurement...............................................................................15-11 15.60.1 Common Work for Pressure and Level Measurement....................................15-11 15.61 Pressure Gauges ......................................................:................................................15-11 Division16 Electrical................................................................................................................. 16-1 16.00 General............................................................................................................................. 16-1 16.05 Common Work for Electrical................................................................................... 16-1 16.10 Electrical Site Work........................................................................................................16-6 16.10.1 Common Work for Electrical Site Work.............:............................................... 16-6 16.10.2 Underground Marking Tape (Detectable Type)................................................. 16-6 16.15 Electrical Grounding...................................................................................................... 16-6 16.15.1 Common Work for Electrical Grounding...........................................................16-6 16.20 Utility Service...................................................................................................................16-8 16.21 Electrical Service.........................................................................................................16-8 16.21.2 Electrical Utility Meter Enclosure......................................................................... 16-9 16.21.3 Service Disconnect Switch..................................................................................... 16-9 16.21.4 Manual Transfer Switch.......................................................................................16-10 16.21.5 Generator Connection Receptacle......................................................................16-10 16.30 Panel Components........................................................................................................16-10 16.31 Panel Monitoring and Indication...........................................................................16-10 16.31.2 Run Time Meters...................................................................................................16-10 16.31.3 Power Meter...........................................................................................................16-11 16.31.5 Operational Counters...........................................................................................16-11 16.31.10 Indicating Pilot Lights........................................................................................16-11 16.32 Panel Switches...........................................................................................................16-12 16.32.2 Selector Switch.......................................................................................................16-12 16.32.5 Pushbuttons............................................................................................................16-12 16.33 Panel Relays...............................................................................................................16-12 vii Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Table of Contents 16.33.2 Relays......................................................................................................................16-12 16.33.3 Phase Sequence and Loss Monitor Relay (PFR)...............................................16-13 16.35 Other Panel Components.......................................................................................16-13 16.35.5 Terminal Blocks............................ ......................................................................:...16-13 16.35.10 Sure Protection Device (SPD) ........................................................................16-14 16.40 Motor Control...............................:...............................................................................16-14 16.41 Motor Control Center..............................................................................................16-14 16.41.3 Solid State Reduced Voltage Starters .................................................................16-19 16.55 Switches and Protective Devices................................................................................16-22 16.55.1 Common Work for Switches and Protective Devices.....................................16-22 16.55.16 Molded Case Circuit Breakers...........................................................................16-22 16.55.17 Instantaneous Magnetic Trip Breakers............................................................16-23 16.55.18 Disconnect Switches...........................................................................................16-23 16.60 Conductors ....................................................................................................................16-23 16.61 Low Voltage Wire and Cable..................................................................................16-23 16.63 Signal Cable...............................................................................................................16-25 16.70 Conduit, Raceways,Boxes and Fittings.....................................................................16-27 16.71 Raceways....................................................................................................................16-27 16.72 Boxes and Enclosures..................................................................................................16-29 16.72.2 Outlet and Junction Boxes...................................................................................16-29 16.72.3 Watertight Enclosures..........................................................................................16-30 16.72.4 Pull Boxes and Vaults...........................................................................................16-30 16.75 Wiring Devices..............................................................................................................16-31 16.75.1 Common Work for Wiring Devices...................................................................16-31 16.75.2 Receptacles.............................................................................................................16-32 16.75.3 Line Voltage Switches................................................................................::.........16-32 16.75.6 Plates.......................................................................................................................16-33 16.85 Lighting...........................................................................................................................16-33 16.85.1 Common Work for Lighting Fixtures................................................................16-33 16.85.2 Lamps......................................................................................................................16-34 16.85.3 Fixtures...................................................................................................................16-34 16.85.4 Ballast......................................................................................................................16-34 16.90 Sensors and Controls....................................................................................................16-35 viii Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Table of Contents 16.90.1 Common Work for Sensors and Controls ........................................................16-35 16.90.2 Intrusion Alarm Switch........................................................................................16-35 16.90.3 Flood Liquid Level Switches...............................................................................16-35 16.90.4 Wastewater Level Float Switches........................................................................16-36 16.90.5 Submersible Level Transmitter...........................................................................16-36 16.95 Testing............................................................................................................................16-37 16.95.1 Common Work for Testing.................................................................................16-37 16.95.4 Ground Electrode Resistance Test Report.......................................................16-39 Division 17 Automatic Control................................................................................................17-1 17.0 General............................................................................................................................17-1 17.05 Remote Communications Devices .......................................................................... 17-1 17.10 Installation of Equipment by Others......................................................................17-2 I ix Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Division 1 General 1.10 GENERAL Sections in these specifications titled "Common fork for General." 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 Project Description The City of Renton Liberty Lift Station consists of a submersible sewage lift station. The work includes but not is 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, check valves and air/vac release assembly inside a precast vault • Installation of electrical and telemetry systems • Site work and site utilities • Finish grading and site cleanup This project is locally funded with no federal funding requirements or "buy American" provisions of federal stimulus projects. 1.12 Project Scheduling Due to other construction near the project site, the construction mobilization of this project will not occur until August 31, 2012 with the exception of the installation of the primary power conduit. The Contractor shall proceed with making submittals, especially long lead items, to the City as soon as the Notice to Proceed is issued. The Contractor shall first only mobilize to coordinate, with Puget Sound Energy, the installation of the primary power conduit. Said mobilization shall be after the completion of the gravity sanitary sewer main construction being performed by others which is anticipated to be on or before July 20, 2012. The Contractor shall complete the work on the primary power conduit prior to August 15, 2012, the last day that access road to the Performing Arts Center construction project can be shut down to through traffic. The Contractor shall not mobilize onto the proposed lift station site until completion of the Liberty High School stormwater detention pond (by others) and the pond contractor demobilizes from that location, or August 31,2012,whichever comes first. The split mobilization is built into the working days and there will be no "non-working days" designated between the mobilizations. Nothing in this section precludes,with Owners 1-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station approval, the ability of the Contractor to make agreement with the other contractor(s) and the School District to access portions of the site outside these dates. 1.13 Permits and Licenses The Owner will secure and pay for the following permits: • SEPA Permit The Contractor shall acquire and pay for all other necessary permits which may include: • Electrical 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 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 8.34.2 Vault 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 have locks provided and 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 1-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station i 1.31 Responsibilities 1.31.1 Contractor's Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. The General (or Prime) Contractor is fully responsible for providing his subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection responsibilities and the advance notice that must be given to minimize construction delays. It is the Contractor's responsibility to be familiar with these requirements, include the coordination necessary in this estimate of project costs and schedule, and to comply with the requirements during construction. Failure to follow proper inspection and notification procedures may result in on-site work stoppages and removal or demolition of unapproved structures or systems, all at the Contractor's expense. See Testing, Startup and Operation section below for details. Do not start work on this project or on any public or private right-of-way or easement until clearance is given by the Owner. It will be the responsibility of the Contractor to comply with the requirements of any permit for the project. Do not hinder private property access without a 24-hour notice to the private property owner, and do not hinder access for more than an 8-hour period. Do not disrupt emergency aid access to private property. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Engineer 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 Special Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 24-hour prior notice shall be given to the Engineer 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.) 1-3 Z:\Bothefl\Data\REN\112-033\Specs\UbertyLS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station 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, Engineer, 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 and engineer 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 nor direct safety issues on site. The Owner's inspector does not have the authority to stop work if unsafe conditions are observed. 1.33 Submittals 1.33.1 Submittal and Shop Drawings Shop drawing submittals are required for all items installed on this contract. Submit 3 copies of each submittal in addition to the number of copies the contractor needs returned to them to: RH2 Engineering, Inc. 22722 29`''Drive SE, Ste 210 Bothell,WA 98021 Attn: Edwin Halim,P.E. Submittal data for each item shall contain sufficient information on each item to determine if it is in compliance with the contract requirements. Items that are installed in the work that have not been approved through the shop drawing 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 1-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. II Summer 2012 City of Renton Division 1 - General Liberty Lift Station an submittal after it has been reviewed except with written notice and approval from the Y p pp Owner. Shop drawings shall be submitted on 81/2" 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. • 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. • A place for the Engineer to stamp. Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. Acceptable submittals will be reviewed as promptly as possible, and transmitted to the Contractor not later than 12 working days after receipt by the Engineer. Revise and submit as necessary. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Shop drawings and submittals shall contain the following information for all items: A. Shop or equipment drawings, dimensions, and weights B. Catalog information. C. Manufacturer's specifications. D. Special handling instructions. E. Maintenance requirements. F. Wiring and control diagrams. G. List of contract exceptions. By approving and submitting shop drawings and samples, the Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each shop drawing with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by withholding the appropriate amounts from each payment estimate. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Items that are installed but have not been approved through the submittal process may be rejected and must be removed and replaced with an approved product. Specific submittal requirements are listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Engineer and Owner for inspection. 1-5 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station 1.33.2 Substitutions Any product or construction method that does not meet these specifications will be considered a substitution. Substitutions must be approved prior to their installation or use on this project. 1.40 QUALITY CONTROL 1.42 Reference Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction, Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of- * IBC International Building Code 2006 • UPC Uniform Plumbing Code • UMC Uniform Mechanical Code • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials 1.50 CONSTRUCTION SUPPORT 1.51 Temporary Utilities Sanitary facilities adequate for all workers shall comply with all codes.and regulations. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical and water accounts to the Owner's name,if applicable. Power for Construction Use The Contractor may use existing power facilities as shown on the plans. Contractor is responsible for installing temporary power service if needed. The Contractor is responsible for reviewing what is available and providing what is required. Upon completion of the project, remove all temporary construction power equipment, material and wiring from the site that is the property of the Contractor. 1-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station Water for Construction Use The Contractor may use the fire hydrant with contractor provided hydrant meter and backflow prevention assembly as necessary for water supply for construction. The Contractor shall coordinate with Water District 90 for hydrant use and shall pay all the water charges to Water District 90. 1.52 Temporary Facilities The Contractor shall be responsible for construction and location of all field offices, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. There shall be shelters and dry facilities for the workers as required. The Contractor shall insure that all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety be supplied. First aid kits and equipment as required by law shall also be supplied. 1.53 Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest addition and applicable local codes. The contractor shall limit delay of traffic to 3 minutes maximum. If flaggers are used, orientation meetings per WAC 296-155-305 shall be held each time a new flagger is introduced to the site or if site conditions change significantly. The Contractor is responsible for scheduling such meetings. Construction traffic control shall follow traffic control plans, signage and be reviewed and approved prior to implementation. 1.54 Coordination with Others Depending on the timing of the lift station construction, the Contractor may have to coordinate with the gravity sewer contractor. The gravity sewer will construct the gravity sewer improvements which will convey the sewage to the lift station. The Contractor will have to coordinate access, construction staging area, and manhole connections with the gravity sewer contractor. 1.59 Site Control The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the "Construction Limits" unless approved by the Owner and Issaquah School District in writing. 1.59.1 Surveying and Staking The Contractor shall be responsible for surveying and staking and will stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Owner. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing 1-7 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station them will be at the Contractor's expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for construction records. Replace all damaged survey monuments in accordance with WAC 332-120. 1.70 EXECUTION AND CLOSEOUT 1.72 Scheduling and Sequencing Other construction activities of the Issaquah School District at Liberty High School that may affect the construction of the lift station are: • Septic Holding Tank Pumping (Daily) • Gravity Sewer and Forcemain Construction • Stormwater Pond Construction • Gas line construction The Contractor is responsible for coordination with the District and their contractors to facilitate construction of the lift station. No additional cost will be paid for construction delays caused by these other construction activities. See Division 1.12, Project Scheduling, for construction sequencing requirements for this project. The Contractor shall coordinate with the Issaquah School District for timing of the release of waste water into the lift station. The operation tests required below requires live waste water. 1.75 Testing, Startup and Operation. 1.75.1 Schedule The placing of all improvements in service shall consist of three parts: "testing", "startup", and "operation". Not less than 20 working days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: • Complete schedule of events to be accomplished during testing • Detail schedule of procedures for startup • An outline of work remaining under the contract that will be carried out concurrently with the operation phases The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. 1.75.2 Testing 1-8 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RI-12 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station 1.75.2A General The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Final testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. All piping shall be tested as required by specifications and applicable codes. 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. 1.75.2B Scheduling of Owner/Engineer Review for Testing The Contractor shall provide a minimum of 48-hours (2 complete working days) prior notification to the Engineer where witnessed testing or startup is required. The Contractor shall provide further notification within 2 working hours of the scheduled test to the Engineer confirming that the Contractor has successfully completed all preliminary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test in accordance with the section Inspection and Tests of the General Conditions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 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 Engineer or 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 or Engineer at their discretion. If the Owner / Engineer deems the Contractor is not ready and the testing has to be rescheduled, the Contractor shall provide a minimum of 7 days prior notification for the follow up testing and pay the Owner in the amount of$150 per hour per Engineer Owner Representative on site (minimum of$300 per scheduled visit) to cover the cost. 1-9 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station The Contractor is encouraged to have all systems pre-tested to their satisfaction prior to calling the Owner and Engineer for formal testing. .1.75.2C Pump, Piping, Electrical and Instrumentation Testing All piping shall be tested as required by the specifications and applicable codes. Tests on individual items of equipment, such as pipelines, instruments, valves, controls, and other items shall be as necessary to show proper system operation. Contractor is responsible to provide all materials and supplies needed to test each item. During testing, the Contractor. shall correct any defective work discovered. Startup shall not begin until all tests required have been completed and approved by the Engineer and Owner. Initial tests of lift station pump operations shall be performed using clean potable water supplied by the Contractor. It is not until the lift station is fully tested and accepted by the Owner when waste water will be allowed into the wet well. See Division 11.10.1 (Common Work for Pumps, Part 3 — Execution) for additional testing requirements for the pump. See Division 16.95 and 17.10 for additional electrical and control system testing requirements. 1.75.3 Lift Station Startup, Operational Demonstration and Training 1.75.3A General The Contractor shall provide a final schedule of the startup of the process and a final list of representatives that will be attending the startup 5 working days in advance of startup to the Owner and Engineer. The Engineer and Owner will review the submittal and may request additional representatives if they determine it is necessary to a successful startup. The Contractor and equipment suppliers shall provide all equipment to complete the testing, startup, operational demonstration and training portions of this project. Such items include a calibrated pressure gauge, voltmeter, amp meter, and other items as needed. The Owner's equipment will not be available for use by the Contractor or equipment suppliers. Contractor shall be responsible for the calibration, startup, and initial performance to meet the specifications herein to the satisfaction of the Engineer and Owner. The Contractor shall conduct all testing, startup, operational demonstration, and training coordination with the suppliers. The Contractor shall schedule all testing, startup, operational demonstration, and training activities with the Engineer and the Owner. Suppliers of specialized equipment such as: pump(s), motor control center , and remote telemetry panel (owner provided).shall provide a trained, qualified manufacturer's representative to check installation and connection, verify settings, perform field tests as indicated, and certify in writing to Owner that its performance does meet all specifications. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, operational demonstration and training. The Contractor shall conduct all startup activities; the Engineer and Owner are present only as witnesses. In addition to the Contractor and the technically qualified equipment 1-10 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station representatives, the following representatives shall be present at all startup activities: an electrician, and a technically qualified representative of the control system supplier. All representatives shall be trained, qualified, and have experience in identifying and troubleshooting field issues. The startup date(s) will not be scheduled with the Engineer or Owner until the testing is competed to the Engineer's satisfaction and the startup schedule and plan is submitted and approved. 1.75.3B Startup 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. The startup shall continue until it is demonstrated that all equipment, controls, and machinery are functioning as a system to the satisfaction of the Engineer and Owner. Prior to beginning the startup, the contractor shall fill the wet well with clean potable water. Upon successful completion of all components of the start-up, the system shall be ready for the operational demonstration and training phases. 1.75.3C Training After successful completion of the startup and at the time that the lift station is ready to be put into operation for the operational demonstration period, the Contractor shall schedule operation and maintenance training sessions with the owner. The training session(s) shall not occur on the same date(s) as testing or startup. The owner reserves the right to determine if training can be conducted during operational demonstration or after successful completion of the demonstration period. The Contractor shall make available experienced, factory trained, representatives of all supplied equipment and devices to train the Owner. The training shall explain in detail the intended operation and maintenance requirements of each of the lift stations's components. The Contractor shall submit an outline of training activities to be performed by each of the representatives three weeks prior to the training. The Contractor shall plan for a minimum of 7 personnel in attendance and shall provide sufficient training materials the day of training. The training agenda shall include, at a minimum, the following items: 1. Operation of the equipment 2. Lubrication of the equipment 3. Maintenance and repair of equipment 4. Troubleshooting 5. Preventative maintenance 6. Adjustments to equipment 7. Optimizing equipment performance 8. Operational safety 1-11 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station 9. Emergency situation response. 10. Assembly and disassembly of equipment. All O&M manuals must be submitted to the Engineer prior to the training session. Training will not be scheduled with the Owner until the training outline and O&M manuals are received from the Contractor. The Owner reserves the right to videotape and record the training session for the benefit of future operators. Failure to provide acceptable final documentation including O&M manuals and construction record drawings will result in non-payment of the appropriate bid item in the schedule of prices and may result in liquidated damages being assessed at the owner's discretion. 1.75.3D 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 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 1-12 Z:\Bothell\Data\REN\112-033\Specs\LbertyLS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station and all foreign damage or markings removed or repaired. Equipment shall be washed clean using appropriate methods. 1.79 Training and Documentation 1.79.2 Operation and Maintenance Manuals Prior to the receipt of payment for more than 90 percent of the work, the Contractor shall deliver to the Engineer (3 hard copy sets and 1 complete pdf on CD) of acceptable manufacturer's operating and maintenance instructions covering pumps, motors, 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 Engineer, 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 metal hinge. Capacity shall be 3" or 4" as appropriate for the quantity of O&M documentation. More than one binder may be required for large projects. Binders shall be equal to Avery models 87784, 98983, 98984, or 519702. 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. 1-13 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 General Liberty Lift Station 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, 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 shall also 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 manuals have been delivered and approved by the Engineer, at the discretion of the Owner. 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 construction 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. 1-14 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 1 - General Liberty Lift Station 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 2006 (ASCE 7-05 Chapter 13 — "Seismic Design Requirements for Nonstructural Components") code requirements. The following design values shall be used in calculating seismic forces: Fip = 1.5 S1 = 0.458 Sds = 0.899 Sd1 =0.471 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 operations and maintenance of the equipment and other components as shown on the plans. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified. Contractor shall submit calculations 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 Engineer 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 38 psi 100 psi Contractor shall size thrustblocks and install thrust restraint mechanisms to withstand the working and test pressure ratings for the sewer forcemains per the above. 1-15 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Division 2 Sitework 2.00 GENERAL. Sections in these specifications titled "Common Fork for Sitework."shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Sitework This division covers that work necessary for providing materials and performing all sitework as described in these specifications and as shown on the plans. Part 1 - General Submittals Submittal information shall be provided to the Owner for the following items: • Erosion and Sedimentation Control Plan • Erosion Control Fence Fabric • Straw Mulch • Erosion Control Fabric and/or Plastic Sheeting • De-watering Plan • General Fill • Structural Fill • Pipe Bedding • Trench Backfill • Crushed Surfacing Base Course • Crushed Surfacing Top Course • Asphalt Paving • Hydroseed • Fencing • Top Soil • Fertilizer Other Items listed in this section or required by the Engineer. 2.09 Special Inspections for Earth Work Part 3 — Execution Field Quality Control 2-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station Special inspections including visual, probing of subgrade and compaction effort (nuclear densometer) are required for the following locations: • Trench backfill crossing roads, site access 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 Engineer or 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 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 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 special inspection being needed. Utility Trench Testing Testing will occur at the following locations at a minimum: • One test within 30 feet of start. • One test every 200 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 Engineer for visual and probe review of earthwork activity. Contractor shall schedule with Engineer and special inspection agency for nuclear densometer testing. Results of the tests shall be delivered to the Owner and Engineer. If testing and review is required for roadway owned by others, copies of testing results shall also be provided to the owner of the roadway if different from the Owner. 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 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. 2-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2— Sitework Liberty Lift Station 2.10.4 Dewatering Part 1 - General Submittals The Contractor shall prepare a detailed dewatering system plan and submit it to the Engineer for review prior to the installation of any dewatering system. This plan shall include, as a minimum, the scope, type, size, quantity, method of installation, operation, and removal of all dewatering systems to be used. The contractor shall perform a.minimum of two (2) potholes to the deepest elevation of the excavation at each site to determine dewatering quantities. A submittal shall then be provided to the engineer for review to dewater areas necessary to complete the installation of the proposed improvements. Part 3 - Execution Installation/Construction The Contractor is to determine the scope, type, size, quantity, method of installation, operation, and removal of the dewatering system necessary to keep all excavations de- watered to an elevation below the base of the excavation sufficient to stabilize the soils in the excavation and the surrounding areas, and to prevent flotation of partially completed structures. Any dewatering systems must be positioned away from all structures and utility construction so as to not become a part of the permanent facility. The Contractor shall furnish, install, and operate all necessary machinery, appliances, and equipment to meet these water control requirements,. and shall dewater and dispose of the water so as not to cause injury to public or private property or to cause a nuisance to the public. The Contractor shall maintain sufficient pumping equipment and machinery in good working condition for all ordinary emergencies, including power outages, and shall have available at all times competent workmen for the operation of the pump equipment. The dewatering system shall not be shut down between shifts, on holidays or weekends, or during work stoppages. The Contractor shall discharge water collected in accordance with the requirements of state and local regulations and requirements of these specifications and plans. At no time shall silt laden water be discharted off site. Contractor may discharge filtered water into the Issaquah School District storm water pond. Filtered water shall be monitored by the Contractor and the Owner. Turbid water shall not be allowed into the storm water pond. Field Quality Control The quality of all surface and ground water discharged from the site shall meet all State and local requirements. The Contractor shall employ all means necessary to remove suspended solids, oils, trash, and other deleterious materials from surface and ground water prior to discharging. Restoration All dewatering wells installed by the Contractor shall be removed and .backfilled in accordance with applicable Federal and State regulations. 2-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 2.10.5 Construction Access Part 3 - Execution Installation/Construction The Contractor shall provide for all temporary site access and shall maintain vehicular site access at all times. The contractor shall coordinate with other contractors that are working onsite. Refer to Section 1.54 for Coordination with Other Contractors for more details. Repair/Restoration The Contractor is responsible for maintaining all construction accesses during construction and the cost of such maintenance shall be incidental to the bid price. Maintenance includes repairing settled and damaged areas and providing dust control. Cleaning Wherever construction vehicle access routes intersect paved roads, provisions must be made by the Contractor to minimize the transport of sediment onto the paved road. The Contractor shall remove all dirt, mud, rocks, vegetation, or other deleterious material from all construction equipment prior to leaving the site. This may include spray washing, sweeping, or other physical methods as necessary to remove materials. If sediment or other debris is transported onto a paved road surface, the road shall be cleaned thoroughly by the end of the work day. Debris shall be removed from roads by shoveling or sweeping. 2.11.1 Common Work for Earthwork Materials Part 1 - General Acceptance at Site Contractor shall be paid based on the percentage completed based on Owner or Engineer's judgment of percent complete. The Contractor shall excavate to building foundation, utility trench foundation elevation, tank sub grades and vault subgrades using their own judgment for soil and slope stability based on OSHA and WISHA standards. No additional payment for excavation or backfll will be made to the Contractor by the Owner except in instances of unknown utilities or unknown soil conditions deeper than 8 feet belowgrade. 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. 2-4 Z:\Bothell\Data\RF_N\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 2.11.2 General Fill Part 1 — General Summary All fill required for this project that is not specifically defined as another type shall be "General Fill". References Section 9-03.14(3) Common Borrow of the Standard Specifications. Part 2— Products Components General fill shall be soil free of organics, debris, and other deleterious materials with no individual particles having a maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. Part 3 — Execution Installation/Construction All general fill shall be compacted in uniform layers not exceeding 18 inches in loose thickness and compacted to at least 85 percent maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.3 Structural Fill Part 1 — General Summary All fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be "Structural Fill". 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 2-5 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station Components Structural fill shall be soil free of organics, debris, and other deleterious materials. The Engineer shall determine if native on-site materials are suitable for use as structural fill. Part 3 — Execution Installation/Construction The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 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 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. 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. 2-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. i Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 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 Engineer. 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 test procedure (modified proctor) from 0 to 3 feet below finished surface, 90 percent below 3 feet. If Owner or School District standards are more stringent, they shall be followed. 2.11.6 Gravel Backfill for Walls Part 1 — General Summary All fill placed behind the Keystone Standard Unit block retaining wall and precast structures shall be "Gravel Backfill for Walls". Gravel backfill for walls shall provide drainage behind the wall or structure. References Gravel backfill for walls shall conform to Section 9-03.12(2) of the Standard Specifications. Part 3 — Execution Place in lifts not to exceed 12-inches and compact to firm and unyielding condition taking care not to disturb or damage adjacent walls and structures. 2-7 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 2.11.7 Crushed Surfacing 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 Crushed Surfacing 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 Mirafi 140N. For geotextile fabric called out to drain behind a wall without the use of drain rock, it shall be equal to Mirafi G100W. For Embankment stabilization, if a geotexdle fabric,is called out, it shall be equal to Mirafi Miramat TM8. 2-8 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/20124:25 PM 0 2012 RH2 Engineering,Inc. Winter— Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station Other locations may require a specialized geotextile fabric and if so shall be identified on the plans. 2.12 Road Surfacing 2.12.1 Common Work for Road Surfacing 2.12.3 Hot Mix Asphalt (HMA) 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 HNIA to the thickness shown on the plans. Contractor shall follow all applicable City of Kenton Standard Plans for asphalt trench Match repair and overlay. 2.13 Vegetation Protection 2.13.1 Common Work for Vegetation Protection Warranty Trees which are protected within fencing that become damaged or die within one year of acceptance shall be repaired or replaced at the discretion of the Owner with trees of the same species and equal size. 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 hand digging. Do not cut main lateral roots or tap roots. Field Quality Control The Contractor shall notify the Engineer and Owner's Representative and Owner's Representative prior to cutting roots over 2 inches in diameter. Treat cut roots over 1-inch in diameter with asphaltic pruning paint. 2-9 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 2.20 EARTH MOVING 2.23 Excavation Part 1- General Summary The Contractor shall excavate as necessary to construct the improvements-shown. Part 2— Products Materials All excavated material can be re-used as backfill as long as it is properly protected from water saturation and is approved by the Owner. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously approved material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed off-site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Engineer. 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 Engineer. The base of the excavation shall extend laterally a minimum of 2 feet 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 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". 2-10 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RI-12 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 2.25 Erosion and Sedimentation Control 2.25.3 Temporary Erosion and Sedimentation Control Part 1 — General Quality Assurance The Temporary Erosion and Sedimentation Control (TESC) plans shown on the construction plans are the minimum requirements for the anticipated site conditions. The Contractor shall add additional TESC facilities or processes as necessary to ensure that 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. 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. The contractor shall take care and diligence to minimize erosion exposure and provide erosion and sedimentation control measures as r 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. 2-11 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty 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 173-201A-200), Construction Stormwater Permit requirements, City 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 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 and Engineer inspector prior to construction. Part 3 —Execution Installation/Construction The contractor shall provide a 6-feet tall temporary construction fence surrounding the construction site as deemed necessary by the Contractor. 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. p p p Clearing limit identification fencing shall not be considered a Temporary Construction Security Fence. The Contractor shall be responsible for site security. 2.31.3 Chainlink Fence Part 1- General Summary 2-12 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 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); 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. 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 and barbed 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 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 rail and brace to terminal posts. 2-13 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 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, i 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 tension of minimum 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 Chainlink fence finish shall be galvanized. r Part 3 - Execution Installers Installers shall have a minimum of 2 years 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 Chainlink Fence Framing Installation A. Install chain link fence in accordance with ASTM F567 and manufacturer's instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30° or more. C. Space line posts uniformly at 10-feet on center maximum and to avoid utilities by 2- feet minimum. 2-14 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 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. E. Check each .post for vertical and top alignment, and maintain in position during placement and finishing operations. F. 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. G. 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. H. Top rail: If shown on the plans, install lengths, 21-feet. Connect joints with sleeves for rigid connections for expansion/contraction. I. Brace Rails for fabric height 8-feet and over. Install brace rails between terminal posts and adjacent line posts with fittings and accessories. J. 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. 2.40 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. 2-15 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 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 a stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all plans and calculations, and all submittals must be approved by the Owner prior to starting work. Part 3 - Execution Installation/Construction Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall be accomplished in such a manner as to maintain the undisturbed state of soil below and adjacent to excavation. 2.60 CONTAMINATED & WASTE MATERIALS HANDLING 2.60.2 Waste Material Control Part 1 — General Quality Assurance Adhere to all requirements of federal, state, and local statutes and regulations dealing with pollution. Permit no public nuisances. Use only dump sites that are approved by the regulatory agency having jurisdiction, and present proof of approval upon request. The Contractor shall follow all requirements and guidelines of the Northwest Clean Air Agency (NWCAA) and other associated agencies. Part 3 — Execution Installation/Construction i 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. 2-16 - Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 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 miscellaneous unused material resulting from work and dispose of it in a manner satisfactory 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. 2.83.04 Modular Concrete Retaining Wall Part 1: General 1. Work shall consist of furnishing and construction of a Keystone Standard Unit Retaining Wall System or equal in accordance with these specifications and in i reasonably close conformity with the lines, grades, design, and dimensions shown on the plans. 2. Work includes preparing foundation soil, furnishing and installing leveling pad, unit drainage fill and backfill to the lines and grades shown on the construction drawings. Reference Documents 1. American Society for Testing and Materials (ASTM) a. ASTM C140 Sampling and Testing Concrete Masonry Units b. ASTM C1372 Specification for Dry-Cast Segmental Retaining Wall Units 2-17 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. i Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station i c. ASTM D422 Particle-Size Analysis of Soils d. ASTM D1557 Laboratory Compaction Characteristics of Soil -Modified Effort e. ASTM D4318 Liquid Limit, Plastic Limit and Plasticity Index of Soils f ASTM D4475 Horizontal Shear Strength of Pultruded Reinforced Plastic Rods g. ASTM D4476 Flexural Properties of Fiber Reinforced Pultruded Plastic Rods h. ASTM D6638 Connection Strength - Reinforcement/Segmental Units i. ASTM D6916 Shear Strength Between Segmental Concrete Units 2. National Concrete Masonry Association (NCMA) a. NCMA SRWU-1 Test Method for Determining Connection Strength of SRW b. NCMA SRWU-2 Test Method for Determining Shear Strength of SRW Submittals/Certification 1. Contractor shall submit a Manufacturer's certification, prior to start of work, that the retaining wall system components meet the requirements of this specification and the structure design. 2. Contractor shall submit a test report documenting strength of specific modular concrete unit. Quality Assurance 1. Contractor shall submit certification, prior to start of work, that the retaining wall system (modular concrete units): a. Has been successfully utilized on a minimum of five (5) similar projects, i.e., height, soil fill types, erection tolerances; etc.;and i. Contractor shall submit a list of five (5) previously constructed projects of similar size and magnitude by the wall installer where the specific retaining wall system has been constructed successfully. Contact names and telephone numbers shall be listed for each project. ii. Owner shall/may provide soil testing and quality assurance inspection during earthwork and wall construction operations. Contractor shall provide any quality control testing or inspection not provided by the Owner. Owner's quality assurance program does not relieve the contractor of responsibility for quality control and wall performance. i 2-18 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station Delivery, Storage and Handling 1. Contractor shall check all materials upon delivery to assure that the proper type, grade, color, and certification has been received. 2. Contractor shall protect all materials from damage due to jobsite conditions and in accordance with manufacturer's recommendations. Damaged materials shall not be incorporated into the work. Part 2: Products- Definitions 1 1. Modular Unit - a concrete retaining wall block made from Portland cement, water, and aggregates. j 2. Unit Drainage Fill - drainage aggregate, which is placed within and immediately behind the modular concrete units, equal to Gravel Backfill for Walls. 3. Reinforced Backfill - compacted soil, which is placed within the reinforced soil volume as outlined on the plans, equal to Structural Fill. Modular Concrete Retaining Wall Units 1. Modular concrete units shall conform to the following architectural requirements: a. Face color - concrete gray, unless otherwise specified. The Owner may specify standard manufacturers' color. b. Face finish - sculptured rock face in angular tri-planer configuration. Other face finishes will not be allowed without written approval of Owner. c. Bond configuration - running with bonds nominally located at midpoint vertically adjacent units,in both straight and curved alignments. d. Exposed surfaces of units shall be free of chips, cracks or other imperfections when viewed from a distance of 10 feet under diffused lighting. i. Modular concrete materials shall conform to the requirements of ASTM C1372 - Standard Specifications for Segmental Retaining Wall Units. ii. Modular concrete units shall conform to the following structural and geometric requirements measured in accordance with ASTM C140 Sampling and Testing Concrete Masonry Units: 2. Compressive strength: >: 3000 psi (21 MPa); 3. Absorption: 8 % (6%in northern states) for standard weight aggregates; 4. Dimensional tolerances: ± 1/8" (3 mm) from nominal unit dimensions not including rough split face, ±1/16" (1.5 mm) unit height - top and bottom planes; 5. Unit size: 8" (203 mm) (F� x 18" (457 mm)(W) x 18" (457 mm)(D) minimum; 6. Unit weight: 100 lbs/unit (45 kg) minimum for standard weight aggregates. 2-19 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. f Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station i 7. Modular concrete units shall conform to the following performance testing: 8. Inter -unit shear strength in accordance with ASTM D6916 (NCMA SRWU-2): 1500 plf(21 kN/m) minimum at 2 psi (13 MPa) normal pressure; 9. Modular concrete units shall conform to the following constructability requirements: a. Vertical setback: 1/8" (3 mm) ± per course (near vertical) or 1" (25 mm) + per course per the design; b. Alignment and grid positioning mechanism - fiberglass pins, two per unit minimum; c. Maximum horizontal gap between erected units shall be <_ 1/2 inch (13 mm). Shear Connectors 1. Shear connectors shall be 1/2-inch (12 mm) diameter thermoset isopthalic polyester resin-pultruded fiberglass reinforcement rods or equivalent to provide connection between vertically and horizontally adjacent units with the following requirements: 2. Flexural Strength in accordance with ASTM D4476: 128,000 psi (882 MPa) minimum; 3. Short Beam Shear in accordance with ASTM D4475: 6,400 psi (44 MPa) minimum. Base Leveling Pad Material 1. Material shall consist of a compacted crushed surfacing base course. Part 3: Execution Excavation 1. Contractor shall excavate to the lines and grades shown on the construction drawings. Owner's representative shall inspect the excavation and approve prior to placement of leveling material or fill soils. Proof roll foundation area as directed to < determine if remedial work is required. 2. Over-excavation and replacement of unsuitable foundation soils and replacement with approved compacted fill will be compensated as agreed upon with the Owner. Base Leveling Pad 1. Leveling pad material shall be placed to the lines and grades shown on the construction drawings, to a minimum thickness of 6 inches and extend laterally a minimum of 6 inches in front and behind the modular wall unit. 2. Soil leveling pad materials shall be compacted to firm and unyielding condition. 3. Leveling pad shall be prepared to insure full contact .to the base surface of the concrete units. Modular Unit Installation 1. First course of units shall be placed on the leveling pad at the appropriate line and grade. Alignment and level shall be checked in all directions and insure that all units are in full contact with the base and properly seated. 2-20 Z:\BotheH\Data\REN\112-033\Specs\LibertyLS Tech Specs-Fina].doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Winter— Summer 2012 City of Renton Division 2—Sitework Liberty Lift Station 2. Place the front of units side-by-side. Do not leave gaps between adjacent units. Layout of corners and curves shall be in accordance with manufacturer's recommendations. 3. Install shear/connecting devices per manufacturer's recommendations. 4. Place and compact drainage fill within and behind wall units. Place and compact backfill soil behind drainage fill. Follow wall erection and drainage fill closely with structure backfill. 5. Maximum stacked vertical height of wall units, prior to unit drainage fill and backfill placement and compaction, shall not exceed two courses. Cap Installation 1. Cap units shall be glued to underlying units with an all-weather adhesive recommended by the manufacturer. As-built Construction Tolerances 1. Vertical alignment: ± 1.5" (40 mm) over any 10' (3 m) distance. 2. Wall Batter: within 2 degrees of design batter. 3. Horizontal alignment: ± 1.5" (40 mm) over any 10' (3 m) distance. 4. Corners, bends & curves: ± 1 ft (300 mm) to theoretical location. 5. Maximum horizontal gap between erected units shall be <_ 1/2 inch (13 mm). Field Quality Control 1. Quality Assurance - The Owner shall/may engage inspection and testing services, including independent laboratories, to provide quality assurance and testing services during construction. This does not relieve the Contractor from securing the necessary construction control testing. 2. Quality assurance shall also include observation of construction for general compliance with design drawings and project specifications. Quality assurance is best performed by the site geotechnical engineer. 3. Quality control testing shall include soil and backfill testing to verify soil types and compaction and verification that the retaining wall is being constructed in accordance with the design plans and project specifications. 2-21 Z:\Bothell\Data\REN\112-033\Specs\Liberry LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. __ r - Division 3 Concrete 3.00 GENERAL Sections in these specifications titled "Common Work for Concrete" 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 ;ubmittals Fly Ash—ASTM C-618 Submittal information shall be provided to the Owner for the following items: • Concrete mix design including aggregate gradation and substantiating strength data. • Admixture Data • Special placement procedures for hot or cold weather • Rebar placement shop drawings • Precast concrete items • Water stop and swell stop—Include sample joint if joints are to be field welded. • 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 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 3—Concrete Liberty 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. Water used in concrete shall be potable. Fly ash may be substituted for up to 15% of the required cement. 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 inspection requirements. Inspection Concrete placement shall be inspected by the Special Inspector as required by Chapter 17 of the IBC. Provide 24-hour notice to Building Official prior to needing the required inspections. 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. 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. 3-2 Z:\Bothcfl\Data\REN\112-033\Specs\LibertyLS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station 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. 3.15.4 Embedded Items Part 3 - Execution Preparation Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. Installation/Construction Position embedded items accurately, and support against displacement or movement during placement. 3.15.5 Pipe Penetrations through Concrete Part 1 - General 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 Kor-N-Seal system (or approved equal) for cored penetrations. Provide Omnisleeve Sigmaflange system for cast-in-place penetration. See mechanical plans for details. 3-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station Part 3 - Execution Installation Install per manufacturers instruction for both the Kor-N-Seal and the Omnisleeve systems. 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 Tie wire - 16 gauge minimum Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. 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. 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. 3-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station 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 and Gutter, & Sidewalks Part 1 - General Summary All concrete for non structural applications including thrust blocks, driveways, and sidewalks. 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 3-5 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station 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: Foundation (exterior) - Ordinary Wall Foundation (interior) - Ordinary Wall Interior Floors - Floated Exterior Slabs—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. 3.35.3 Ordinary Wall Finish Part 2 Products Materials Ordinary Wall Finish requires the use of like-new forms and linings that will produce a uniform surface. Part 3 - Execution Construction After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fill all air holes greater than '/4-inch with 1:2 mortar floated to an even, uniform finish. 3.35.5 Floated Finish Part 3 - Execution Construction 3-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division. 3—Concrete Liberty Lift Station 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 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 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. 3-7 Z:\Bothell\Data\RI3N\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station Pre-cast concrete manholes shall conform to ASTM C-478. The rubber gasket joint shall conform to ASTM C-443. 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. I 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. 3.60 GROUTING 3.62 Non-Shrink Grout Part 1 - General Summary Use Precision Non-Shrink Grout for grouting all equipment base plates, pipe supports, and base plates for metalwork. Precision Non-Shrink grout may also be used for all other non- shrink grouting operations. General Purpose Non-Shrink grout may be used for any applications other than those noted for Precision Non-shrink Grout. Non-shrink grout shall be used to seal all new pipe and conduit penetrations (watertight) into and out of all concrete and CMU block walled structures. Storage and Handling Stockpile grout to prevent contamination from foreign materials and store admixtures to prevent contamination or damage from excess temperature change Part 2 -Products Materials Precision Non-Shrink Grout: Provide a high-precision, fluid, non-shrink, quartz or non-catalyzed metallic aggregate grouting material. Provide a ready-to-use grout that hardens free from bleeding, settlement, or drying shrinkage when mixed, placed and cured at any consistency — fluid, flowable, plastic or damp-pack. Provide precision, non-shrink natural aggregate. grout that when cured produces the following properties: a. Compressive Strength at fluid consistency (ASTM C 109-90-Modified): 3500 psi (24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days. b. Passes ASTM C 1107 as a grade B grout when tested as temperature minimum and maximums of 45° 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. 3-8 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Winter—Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station 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%. 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 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. 3-9 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RI-12 Engineering,Inc. Summer 2012 City of Renton Division 3—Concrete Liberty Lift Station Comply with grout manufacturer's recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45° 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. 3-10 I Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Division 4 Masonry Not Used This Project. See plans and Division 2 for block retaining wall requirements. t 4-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. I I I i i �� i i I I �i 'I I I II it r i i Division 5 Fabricated Metalwork and Structural Plastics 5.00 GENERAL This division covers that work necessary for furnishing and installing all fabricated t metalwork as described in these specifications and as shown on the plans. Sections in these specifications titled "Common Work for Fabricated Metalwork and Structural Plastics 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 Galv iron and nonferrous; 9.91.23.4 Overhead decking; 9.91.33 Submerged metals. For Seismic Restraint see Division 1.81 Submittals • Shop Drawings showing details of Fabricated Metalwork including connections and welding • FRP Data Sheets verifying specification requirements • Concrete Anchors • Calculations and plans stamped by a professional engineer licensed in the State of Washington for all Contractor- 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 to perform shop fabrication without special inspection. Submit certificate of compliance to the Owner at the completion of fabrication. Owner will forward this to the Building Official. If fabricator is not registered and approved, or the certificate of compliance is not received, the Contractor shall reimburse the Owner for all Special Inspections required by the IBC on shop fabricated items. The Contractor shall also reimburse the Owner for all Special 5-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 r_i g Gering,Inc. Summer 2012 City of Renton Division 5 - Metals Liberty Lift Station 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 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. 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 2006 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 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. Finishes All steel fabrications shall be surface prepped, shop primed and field coated in accordance with Division 9. Shop priming shall be protected as required to prevent damage to the coating during shipping. Hold back shop priming from areas to be field welded. Part 3 - Execution Preparation 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. Installation Fabrications shall be installed as shown on the approved shop drawings. All members shall be accurately located and erected plumb and level. I 5-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Sum' ummer 2012 City of Renton Division 5—Metals Liberty Lift Station 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 process rooms 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. For mechanical pipe (non structural) connections, see Division 15, "Common Work for Pipe and Fittings". Part 3 - Execution Installation All materials to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. 5.05.24 Concrete Anchors Part 2 - Products Materials Concrete Anchors shall be Hilti HIT-RE 500-SD Adhesive Anchors. Threaded rod shall be SST in exterior and wet conditions. Part 3 - Execution Installation 5-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 5 -Metals Liberty Lift Station 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 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. 5.10 STRUCTURAL FRAMING , 5.12 Structural Steel Part 2 - Products Materials 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 Finishes Finish -Mill finish 5.13 Stainless Steel Part 2 - Products Materials 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 A240 (larger than 6" diameter);ASTM A312 (6" diameter and smaller) Finishes 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. 5.14 Aluminum Part 2 - Products Materials 5-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. rSummer 2012 City of Renton Division 5—Metals Liberty Lift Station Plates -ASTM B209,Type 6061-T6 Extruded Shapes -ASTM B308,Type 6061-T6 Pipe -ASTM B210 Type 6061 Architectural Applications -ASTM B210,Type 6063 Finishes Aluminum materials in contact with concrete or other metals or other masonry materials shall have surfaces coated per Division 9. 5.15 Galvanized Steel Part 2 - Products Materials Base metal shall be as specified for Mild Steel. Hot-dip galvanized after fabrication in accordance with ASTM A 924/A 924M. Finishes For pieces that will NOT be painted, galvanize with zinc coating in accordance with ASTM A 653/A 653M For pieces that WILL be painted, galvanneal with zinc/10% iron coating in accordance with ASTM A 653/A 653M 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. 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 aluminum as indicated on the plans. 5-5 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 5 - Metals Liberty Lift Station Fabrication Ladders shall be shop assembled, pre-drilled and prepared for field attachment of standoff clips, or as otherwise shown. 5.60.2 Portable Ladder Part 1 - General Design Requirements The ladder shall be capable of supporting a concentrated vertical load of 300 pounds applied at the mid-span of the rung (type IA Duty rated). Length of portable ladder shall be 24 feet. Material of construction shall be fiberglass. Rungs shall be slip resistant D-rungs End caps shall be mar-resistant end caps. Portable ladder shall be ANSI certified Part 2 - Products Portable ladder shall be equal to Werner model number D6224-2 or approved equal. Part 3 - Execution Deliver ladder to project site during testing and startup. 5-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. I Division 6 Carpentry Not used this contract. I 6-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Division 7 Thermal and Moisture Protection 7.00 GENERAL This division covers furnishing all labor, materials, and equipment for providing a structure which is completely weather-tight. Sections in these specifications titled "Common Work for Thermal and Moisture Protection" 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 7.10 DAMPPROOFING AND WATERPROOFING 7.90 JOINT PROTECTION 7.92 Caulk 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. 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 manufacturer's 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. 7-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 7—Thermal and Moisture Protection Liberty Lift Station _ Clean all adjoining surfaces of excess sealant, smears, or marking due to application and leave joints with neat, uniformly-filled surfaces. 7-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Division 8 Openings 8.00 GENERAL. Sections in these specifications titled "Common Work for Openings" 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 hatches. Submittals Submittal information shall be provided to the Owner for the following items: • Hatches • Hardware • Locks • Keys 8.06 Schedule See the plans for schedule of hatches and hardware. 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. 8-1 Z:\Bothell\Data\REN\112-033\Specs\liberty M Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 8 - Openings Liberty Lift Station Submittals Provide manufacturer's statement of load rating. 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 LW Hatch. 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. Any drainage provision provided by the hatch shall be routed to the vault or building sump or drain system unless shown otherwise on the plans. Channel frame shall have a full anchor flange around the perimeter and shall allow for proper water drainage. Compression spring operator lift system enclosed in telescopic tubes 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. All access hatches and lids covering server wet wells shall be gas and odor-tight with a continuous EPDM gasket affixed to the frame to form an odor-resistant barrier around the entire perimeter of the coves. The door frame shall incorporate a 718" Neoprene bumper, a continuous EPDM debris gasket, and a continuous EPDM odorresistant gasket,for a triple-seal ystem. 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. Aluminium Hatch Cover with Safety Grate for Wet Well The hatch cover shall include a latching device and a nut rail (for mounting the upper guide bar rail brackets and cable hangers). All fasteners shall be stainless steel. i Each hatch cover shall incorporate a safe hatch type device as manufactured by LW Hatch. The "Safe Hatch" grate shall be designed to combine covering of the hole per OSHA standard 1910.23 and shall include fall through protection and controlled confined space entry. The safety grate shall be made of 6061-T6 aluminum with a minimum ultimate strength of 38,000 p.s.i. and a yield strength of 35,000 p.s.i., as per A.S.T.M. B221. Grate design shall use safety factors as defined in the "Specifications for Aluminum Structures," by the Aluminum Assoc., Inc. 5`i' addition,December 1986 for"Bridge Type Structures." The aluminum grating shall be designed to withstand a minimum Eve of 300 pounds per square foot. Deflection shall not exceed 1/150``' of the span. The aluminum grate openings shall be 5-inches by 5-inches. Which will allow for visual inspection of the pit 8-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 8 - Openings Liberty Lift Station .and level-monitoring device, once the access hatch is open. The aluminum grate shall be provided with a permanent hinging system that will lock the grate in a 90-degree position once opened. Design of the system shall be such that the fall through protection is in place after the door has been closed in order to protect the next operator. The grate shall have an opening arm, with a red vinyl grip handle, which will allow.opening of the grate, while providing the grate as a barrier between the operator and the pit. The opening arm shall also be equipped with a controlled confined space entry-locking device. Welding shall be in accordance with ANSI/AWS D1.2-90 Structural Welding Code for Aluminum. I i 8-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 R142 Engineering,Inc. i I 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 Vork for Finishes" shall apply to all following subsections whether directly referenced or not. 9.05 Common Work for Finishes Part 1 — General 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 Safety Data Sheets for all materials to be used including solvents. Submit this information in accordance with the requirements regarding shop drawings included herein. Provide owner with schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon contractor-provided schedule, update schedule weekly or as necessary. Substitutions of the coatings of other manufacturers shall be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test reports to prove compliance with specified performance criteria. Performance Requirements 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 at the contractor's expense. Quality Assurance The Contractor shall be responsible for compatibility of all 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. 9-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station 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 Provide one unbroken gallon container of each type and color of paint and each type of solvent and thinner used. .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. 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 occur, the contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Part 2 — Products Manufacturers The paint and paint products of Tnemec, Chemprobe, Sherwin Williams and ICI Devoe and Xypex, mentioned in these specifications, are intended as a standard of quality. Substitutions may be considered but must be approved by Engineer, see above under Submittals. Part 3 — Execution Installers 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 portion of the work. Submit list of a minimum of 5 completed projects of similar size and complexity to this project during the submittal process. Include for each project: • Project name and location. • Name of owner. • Name of contractor. • Name of engineer. 9-2 Z:\Bothell\Data\RF_N\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station • Name of coating manufacturer. • Approximate area of coatings applied. • Date of completion. Examination The owner shall inspect and approve all surface preparations prior to application of any coating. Provide 24-hour notice prior to surface inspection needs. Preparation Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications, whichever are stricter. In general all surface preparation shall meet Structural Steel Painting Council (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Pipe Fitters (NAPF), American Water Works Association (AWWA) and/or the National Association of Corrosion Engineers (NACE) as noted herein unless more strictly described by coating manufacturer. Coatings shall only be applied during weather meeting the recommendations of the coating manufacturer. Air and surface temperatures, himidity and all other environmental conditions shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application f and while coating is drying. Materials shall be mixed, thinned and applied according to the manufacturer's printed instructions. Dry Film Thickness (DFT) shall be as stated here in or applied based on coverage rates of square feet per gallon (sq ft/gal). Installation/Construction Paint application shall be in strict accordance with manufacturer's printed instructions except that coating thickness specified herein shall govern. Finished coating on all items shall be clean, undamaged and of uniform thickness and color. Coating shall be done in a manner satisfactory to the Owner. The dry film thickness listed in the "Materials" section of this Division must be met, regardless of the applied film thickness or number of coats. Carefully observe all safety precautions stated in the manufacturer's printed instructions. Provide adequate ventilation and lighting at all times. Field Quality Control Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that does not contain runs, drips, surface, irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall appearance of the finished project. Repair/Restoration 9-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station The contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Scratched, chipped or otherwise damaged coatings, including factory coatings, shall be repaired before final acceptance will be given. 9.06 Color Schedule Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. The Owner will develop a color schedule for painted items after award of the contract. Contractor shall provide a pallet of colors from the manufacturer of not less than 15 color choices. 9.90 PAINTING AND COATING 9.90.2 Unpainted Items Part 3 — Execution Construction: Do not coat aluminum or stainless steel items unless specifically directed otherwise below or as shown on the plans. 9.91 Painting 9.91.13 Exterior Painting 9.91.13.1 Metals Exterior (Wet Conditions) Part 2 — Products Materials Tnemec Primer: Series 1 Omnithane Prime 2.5 to 3.5 Mil DFT Finish: Series 73 EnduraShield 3 to 5 mils DFT OR: Sherwin Williams Primer: Corothane 1 Mio-Zinc Primer 2.5 to 3.5 Mil DFT Finish: Acrolon 218HS B65-650 Series 3 to 5 Mil DFT OR: ICI Devoe Coatin S Primer Fast Set Option: Devran 261 QC Epoxy 4 to 6 Mil DFT 9-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station Cold Cure Option: BarRust 235 Epoxy Summer Option: BarRust 231 E ox Mastic Finish Fast Set Option: DevThane 349QC Aliphatic Polyurethane 2 to 3 Mil DFT Commercial Option: DevThane 389 Aliphatic Polyurethane Premium Gloss Option: DevThane 379 UVA Aliphatic Polyurethane Premium SemiGloss Gloss Option: DevThane 378 UVA Aliphatic Polyurethane. 9.91.13 Exterior Painting Part 3 — Execution Preparation SSPC SP1 followed by SP6 Commercial Blast. Surface profile shall be 2.0 mils, minimum 9.91.33 Submerged Piping 9.91.33.3 Metals Submerged In Wastewater — Non NSF Part 2 — Products Materials Tnemec Primer Series Omnithane 2.5 to 3.5 Mil DFT Intermediate Series 446 PermaShield MCU 1222 Gray 8 to 10 Mil DFT Finish Series 446 PermaShield MCU 1222 Gray 8 to 10 Mil DFT OR: Sherwin Williams Primer Copoxy Primer 4 to 6 Mil DFT Intermediate Dura-Plate 235 6 to 8 Mil DFT Finish Dura-Plate 235 6 to 8 Mil DFT OR: ICI Devoe Coatings Primer BarRust 236 Multipurpose High Solids Low Temperature 4 to 5 Mil DFT Curing Epoxy Lining Intermediate BarRust 236 Multipurpose High Solids Low Temperature 4 to 5 Mil DFT Curing Epoxy Lining Finish BarRust 236 Multipurpose High Solids Low Temperature 4 to 5 Mil DFT Curing Epoxy Lining 9-5 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2.012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station Part 3— Execution Preparation Surface preparation: SSPC SP1 followed by SP10 Near White Blast. Surface profile shall be 2.0 mils, minimum. 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). Surface Profile shall be 2.0 mils, minimum. 9.91.23.5 Exterior of Exposed Ductile Iron Pipe Part 1 — General Quality Assurance It is strongly recommended that any ductile iron pipe to have a special exterior coating should be purchased factory primed without the standard asphalt coating. Field removal of asphalt coatings is extremely difficult and overly aggressive preparation can create a damaged surface unsuitable for coating. Part 2 — Products Materials Tnemec Primer Series 1 Omnithane Prime 2.5 to 3.5 Mil DFT Intermediate Series N69 E oxoline II 6 to 8 Mil DFT Finish Series N69 E oxoline II 6 to 8 Mil DFT OR: Sherwin Williams Primer Corothane 1 Mio-Zinc Primer 2.5 to 3.5 Mil DFT Intermediate Macropoxy 646FC B58-600 Series 6 to 8 Mil DFT Finish Macropoxy 646FC B58-600 Series 6 to 8 Mil DFT OR: ICI Devoe Coatings Primer Fast Set Option: Devran 261 QC Epoxy 4 to 6 Mil Cold Cure Option: BarRust 235 Epoxy DFT Summer Option: BarRust 231 Epoxy Mastic Intermediate Fast Set Option: Devran 261 QC Epoxy 4 to 6 Mil Cold Cure Option: BarRust 235 E ox DFT 9-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station Summer Op tion: BarRust 231 Epoxy Mastic Finish Fast Set Option: DevThane 349QC Aliphatic Polyurethane 2 to 3 Mil Commercial Option: DevThane 389 Aliphatic Polyurethane DFT Premium Gloss Option: DevThane 379 UVA Aliphatic Polyurethane Premium SemiGloss Gloss Option: DevThane 378 UVA ` Aliphatic Polyurethane Interior face of piping: DI—use factory cement mortor lining. Part 3 — Execution Preparation Surface preparation: All oils, grease and other contaminants shall be removed using solvent cleaning prior to abrasive blasting or power,tool cleaning: Blemishes or staining on the prepared surface are acceptable if such items cannot be removed by light scraping with a knife. SP10 blue-gray with surface profile of 2.0 mils, minimum. Do not burnish the surface. Clean all surfaces of dust and loose residue immediately prior to coating. Construction Do not coat shop epoxied meters or control valves unless noted otherwise on the plans or herein. Do not coat small diameter pilotry piping such as galvanized iron, copper or brass pipe and fittings in the vault unless noted otherwise on the plans or herein. 9.91.33.8 Pump Impellors (Submerged, Waste Water) See Division 11 for requirements 9.97 Special Coatings 9.97.23 Concrete and Masonry 9.97.23.1 Concrete Wet Well Interior Part 1 — General Application Apply the Raven Lining Coating System in the first 5 feet of the wetwell bottom. Surfaces above 5 feet from the bottom will be coated with Wasser coating system per City of Renton manhole standard details. Part 2 — Products Materials Raven Lining System 9-7 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 Specialties Liberty Lift Station Primer A uataPox A-10 2-5 mils Protective Coating Raven 405 Ultra high build 60-100 mils epoxy Part 3 — Execution 1. Preparation of Concrete a Verify state of cured concrete. No concrete surface shall be coated without a minimum 28-day cure. This applies to patched areas, new pour areas, or newly formed walls and containment dikes. b.Roughen concrete surface for improved adhesion. Concrete shall be abraded by an approved method such as steel shot blast, high pressure water blast, water jetting with abrasive injection, or similar to achieve a 4mi1 profile. Profile tape is to be used to ensure adequate profile over the entire substrate. c 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. d Repair substrate defects. After the concrete is clean and dried, all surface irregularities are to be repaired with an approved patching material. 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 a suitable material. e Verify cure of patching products. All materials used shall be allowed to cure the minimum allowed time as stated by the manufacturer. Any concrete or mortar patch shall be allowed a 28-day cure before proceeding with coating application. 2. Application Procedures of Primer and Coating a Application procedures shall conform to the recommendations of the coating manufacturer, including material handling, mixing, environmental controls during application, safety, and spray equipment. b 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. c 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. 9.97.23.6 Concrete Vault Interior Do not coat interior walls or floor unless noted otherwise on the plans or stated herein. 9-8 Z:\BotheB\Data\REN\1 ibcMT tS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station 9.97.23.7 Concrete Wetwell and Vault Exterior — Bottom and Walls Part 2— Products Materials Tnemec One coat Series 46H-413 Hi-Build Tnemec-Tar 16 to 20 Mil DFT OR: Sherwin Williams One coat Hi-Mil Sher-Tar Epoxy 16 to 20 Mil DFT OR: ICI Devoe Coatings 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. 9.97.23.13 Concrete Exterior Surface Sealer (Equipment Pads, Wetwell and Vault Tops) Part 2 — Products Materials Tnemec Chemprobe 100 square feet/gallon (coverage based on smooth precast concrete). See Dur A Pell 40 product data sheet for coverage on other concrete surfaces. OR: Sherwin Williams Loxon 40% Silane 125 -175 square feet/gallon (coverage based on smooth precast Water Repellant concrete). See product data sheet for coverage on other concrete surfaces. OR: ICI Devoe Coatings RainGuard 60-125 square feet/gallon (coverage based on smooth precast concrete). Blok-Lok 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 9-9 ZA13c,theH\Data\RPN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station surface to remove purged matter and allow it to dry a minimum of 24 hours. Repeat process to apply 2 coats. Construction Apply concrete sealer to the following locations: landings, vault and wetwell concrete tops and all proposed exterior concrete surfaces. r 9-10 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 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 Work 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 • Danger Signs 10.06 Electrical Equipment Pre-manufactured Shelter (Additive Bid Alternate 1 and Bid Alternate 2) Part 1 - General Submittals The shop drawings and structural calculations shall be prepared by a professional engineer licensed in Washington State. Part 2 - Products Material • Shelter shall be equal to Natural Structures Sentinel Mountain Series Shelter Model No. 98-102 or Engineer approved equal. • Posts are 6-inch by 4-inch by 1116-inch tubular steel with 3/8 inch thick mount plates at the top end. • Roof beams shall be 6-inch b 8.2# structural steel channels. Ends of tubing shall Y g be sealed with'/8 inch end caps. • Roofing shall be standing seam, color shall be Parchment 406. Installation of i standing seam is to conform to the manufacturer's specifications (Custom built CB- 150 16 inches wide). • 2 by 6 nominal tongue and groove, select grade roof decking, attached mechanically to the beams with flathead #12 tek screws which are self-drilling and self-tapping. 10-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 . City of Renton Division 10 - Specialties Liberty Lift Station • All steel framing shall be hot dip galvanized. • The shelter shall have a clear coat sealant over wood exterior. Part 3 — Execution Shelter shall be designed for a 30 psf snow load and 90 mph wind load. Shelter roof outline dimensions shall be as shown on the Contract Plans. The gable ends have rake trim and the roof pitch is 3/' Shelter shall be mounted on concrete pad as detailed on the Contract Plans. Manufacturer to determine the size of the anchor bolts for mounting the shelter to the concrete pad. 10.10 INFORMATION SPECIALTIES 10.14. Signs and Labels 10.14.1 Common Work for Signs and Labels Part 2- Products Materials Unless otherwise specified, text shall be white on a background color shown below. Purpose Plate Color I General Black Warning Red Electrical Black Potable Water Blue Waste Water Green Part 3- Execution Installation Provide and mount, as directed, equipment si s for the following: Purpose Location Text Electrical panels and See Plans See Plans disconnects Pumps Wetwell 1,2 Check Valves Valve Vault 1, 2 Electrical Panels and See Plans See Plans Disconnects Electrical Panel Switches See Plans Yard Light, Panel Li ht 10-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station 10.14.2 Equipment Signs Part 2- Products i 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 2- Products Materials Danger signs shall be either fabricated from Cellulose Acetate Butyrate backed with 20 gauge galvanized steel plate or indoor/outdoor fiberglass reinforced plastic with embedded graphics. Danger signs dimensions shall be 14 inches by 20 inches and shall meet OSHA and WISHA specifications for accident prevention signs. Part 3- Execution Installation Mount signs securely in locations shown on the Plans. 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, 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. 10-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 10 - Specialties Liberty Lift Station 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 4 inch high, temperature and corrosion resistant metal or vinyl number for each pump and check valve. Part 3- Execution Installation Number shall face the motor control center and be attached-to the hatch frame in alignment with the pump or valve. The numbers shall be placed so as not to be obscured from other equipment. Confirm with Engineer the proper location for the number for each pump and valve. -a I 10-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 2012 RH2 Engineering,Inc. Division 11 Equipment 11.00 GENERAL This division covers that work necessary for providing and installing all equipment as described in these specifications and as shown on the plans. Sections in these specifications titled "Common 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 • 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 • 9.91.33.3 Metals Submerged in Wastewater Non NSF • 10.14.9 Pump signs t • 11.19 Pump Anchor Bolts r • 11.20.1 Common Work for Pump Motors References • HI - Hydraulic Institute. 11-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-FinaLdoc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 11 -Equipment Liberty.Lift Station • ASTM-American Society for Testing and Materials. • 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. 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. r 4 • 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). Provide (up/down) thrust forces versus pump output (GPM) for each operating point specified. All losses from the drive shaft, seal, coupling and other mechanical losses shall be included in the pump efficiency data presented. Catalog curves may be submitted for preliminary approval and ordering. • .Complete list of all pump system components and accessories to be provided. All pump � system components are to come from the pump manufacturer. • Calculations showing compliance with bearing life and shaft deflection. • Certification from the Contractor that if pump motor hp is different than design that all electrical and emergency power components shall be sized to accommodate Contractor initiated changes at no cost to the Owner. 1 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. 11-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. T Summer 2012 City of Renton Division 11 - Equipment Liberty Lift Station Quality Assurance The pump manufacturer shall accept unit responsibility for the motor/pump assembly. Ensure that pumps selected are locally serviceable and replacement parts are readily. available. Delivery, Storage and Handling Pumps shall be delivered, stored, and handled in accordance with manufacturer recommendations. Warranty All pumping equipment described in this section and provided under this contract shall be warranted against defects in materials and workmanship for a period of two years after date of original operation. "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. See individual specifications for other spare part requirements. Part 2 - Products Manufacturers Flygt is the only manufacturer approved on this project. Components All pump system components are to come from the pump manufacturer and shall include: • Motor • Shaft assembly Impeller assembly • Volute assembly 1 • Discharge head or pump casing • Couplings 11-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 11 -Equipment Liberty Lift Station Power cable • All other necessary appurtenances for complete unit assembly • Removal mechanisms • Basins where applicable 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 • Date of Manufacture Source Quality Control Field Pump Performance Testing Pump manufacturer shall have a representative that will oversee the pump vibration and performance during testing and startup. j 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. Misalignment may not be compensated for use of flexible couplings. 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 11-4 Z:\Bothell\Data\RCN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 11 -Equipment Liberty Lift Station 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 per specification requirements. The field test shall be performed generally in accordance with AWWA E101, and to the accuracy obtainable with the testing equipment installed as a part of the piping and instrumentation. 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 i • 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 1 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 maximum completed unit vibration amplitude. i 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 in/sec 11-50 0.27 I 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. 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. i 11-5 'I Z:\Bothell\Data\RrN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 11 -Equipment Liberty Lift Station 11.12 Wastewater Pumps 11.12.2 Submersible Sewage Pump 11.12.2-A Liberty 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. 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 Pump No. 1 Pump No. 2 Design Head (TDH) (Feet) 87.5 87.5 , .. M Design Flow (gpm) 390 390 Minimum Shutoff Head (feet) 120 120 y;. Flygt Model Number/Impeller No. NP-3153 HT 3— 463 NP-3153 HT 3— 463 Maximum Motor Horse Power` 20; - -. � 20,11 Pump Design The pump(s) shall be automatically and firmly connected to the discharge connection, guided by no less than two guide bars extending from the top of the station to the discharge connection. There shall be no need for personnel to enter the wet well. A _ machined metal to 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. I 1 11-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 11 -Equipment Liberty Lift Station 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 pumpage, 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. Pump Impeller The impeller(s) shall be high chrome, 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. Mechanical Seal Each pump shall be provided with a tandem mechanical shaft seals stem 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 nor depend on direction of rotation for sealing. The position of both mechanical seals shall depend on the shaft. Mounting of the lower mechanical seal on the impeller hub will not be acceptable. Each pump shall be provided with a lubricant chamber for the shaft sealing system. The lubricant chamber shall be designed to prevent overfilling and to provide lubricant expansion capacity. The drain and inspection plugs, with positive anti-leak seals, shall be easily accessible from the outside. The seal system shall not rely upon the pumped media 11-7 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 Ci ty of Renton Division 11 - Equipment Liberty Lift Station Upon completion of the pump installation, the manufacturer shall provide written certification that the equipment is fully warranted as installed. 11.12.3 Sump Pump _ Part 2 Products Manufacturers Sump pump: equal to Hydromatic V-A1 h 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. b �J F �y 11-10 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM j ©2012 RH2 Engineering,Inc. 1 Division 12 Furnishings Not Used This Project i � I 1 12-1 Z:\Bothell\Data\REN\112-033\Specs\Libert3,LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012.RH2 Engineering,Inc. Division 13 Special Construction i Not Used This Project ti , r I f �. 13-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. i I I Division 14 Conveying Systems See Division 11 for pump conveyance/access/lift systems. 14-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. I i Division 15 Mechanical 15.00 GENERAL This division covers that work necessary for furnishing and installing mechanical appurtenances and accessories as described in these specifications and as shown on the Plans. Sections in these specifications titled "Common Irlork for Mechanical' shall apply to all following subsections whether directly referenced or not. 15.05 Common Work for Mechanical Part 1 - General Summary Provide piping, plumbing, fittings and appurtenances necessary 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 proper piping system installation and operation may not have been shown. Provide fittings, pipe and appurtenances necessary, whether shown or not shown on the Plans,to complete all piping systems, tested and ready for operation. Note that some pipe supports, thrust blocking, and tie rods may not be 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 10.14.3 Pipe Markers; 1.82 Pressure Ratings Submittals Submittal information shall be provided to the Owner for the following items: • Ductile Iron Pipe • Ductile Iron Fittings • Copper Pipe and Fittings • PVC Pipe and Fittings • Isolation Valves • Eccentric Plug Valves • Swing Check Valves t - • Air Vacuum Release Valves • Floor Drains and Cleanouts • Level Sensors i • Pressure Gauges i 15-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 - Mechanical Liberty Lift Station • Shackle Rods and Restraint Systems • Other Mechanical Components listed in this Division and/or required by the Engineer 15.10 BURIED PIPE INSTALLATION 15.12 Sewer 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 r 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. r 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. r 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 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 -Mechanical Liberty Lift Station 15.18 Buried Piping Inspection and Testing 15.18.3 Valve Testing Part 3 - Execution r Testing Test all valve bonnets for tightness. Test operate 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 valve. The valve shall not pass water during a 5 minute test period. The contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. 15.18.5 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. The mains shall be filled with water and allowed to stand under pressure for a minimum of 24 hours to allow the escape of air 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. I Testing All new force mains and appurtenances shall be tested under a hydrostatic test pressure as stated in 1.82 Pressure Ratings. 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 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 pressure test successfully, as specified, the Contractor shall, at his own expense, locate and repair the defects and then retest the pipeline. I � 15-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 -Mechanical Liberty Lift Station Prior to calling out the Owner to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to assure that the pipe is in a satisfactory condition. Owner shall witness test. Before applying the specified test pressure, air shall be expelled completely from the pipe, valves, and hydrants. 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 I - displacement water meter with a sweep unit hand registering one 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_ 20;P 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 There shall not be an appreciable or abrupt loss in 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 Pipe and Fittings Part 2 - Products Components Under no circumstances 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 flange connecting to ductile iron flange) a dielectric insulation.kit shall be used. � I 15-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM C 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 - Mechanical Liberty Lift Station Fasteners for fitti an e I d fittings: Per AWWA standards unless otherwise specified. All pp g p relevant subsections of AWWA C100, C200 and C500. 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. Bolts and nuts shall meet ASTM F593 and F594. All shackled thrust restraint systems shall be of Cor-Ten (ASTM 242) construction and manufactured by Star National Products or approved equal. All components of any Cor- Ten system shall include all Cor-Ten components. Bolts, nuts, washers, tie rods, and other components shall be one material and not intermixed. Part 3 - Execution Construction All piping and related equipment to be joined together shall be connected as shown on the plans, specifications, as recommended by the manufacturer, or as required by standard industry practices if not otherwise specified. 15.22 Metal Pipe and Fittings 15.22.2 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 DI Thickness Class 52 pipe. Part 2 - Products Manufactured Units Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) and unless otherwise specified, and shall conform to standards of 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 manufacturer of 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 15-5 1 ZABothe11\Data\RF_N\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 -Mechanical Liberty Lift Station 1.82. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20,A21.1 1,1316.2, 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, fabricated from ductile iron unless otherwise specified in the contract documents,with bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene, buna n, chlorinated butyl, or - cloth-inserted rubber. Gaskets shall be full face or ring type. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ),plain end (PE), or flanged (FL). RJ and TRJ pipe and fittings shall be capable of restraining the hydrostatic test pressures and working pressures specified. 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 Test Pressure 1" 2" 3" 4" 6" 8" 10" 12" 14" 16" 18" 24" 30" 50 psi .109* .109* .120* .120* .134* .148* .165* .180* .188* .188* .188* .250* .312* 200 psi .133cp .154cp .216cp .237cp .280cp .322cp .365cp .375cp .390 .450 .510 .680 .850 *Per Schedule 10s gPer Schedule 40s 15-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 - Mechanical Liberty Lift Station Part 2 - Products Materials All stainless steel pipe and fittings shown on the plans in direct bury applications shall meet ASTM A312, Type 316 or 316L, WELDED. All heat tints and chromium depleted layers caused by welding shall be removed prior to onsite delivery. r 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. 15.23.5 PVC Pipe and Fittings — Solvent Weld Part 2 - Products Materials Polyvinyl chloride (PVC) 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, as shown on the Plans. There is no pipe color preference or requirement. 15.23.7 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer — Push on Joint Part 1 - General Design Requirements Polyvinyl Chloride (PVC) pipe shown on the Plans shall meet the standards of AWWA C900 for pipe up to 12-inches in diameter and AWWA C905 for 14-inch diameter and larger. Pipe fittings for diameters of 4 inches to 8 inches shall meet the standards of AWWA C907, unless ductile iron fittings are called out on the plans. Other fittings shall be fabricated with pipe meeting the standards of AWWA C900 or C905, and the fittings shall be rated by the manufacturer for the working pressures and hydrostatic testing pressure as listed in these specifications. Pipe shall be of SDR 25. Submittals The manufacturer shall supply dimensional ratio with corresponding pressure rating during the submittal process. The manufacturer shall certify that the pipe supplied is capable of withstanding the working pressure and hydrostatic testing pressure as listed in this division. Part 2 - Products Materials All fittings and accessories shall be as manufactured by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 15-7 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 R112 Engineering,Inc. Summer 2012 City of Renton Division 15 - Mechanical Liberty Lift Station i � PVC pipe and fittings up to 12 inches in diameter shall be equal to Ipex, Blue Brute TM. Pipe and fittings 14 inches and larger shall be equal to Ipex, Centurion TM (fittings fabricated with working and hydrostatic testing pressure ratings equal or higher than those listed in Division 1.82.) 15.30 VA.vEs 15.31 Common Work for Valves Part 1 — General Design and Performance Requirements Valves noted on the Plans or in other parts of the specifications shall meet the requirements herein. Valves shall be designed for the intended service. - Valve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the engineer's attention during the bidding process. Valves that do not operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the contractor's expense. Pressure rating shall be per Division 1.82 unless shown otherwise. Part 2— Products 1 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 AWWA 2-inch wrench nut with a minimum of 12 turns to close valve, unless otherwise noted on 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 finished floor shall be equipped with chainwheel operator. Part 3 -Execution r Installation Install valves in strict accordance with manufacturer's instructions and as shown on the Plans. Provide buried valves will 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. Install valves and fittings in accordance with manufacturer's recommendation and the Plans. Verify alignment and adjustments after installation. 15-8 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 - Mechanical Liberty Lift Station 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 j 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 shall be 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; 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 center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure, and the plug in the closed position. Valves shall have sleeve type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re- packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. Valves shall be equipped with actuators as shown on the plans. Buried valve shall have a direct nut actuator. Actuator shaft shall be supported on permanently lubricated bronze bearings, and shall indicate valve position. An adjustable stop shall be provided to set closing torque and to 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 15-9 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. I� Summer 2012 City of Renton Division 15 - Mechanical Liberty Lift Station The swing check valve shall function to permit flow in only one direction. The valve shall close tightly, without slamming, when the pressure on the discharge side exceeds the pressure on the inlet side. All swing check valves shall conform with AWWA C508 and the following specifications. The valve shall be constructed to withstand the pressures stated in Division 1.82. 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 - ! minimum dry film thickness of 5 mils, not including primer. Alternatively, exterior may be coated per Division 9.91.33.6. 15.35 Air Valves r 15.35.5.1 Combination Air and Vacuum Valve - Wastewater Part 2— Products i Manufacturers Combination air and vacuum valves for sewer forcemains shall be equal to A.R.I. model D- 025. I I Manufactured Units Provide air valve's body and cover fabricated from polyethylene. Part 3 — Execution Installation 15-10 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 -Mechanical Liberty Lift Station i , Provide all necessary parts, small piping, fittings valves and securement as shown on the plans and Owner standard plans for a fully functioning unit. If not detailed on the plans, valves shall be attached to sewer force main via tap, brass pipe and an isolation ball valve and fittings as necessary. Outlet shall be provided with a brass male x female threaded return bend to direct air away from any mechanical or electrical components and sewage back to wetwell or gravity sewer manhole. 15.40.4 Adapters and Dielectric Fittings i Part 3 - Execution Installation � i Provide adapters between dissimilar types of pipes (e.g. copper-steel). Provide dielectric - fittings at joints between dissimilar metals. 15.60 PRESSURE AND LEVEL MEASUREMENT 15.60.1 Common Work for Pressure and Level Measurement Part 1 — General Related Sections 1 See Division 16 for electronic pressure and level devices. � i Design Requirements Pressure and level measurement devices shall be scaled and rated for the application. r Part 3 — Execution Installation All devices shall be installed to be field serviceable without taking the facility out of service. Readouts shall be positioned to be easily read from a standing position, central to the room unless allowed otherwise by the Engineer. ' 15.61 Pressure Gauges i 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: 15-11 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 15 -Mechanical Liberty Lift Station Part 2— Products Manufacturers Marsh, 3D Instruments or approved equal. Materials Gauges shall be analog or digital type as shown on the plans, stem mount type with 41/2 inch scale face, glycerin filled and be completely suitable for measuring raw sewage. Connection shall be 1/2 inch threaded with bleed off branch and ball valve. Wetted parts shall be brass, bronze or stainless steel. The full scale pressure range for each gauge location shall be as follows. Full Scale Normal Operation Range 0-100 psi 20-35 psi For pressure gauges used in applications other than clean water, provide a diaphragm seal suitable for the contact fluid. Diaphragm seals shall have 316 SS construction with bleed screw, flushing connection, and seal-off orifice. Diaphragm seal shall be Coniflo "lift-Gard" Model 300-A (with flushing connection) as supplied by Branom Instruments, Seattle,WA, or approved equal. Part 3 - Execution Installation ' Install gauges as shown on the plans. Support gauges adequately. Field Quality Control Provide calibrated test gauges for each scaled range. Build a temporary common testing manifold that can hold all similarly scaled gauges plus the test gauge at one time. Pressurize 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. 1 t i 15-12 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. c Division 16 Electrical 16.00 GENERAL This division covers that work necessary for furnishing and installing electrical equipment required for this project. Items not covered shall be suitable for their particular application. i Sections in these specifications titled "Common Work for Electrical' 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 l f electrical equipment. • 10.14.8 Signs for electrical equipment • 11.20 Pump motors References Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. Definitions Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not other wise 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. 16-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. � I Summer 2012 City of Renton + Division 16 - Electrical Liberty Lift Station • . Corrosive Locations: Areas where wastewater is stored or any areas classified as Class 1,Division 1 or 2. These areas are identified on the Plans. 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, i f 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. ll Submittal information shall be provided to the Owner for the following items: • Utility Meter Enclosure • Service Disconnect • Surge Protection Device (SPD) • Motor Control Center • Distribution Transformers • Branch Circuit Panelboard • Circuit Breakers f I • Conduit and Fittings • Outlet and Junction Boxes 1� 11 I6 • Electrical Handholes and Vaults • Wire and Cables • Switches and Receptacles i 16-2 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. 1 Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station i • Light Fixtures r i • Other Electrical Components listed in this division and/or required by the Engineer. Project Conditions Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by both the client and the Engineer. Construction Power: See Division 1.51 1 Part 2 - Products J Source Quality Control Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer. Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. Materials Use equipment, materials and wiring methods suitable for the es of locations in which g �' they will be located, as defined in Definitions above. Components Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive ! locations. When fastening to existing walls, floors, and the like,provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/8-inch. 1 Unless otherwise noted, provide enclosures as follows: • Class 1,Division 1 &2 Locations: NEMA Type 7 • Indoors unclassified Locations: NEMA Type 12 i • Corrosive Locations: NEMA Type 4X f Outdoors and/or Wet Locations: NEMA Type 4 • Electrical rooms: NEMA Type 1 Accessories Wire Identification 16-3 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. ' Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or"cable in each pull box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. Part 3 - Execution Installation Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. All underground electrical conduits shall be installed by a licensed electrical contractor. Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. t Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. t 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 favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Metal Panels: Mount all metal panels, which are mounted on, or abutting concrete walls in damp.locations or any outside walls '/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. Maintenance: Install all equipment and junction boxes to permit easy access for normal t maintenance. Interconnections: Provide all interconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully I operational upon completion of the project. Seismic Requirements: See Division 1.81 r 16-4 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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. 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 to provide for minor adjustments and deviations from the apparent 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. Record Plans The Contractor shall maintain a complete and accurate record set of Plans for the electrical construction work. Continually record actual electrical .system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all raceways and circuit number of each equipment item. At the completion of the work, furnish a set of clean, neat, and accurate record plans on reproducible sepia-type paper which shows_raceway type, routing, and conductors for every outlet and every circuit. 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 MCC and instrumentation panel provided this project. Cleanup 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. Cleanup: Upon completion of the electrical work, remove all surplus.materials, rubbish, and f debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. 16-5 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 3 —Execution Construction Provide all excavation, trenching, backfill and surface restoration required for the electrical work. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum, except gas lines shall be 1 foot 0 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-inch 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, and 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. 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. 16-6 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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 structural steel as shown on the Plans. System components shall be as allowed in the N.E.C. unless specified otherwise below. • 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. • 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. • Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot- dip galvanized traffic cover. Units shall be 12-inches deep minimum. Covers shall be embossed with the wording"Ground Rod". Part 3 - Execution Installation 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. 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 16-7 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 16.20 UTILITY SERVICE 16.21 Electrical Service Part 1 — General - Summary The following is a brief description of the work required to provide power service to the proposed facilities. The Electrical Power Provider, Puget Sound Energy (PSE), shall perform some of the work and the Contractor shall do the remainder of the work. It is the Contractor's responsibility to understand what work will be completed by the Electrical Power Provider. Work to be completed by the Electrical Power Provider will be paid by the Owner and shall not be included in the Contractor's bid price. References During design, contact was made with Customer Service Representative, Mr. Scott Bostrum, who can be contacted by telephoning (253) 606-4552. Work involving service installation shall be done in accordance with Electrical Power Provider standards and the National Electric Code. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment". 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. Sequencing and Scheduling The Contractor shall be fully and completely responsible for all scheduling and coordination with the Electrical Power Provider. The Contractor shall contact the Customer Service Representative to coordinate scheduling of work to be performed and to verify responsibilities. The Contractor shall meet all the standard requirements for working in the King County right-of-way which may require a county inspector to watch work being performed within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be.on site if required as part of the right-of-way permit.. Coordinate with PSE. Part 3 - Execution Installation/Construction Puget Sound Energy will perform the following 1. Provide a new primary switch to be mounted on the existing utility pole shown on the plans. 16-8 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-FinAdoc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 2. Install new primary raceway and conductors from the existing primary service conduits to the proposed pad-mount transformer including all raceways, conductors, handholes and power vaults and cable terminators. Trench, backfill and restoration shall be provided by the.Contractor. 3. Provide and install new pad-mount transformer and transformer base with vault (as necessary). Excavation and restoration shall be provided by the Contractor. 4. Terminate conductors on the primary and secondary side of the transformer. 5. Install a utility revenue meter in the proposed main revenue metering enclosure provided and installed by the Contractor. Contractor's Responsibilities Contractor shall notify the Engineer of any changes to the responsibilities between the Electrical Power Provider and the Contractor as outlined in these specifications prior to submitting 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 perform the following. 1. Provide trench, backfill, and restoration for installment of the underground primary power feeder between the pole mounted primary switch to the proposed pad-mount transformer. 2. Install the service entrance disconnect switch and main revenue metering enclosure as shown on the plans. 3. Install new raceway and conductors for secondary service from the proposed pad-mount transformer location to the proposed utility meter including trenching, backfill and restoration. Terminate service conductors at the service entrance disconnect switch. 4. 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. 16.21.2 Electrical Utility Meter Enclosure Part 2 — Products Manufacturers Meter enclosure shall be a Circle AW or equal and as required to meet the requirement of the Electrical Power Provider. 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. 16.21.3 Service Disconnect Switch Part 1 — General Design Criteria 16-9 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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 42,000 amperes unless noted otherwise on the plans. Part 2 — Products Manufacturers Acceptable switch manufacturer's: Cutler/Hammer, General Electric, Siemens, Square-D or Westinghouse. Materials The switch shall be pad-lockable in both the OFF or ON position. The enclosure shall have interlocking cover to prevent opening the door when the switch is closed. The interlock shall include a defeating scheme. The enclosure shall be pad-lockable. The NEMA enclosure rating shall be as shown on the Plans. Circuit Breaker Type Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16. 16.21.4 Manual Transfer Switch Part 2 — Products Switch shall be heavy duty safety switch, double throw type, non-fused manually operated, NEN A 3R enclosure, 600 volt, 3 phase, 100 ampere rated. Manufacturers Acceptable switch manufacturer's: Cutler/Hammer, General Electric, Siemens, or Square-D. 16.21.5 Generator Connection Receptacle As shown on the plans. 16.30 PANEL COMPONENTS 16.31 Panel Monitoring and Indication 16.31.2 Run Time Meters Part 2 — Products, Manufactured Units Hour meter (elapsed time meters) shall be 2-1/2 inch square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a six-digit non-reset register with the last digit indicating tenths of an hour. 16-10 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 16.31.3 Power Meter Part 2— Products Manufacturers The digital power meter shall be Allen-Bradley Model 3000 or equal with Ethernet port for communicating with telemetry panel via Ethernet/IP protocol. Manufactured Units 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: • Voltage (line-neutral) • Voltage (line-line) • Voltage Unbalance • Current • Current Unbalance • Neutral Amps • Real Power • Reverse and single phase detection • Reactive Power • Apparent Power • Power Factor • Frequency • Auxiliary Voltage 16.31.5 Operational Counters Part 2— Products Manufacturers Redington model no. 3301-3000 or approved equal. Manufactured Units Eight-Digit LCD, .28" minimum High Digits, flush rectangular, Non-resettable counter with 7-year self-contained battery. 16.31.10 Indicating Pilot Lights Part 2— Products Manufactured Units 16-11 Z:\Bothell\Data\RrN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Ii Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station Indicating pilot lights shall be 30.5 mm. NEMA type 4/4X/13, corrosion resistant/watertight/oil-tight, full voltage, push-to-set, 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. 16.32 Panel Switches 16.32.2 Selector Switch Part 2— Products Manufactured Units Units shall be 30.5 mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Units shall have standard size, black field, legend plated with white markings as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch minimums tot/4- inch maximum. 16.32.5 Pushbuttons Part.2 — Products Manufactured Units Units shall be 30.5 mm 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. Unit shall have standard size legend plated with black field and white marking as indicated, contact arrangements_shall be as shown. 16.33 Panel Relays 16.33.2 Relays Part 1 — General Design Criteria Contacts and relays shall be NEMA rated and UL recognized. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 Amp; (over 200,000 operations at 120V AC, 10A for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. Part 2— Products Manufacturers Relays shall be Idec RH Series — General Purpose Midget Relays with DIN rail mounted socket or equal. Single Function Timing Relays shall be Idec GE1A Series—Single Function ON Delay Timers with DIN rail mounted socket-or equal. Multi-Function Timing Relays 16-12 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station shall be Idec RTE or GT3 series depending on intended functions with DIN rail. mounted socket or equal. Manufactured Units Relays for control, alarm and report-back functions shall be supplied as required to provide external keying and control switching. Relays shall be 120-volt A.C., or 12-or 24-volt D.C. Relays and shall be plug-in type with dust covers and shall be interchangeable with one another. All relays shall have LED indicators to signal when the coil is energized. Contacts shall have amperage rating higher than their intended use. 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 5V D.C. signals. Units shall have double- throw dry circuit contacts in a break-before-make configuration rated for 15VA minimum. The number of poles and coil energization voltage shall be as shown on plans. Signal switching relays shall be sealed to prevent entry of contamination in the form of dust, dirt, or moisture. 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. 16.33.3 Phase Sequence and Loss Monitor Relay (PFR) Part 2— Products Manufacturers The manufacturer shall be Diversified Electronics Series SLA, Style E. No Substitutions. Manufactured Units Provide a phase sequence and loss monitor relay with automatic reset field adjustable time delay and a minimum of four (4) Form C.N.O. contacts. 16.35 Other Panel Components 16.35.5 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 16-13 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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. 16.35.10 Surge Protection Device.(SPD) Part 2— Products Manufacturers The SPD shall be an Innovative Technology Protector Model or Total Protection Solutions Model ST-160. No Substitutions. The SPD shall be compatible with the electrical system voltage, current, system configuration and intended applications. Manufactured Units Protect the electrical service with a SPD device as shown on the Plans. The SPD shall be located in the MCC and connected with the shortest conductors possible. The SPD shall meet the following: • Provide surge current withstand up to 160 kA per phase •. Short Circuit current rating of 200 kAIC • A Thirty-Year Free Replacement Warranty • Audible Alarm with Silence Button • UL 1283 Tracking Filter • Status indicator lights for each phase and one service LED 16.40 MOTOR CONTROL 16.41 Motor Control Center Part 1 - General Related Sections Signage Division 10.14.8 Solid State Reduced Voltage Starter Division 16.41.3 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. 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 16-14 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station and interchanging of units by users. Include provisions for supervisory control equipment as specified elsewhere. The MCC enclosure shall a NEMA 12 rated enclosure contained inside a NEMA 311 outdoor enclosure. 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 with 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. Components A. Vertical Sections Each vertical section for the NEMA 12 enclosure shall be approximately 90 inches high and 15 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. See the plans for approximate dimensions of the NEMA 3R enclosure containing the NEMA 12 enclosure. The NEMA 3R enclosure shall fit within the area shown on the plans. 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. B. 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. C. 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 top horizontal wireway. Horizontal bus bars located behind usable unit space are not acceptable. 16-15 Z:\Bothell\Data\REN\112-033\Specs\Libert3,LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station The horizontal bus shall be isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. The vertical bussing shall be rated 300 amperes respectively. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AICS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature. Provisions for terminating a neutral wire at the MCC shall be provided. D. 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. E. Wireways Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 inches (150 mm) 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. i F. Operator Interface Devices and Control Relay 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. g Selector Switch Division 16.32.2 Pushbuttons Division 16.32.5 Indicating Pilot Lights Division 16.3 1.10 Run Time Meters Division 16.31.2 i I 16-16 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station Operational Counters Division 16.31..5 Terminal Blocks Division 16.35.5 Relays Division 16.33.2 G. Units After insertion, each plug-in unit shall be held in place by a latch that is located at the front of the unit. ,Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from the unit disconnecting means to the plug-in stables shall be routed into this molding such that the wiring is not being exposed at the rear of the unit. 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�, 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. H. Power Monitoring Division 16.31.4 1. Surge Protection Device (SPD� Division 16.35.10 J. 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. 16-17 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station K. Lighting Panels Panelboards 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. Panelboards 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. • 240V and 208Y/120V Panelboards - 22,000 AIC symmetrical • 480Y/277V Panelboards - 42,000 AIC symmetrical Provide GFI breakers when indicated on the Plans. L. 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. Each door on the NEMA 3R enclosure shall be equipped with an intrusion switch wired to the telemetry panel. Intrusion switches shall be typically to type shown on the plans. M. 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. N. 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. Finishes Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. Part 3 - Execution Testing 16-18 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 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. 16.41.3 Solid State Reduced Voltage Starters Part 1 - General References The controller shall be designed to meet the applicable requirements o£ EN, IEC, UL, CSA, NEMA,IEEE, and VDE. Design Requirements Provide solid state reduced voltage starters (SSRVS) with an integrated bypass contactor as shown on the Plans for ramp starting and stopping of three-phase AC induction motors. The SSRVS shall automatically transfer the motor load to the bypass contactor after a selected starting time. The SSRVS shall be provided with a manual bypass with high security key selector switch. An isolation contactor shall be provided between the SSRVS and the motor as shown on the Plans. The isolation contactor and the manual bypass contactor shall be interconnected to prevent both contactors from being closed at the same time. Environmental Ratings • The open—type device shall deliver its rated current in ambient temperatures ranging from 0°C to +50°C. • The ambient storage temperature shall range from -20°C to +75°C. • The controller shall be operable in relative humidity of 5 to 95%, non—condensing. • The controller shall withstand a 30G shock for 11 ms in any plane without malfunction. • The controller shall withstand 2.5G vibration for one hour in any plane without malfunction. • The controller shall be suitable for operation up to altitudes of 1000 meters without Berating. Noise and RF Immunity • The controller shall perform without malfunction from showering arc tests of 500V to 1500V (NEMA ICS 2-230). • The controller shall perform without malfunction when subjected to 3000V surges at a rate of 100 bursts per second for 10 seconds (IEEE STD 472). • The controller shall be tested to withstand 1000V + 2x (voltage rating) at a rate of 200V per second (held for 60 seconds, then gradually reduced) between live parts and ground. 16-19 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station ;lusThe controller shall be subjected to an additional test at the previous voltage level 20% for one second (UL 508) (CSA Std. C22.2). Part 2 — Products Manufacturers The SSRVS unit shall be latest version of the Siemens Sirius 3RW30 or equal for motors 30 horsepower or below. Obsolete or phased out versions of this unit will not be allowed. Manufactured Units The open–type device shall be modular, consisting of a logic component and a power structure. The logic component shall be a self–contained control module, compatible with the full range of power structures. The control module shall mount directly to the power structure without the use of wiring. The power structure shall consist of three power modules mounted on a heatsink for ratings up to and including 135 Amps. Control Module Design Features The control module shall consist of a power supply, logic control circuitry, silicon- controlled rectifier (SCR) firing circuitry, I/O circuitry. The control module shall be designed for integral mounting on the power structure and shall be compatible with the full range of current ratings — 24 Amps to 1000 Amps. The control module shall be easily removed from the power structure, without the need to disassemble associated printed circuit board assemblies. Control terminals shall be easily accessible, and located on the front top of the device. The terminals shall be UL rated for 300 Volts, 10 Amps maximum and accept a maximum of two wires, 0.75-2.5mm2 (#18–#14 AWG). Digital parameter adjustment shall be provided through dipswitches. SSRVS units shall contain number of auxiliary contacts, unit-mounted pilot devices and indicating lights, control relays, and other devices as shown on the Plans. The control module shall provide digital microprocessor control and supervision of all controller operation,including SCR pulse firing control. The SCR firing circuitry shall incorporate an RC snubber network to prevent false SCR firing. The logic circuitry shall incorporate a latch circuit for three–wire control. The following adjustable settings shall be provided as standard with the controller- 1. The acceleration ramp time shall be adjustable from .5 to 60 seconds. 2. The deceleration ramp time shall be user adjustable from .5 to 60 seconds. The following protection shall be provided as standard with the controller- 1. Power loss (with phase indication;pre–start) 16-20 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Fi".doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 2. Line fault (with phase indication;pre—start) advising: • Shorted SCR • Missing load connection 3. Line fault (running protection) advising: • Power loss • Shorted SCR • Missing load connection 4. Voltage unbalance • Current unbalance • Phase reversal • Phase failure protection during start-up 5. Undervoltage The following overload protection shall be provided with the unit.• 1. Meets applicable standards as a motor overload protective device. 2. Three—phase current sensing shall be utilized; the use of two current transformers will not be acceptable. 3. Overload trip classes of 10, 15, 20, and 30 shall be provided and user— programmable. Set for class 10. 4. Overload protection shall be available through the controller, even in a bypass configuration. 5. When fault conditions are detected, the controller shall inhibit starting or shut down SCR pulse firing. Power Structure Design Features Units Rated.-24 Amps to 135 Amps The power structure shall consist of three plug—in modules for controllers rated 24 Amps to 135 Amps. The three power modules rated 24 Amps to 135 Amps shall be mounted on a single heatsink. The heatsink shall be isolated from the power modules and shall have a grounding provision. Power modules rated 24 Amps to 135 Amps shall be encapsulated and shall include two power—switching semi—conductors and control module interface pins. Integral lugs for power wiring terminations shall be provided for controllers rated 24 Amps to 54 Amps. Transient Protection: 24 Amps to 360 Amps For controllers rated 24 Amps to 360 Amps, transient protection with separately mounted protective modules shall be available as an option. 16-21 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station Protective modules shall consist of metal oxide varistors (MOVs).in combination with capacitors to protect the power components from electrical transients and/or electrical noise. The capacitors shall be provided to shunt noise energy away from the controller's electronics. The MOVs and capacitors shall be encapsulated in a clear material for easy inspection. The protective modules shall be mounted so that they will not cause damage to the power components upon absorbing an electrical transient. The MOVs shall be rated for a minimum of 220 joules. 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. Part 3 — Execution Installation Overcurrent protection devices and safety switches shall be centered 5'-0" above the finished floor unless noted otherwise on the Plans. 16.55.16 Molded Case Circuit Breakers Part 1.- General Design Requirements Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 40° 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. 16-22 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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 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 Design Requirements This section is for power and control conductors for 600 volts or less. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. 16-23 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Firial.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station _ Part 2 - Products Materials Conductors • 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. • Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG and larger. Aluminum conductors shall not be allowed. S12hces • 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. • 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. • Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. • All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. Terminations • 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. • 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. • Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. Location (Installment) Schedule Provide the following conductors for the following applications. Use stranded copper conductors for all power and control circuits unless noted otherwise on plans or below. Size as noted on the plans. • Contractor may use solid copper conductors for lighting and receptacle circuits using screw-type terminals. Size as noted on the plans. • Size #14 AWG wire or smaller shall not be allowed for power circuits. Finishes Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall 16-24 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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:, • 277/480 Volt, 3 Phase:Yellow, brown and orange. • 120/240 Volt, 1 Phase: Red and black. Part 3 — Execution Installation 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. Conductor Identification • Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. • 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 (ESP). Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ASTM B8 with 15 mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 90°C and for operation at 600 volts. 16-25 Z:\BothcH\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station Multiple( wisted) 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. CAT 5E and CAT6 Ethernet Cable General Requirements: The Ethernet cable shall be shielded 600V UL PLTC rated. The use of a 300V rated cable is not acceptable. All Ethernet cable terminating outside of a telemetry panel shall be grounded at the telemetry panel only. Category 6 Cabling — Non-Plenum: Horizontal cabling shall be 23 AWG, 4-pair UTP, UL/NEC CMR rated, with a blue flame retardant PVC jacket and polyolefin insulation. Cable jacketing shall be lead-free. Cable shall meet the performance requirements of standard Category 6 cables. Cable shall be UL listed and comply with NEC/CEC Type CMR (UL 1660) for non-plenum. Category 6 Cabling— Plenum: Horizontal cabling shall be 23 AWG, 4-pair UTP, UL/NEC CMP rated, with a white, low-smoke, flame retardant PVC jacket and fluoropolymer insulation. Cable jacketing shall be lead-free. Cable shall meet the performance requirements of standard Category 6 cables. Cable shall be UL listed and comply with NEC/CEC Type CMP (NFPA 262) for plenum. 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. 16-26 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Finm.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station Conductor Identification 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 CONDUIT, RACEWAYS, BOXES AND FITTINGS 16.71 Raceways Part 1 — General Design Requirements Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. Part 2 — Products Components Conduit and Fittings • 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.C. • PVC Coated Rigid Steel Conduit: PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating. • Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 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 the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. 16-27 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station • Flexible Metal Conduit: 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. • 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 • 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. Conduit Sealants • 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. • 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 Schedule • Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. • PVC Conduit shall not be used within five (5) feet from any building, structure, foundation, wall, or floor slab. The only exception shall be the primary power conduit to the transformer vault and the secondary power conduit from the transformer vault to the service disconnect switch. • PVC coated GRS conduit shall be installed below all buildings, structures, in concrete, in corrosive areas, and in Class 1, Division 1 and 2 locations for all power and instrumentation circuits. The following areas are considered corrosive as it pertains to the electrical installation: Wet well. GRS conduit that penetrates from the floor slab or walls inside a corrosive area shall be PVC coated per the specifications. • Flexible Metal Conduit shall be used for final connection to motors and vibrating equipment.Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. Maximum length of flexible conduit shall be as allowed by NEC. • EMT conduit may be used for all above grade lighting circuits. A ground wire shall be provided in all EMT conduits. 16-28 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station Installation • Spare conduits shall contain one 3/16 inch diameter nylon pull rope. • Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. • Securely fasten raceways at intervals and locations required by N.E.C., or the type raceway employed. • 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. • Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. • All raceways shall contain a separate grounding conductor. • Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. • Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. • Install explosion-proof seal-offs in hazardous areas shown on the Plans as required by the N.E.C. • Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. • Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting openings in advance. 16.72 BOXES AND ENCLOSURES 16.72.2 Outlet and Junction Boxes Part 1 — General Design Requirements In corrosive areas, all junction boxes shall be NEMA 4X. Outlet boxes and switch boxes shall be designed for mounting flush wiring devices. Outlet boxes shall not be less than 4" square and 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. I 16-29 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 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. 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 conduit. The enclosure shall be NEMA rated and installed per all applicable codes. 16.72.4 Pull Boxes and Vaults - Part 2— Products Manufacturers 16-30 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station Pull boxes and vaults shall be Utility Vault Co., or approved equal unless specified otherwise on the Plans. Materials The lids to all pull boxes and vaults shall be permanently marked for its intended use, "signal" for all signal and instrumentation handholes and "Electrical" for all power handholes. Letter shall be a minimum of 3-inches high. Part 3 — Execution Installation Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagum sealing compound. Where conduits enter through sides of handholes, the penetration shall be made watertight. 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 be 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. 16-31 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 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. Part 2— Products Materials Single and Duplex Receptacles: Indoor Clean Areas: Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-15P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. Outdoor, Processor 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. 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. 16-32 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 16.75.4 HOA Lighting Switches Part 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. 16.75.6 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 NENIA 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. 16-33 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 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. 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 00 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. 16-34 Z:\Bothell\Data\REN\112-033\Specs\Liberty IS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station 16.90 SENSORS AND CONTROLS 16.90.1 Common Work for Sensors and Controls Part 1 — General Design Requirements Sensors and controls 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, central to the room unless allowed otherwise by the Engineer. 16.90.2 Intrusion Alarm Switch Part 1 - General Design Requirements The switch shall be two-pole side plunger type switch with one normally open and one normally closed set of contacts. The switch shall be a Type C and NEMA rated. Part 2 - Products Manufacturers Intrusion switches shall be as specified on the Plans. Equals will be accepted. Components Provide with a standard box plug-in and connecting cable of significant length to reach a - junction box located near the switch. Part 3 — Execution Installation Furnish and install intrusion alarm switch on all entrance doors and access hatches as shown on the Plans. All components shall be suitable for installation in the environment where installed. 16.90.3 Flood Liquid Level Switches Part 1 - General Site Conditions All components shall be suitable for installation in the environment where installed. 16-35 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 R142 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station Design Requirements The switch shall be SPST rated for 100VA.. The float shall be constructed on Buna-N material and the stem shall be constructed from brass. Part 2 -Products Manufacturers As shown on the Plans. Equals will be accepted. Part 3 - Execution Installation Furnish and install liquid level switch as shown on the Plans. Mount the switch to the end of t/2" schedule 40 PVC or galvanized pipe. Provide threaded busing as necessary to provide a complete assembly. Secure pipe to wall with a minimum of two galvanized conduit hangers. Mount the liquid level assembly '/2" above the finished floor. 16.90.4 Wastewater Level Float Switches Part 2 — Products Manufacturers Switches shall be Anchor Scientific, Inc., Roto-Float Type S or approved equal. Manufactured Units Float switch shall be mercury tube switch-type enclosed in a sealed polyurethane float. A weight shall be on the cord near the float switch. 2/C # 16 flexible type SJO oil-proof, 300- volt cord shall be integral with the float switch and shall be of sufficient length to reach the splice handhole with an additional five feet of slack cord. All float switches shall be normally open-type. Part 3 - Execution Installation Level switches shall be provided for the following: • High level alarm sensing • Pump start sensing • Pump stop sensing The float switch shall indicate to the control system that the liquid level, at which the switch has been positioned, has been reached. 16.90.5 Submersible Level Transmitter Part 1 - General 16-36 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 -Electrical Liberty Lift Station Design.Requirements The complete level transmitter assembly shall be completely rated for the environment for which it will be installed and shall be a totally submersible device with molded integral cable. Part 2— Products Manufacturers The submersible level transmitter shall be a KPSI level transmitter 705 series or equal with cable hanger and aneroid bellows. Manufactured Units The transduction principle shall be an integrated silicon strain gauge bridge with a two-wire 4-20 mA output signal. The operating pressure range of the device shall be up to 20 feet with an overpressure acceptance of two times the rated pressure. Total error band shall not exceed 0.25% of full scale over a temperature range of 30° to 86°F. The accuracy shall be 0.1% of full scale for 1 psi to 900 psi range. Voltage input shall be 9 to 30 vdc. The electronics shall have built-in protection against AC line transients and lightning spikes and an RFI filter to reject internal electrical and internal noise. The transmitter shall have a maximum OD of 1.20 inch and a maximum length of 9 inches. The transmitter shall be provided with enough submergence-proof cable to allow for an unspliced run from the transmitter mounting depth to the control electronics plus 10%. The submergence-proof cable shall be constructed of polyurethane sheathed cable with integral vent tube and Kevlar strain cord. Part 3 - Execution Installation The transmitter shall be installed in location as described on the Plans. A weighted stainless 3/16-inch aircraft cable shall be provided for attachment of level transmitter. The aircraft cable with weight system shall be the length of the wet well depth. 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. 16-37 Z:\Bothell\Data\REN\112-033\Specs\Libergr LS Tech Specs-Final.doc 5/24/2012 4:25 PM 0 2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty 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 '/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. 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. 16-38 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 I'M ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 16 - Electrical Liberty Lift Station 16.95.4 Ground Electrode Resistance Test Report Ground Electrode Resistance Test.Re ort PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: 16-39 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:35 PM ©2012 RH2 Engineering,Inc. 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 provide a 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 p rovided to connect all peripherals and equipment. Radio Radio will be provided in the RTU. Part 2 Products Antenna Manufacturer The antenna shall be 450-470 MHz, 10 dB gain, Dataradio antenna kit, model no. 250-0241- 510 or equal. Antenna Cable Manufacturer The antenna cable shall be Dataradio LMR-400 cable or equal with significant length to reach the RTU. 17-1 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. Summer 2012 City of Renton Division 17—Automatic Control Liberty 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 Motor Control Center 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 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 Z:\Bothell\Data\REN\112-033\Specs\Liberty LS Tech Specs-Final.doc 5/24/2012 4:25 PM ©2012 RH2 Engineering,Inc. STANDARD PLANS I, City of Renton Liberty Lift Station Standard Details List 1. 400.1—Standard Sanitary Manhole 2. 401— Manhole Frame and Cover 3. 404.1—Sewer Valve Operating Nut Extension and Valve Marker Post 4. 404.2—Sewer Manhole Marker Post 5. 405— Pipe Bedding for Sanitary Sewers 6. 410—Air Test Table (Low Pressure)for Sanitary Sewers r MANHOLE FRAME AND COVER { ' .f 6' SEE STD. PLAN 401 24" ADJUSTMENT RINGS (2" MIN.) 12" MAX. SEE NOTE 6 MORTAR JOINT(S) (3/8" MIN.) SEE NOTE 5 CONE (ECCENTRIC) RUBBER GASKETED JOINTS IN ACCORDANCE WITH ASTM C-443 STEPS — POLYPROPYLENE STEPS SHALL BE INCLUDED 7' MIN. CONCRETE RISER BY PIPE INC., OR APPROVED EQUAL. 12" (TYP) LADDER—POLYPROPYLENE f SHALL BE ATTACHED TO MANHOLE MAX. PIPE SIZE — 'E' a f CONCRETE SHELF 1% ... �°°'"'°. •'^.a. PRECAST BASE SECTION . e •, OR CAST IN SHELF. A, NOT TO SCALE ,A, 8, ,e, 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" 42" MIN. 30" I.D. NOTES: 1. STEPS TO BE POLYPROPYLENE SAFETY STEPS. 2. STEPS ARE TO BE IN PLACE BEFORE MANHOLE SECTIONS ARE INSTALLED. 3. CASTING SHALL BE PER STD. PLAN 401. 4. MANHOLE SECTIONS TO BE OF REINFORCED PRECAST CONCRETE. I 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 1�__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. f STD. PIAN — 400.1 PUBLIC WORKS .S`T'ANDARD.SANITA1RY, MANHOLE DEPARTMENT SEPTEMBER 2011 BOLTHOLES — 3 PLCS �- sxm M29 EQUALLY SPACED 120' wam'1ri3 APART ON 23 1/16' (586MM) DIA B.C. <SEE DETAIL) l v Y MIKA l callaOU 1 RENTON y O 0 < SEWER ti h � h�1 1 P"ANtmUm COVER BOTTOM VIEW COVER & FRAME PLAN VIEW 25' DIA. [635MM] 1• C3) HLT SOC. (ALLEN HEAD) 3/4'MI 1 r 11 ] RUBBER 1 X L5 SS r C19MM7 RUBB WASHER T- 8 3/4. 2 1/2' [222MM] [64MM7 TYP COVER SECTION VIEW EON BOLTING DETAIL 26 1/2' DIA [673MM] 25 1/4' DIA [641MM] 1 1/16' C6nM] 1/4' (6MM) DIA C27MM] 127mr93 NEOPRENE GASKET t ..... 6• 1/8' [152MM7 C3n"] _� 1/a• 5/8' � 23 3/8' DIA CL OPEN tR3MM] [16MM] [594MM7 GASKET GROOVE DETAIL 27 5/16' DIA [694MM] 34 1/8' DIA [867MM] 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"). +4px p+ PUBLIC WORKS MANHOLE RA N4� AN® C VER DEPARTMENT STD. PLAN — 401 ``�`► 1 � o DECEMBER 2008 A PLAN VIEW A 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 3" 38" MIN. WIDTH VALVE OPERATION NUT EXTENSION NOTE: WHITE POST EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE 62" THAN THREE (3) FEET BELOW FINISHED GRADE. _ EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT i " 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 SENDER VALVE STD. PLAN - 404.1 PUBLIC WORKS _� ='" ; • OPERATING [Vl1JT EXTENSION DEPARTMENT AND VALVE MARKER POST SEPTEMBER 2011 I 3.� 3„ 38" MIN. WIDTH WHITE POST D2„ f =1 ili1111111111 111 .I=1 {_ -�11- � \ 24" I� SEWER MANHOLE MARKER POST SEWER MANHOLE MARKER NOTES: SEWER MANHOLE MARKER POST SHALL BE EQUAL TO CARSONITE UTILITY MARKER SEWER MANHOLE MARKER POST TO BE USED FOR SANITARY SEWER MANHOLES IN UNIMPROVED AREAS. SEWER MANHOLE MARKER POST SHALL IDENTIFY THE MANHOLE AS "SANITARY SEWER". { ri. GtiR Y p� $T!}. PI.A,AI -- 404.2 PUBLIC WORKS SEWER MANHOLE ARKER POST DEPARTMENT SEPTEMBER 2011 NTH I-- W (SEE NOTE 4) -- LIMITS OF PIPE ZONE 1'-0 BEDDING MATERIAL FOR f SANITARY SEWER PIPE _ 0.D, OF PIPE (SEE NOTE 6) FOUNDATION LEVEL I BEDDING FOR SANITARY SEWER PIPE � I NOTES: 1. PROVIDE UNIFORM SUPPORT UNDER BARREL. W 2. HAND TAMP UNDER HAUNCHES. 3. COMPACT BEDDING MATERIAL TO 95% MAX. DENSITY EXCEPT DIRECTLY OVER PIPE. HAND TAMP ONLY. 4, SEE "EXCAVATION AND PREPARATION OF TRENCH" IN THE SANITARY SEWER SECTION OF THE STANDARD SPECIFICATIONS FOR TRENCH WIDTH "W" AND TRENCHING OPTIONS. THE PIPE ZONE WILL BE THE ACTUAL TRENCH WIDTH. 5. TRENCH BACKFILL SHALL CONFORM TO "BACKFILLING" IN THE SANITARY SEWER SECTION OF THE STANDARD SPECIFICATIONS, EXCEPT THAT ROCKS OR LUMPS LARGER THAN 1" PER FOOT OF PIPE DIAMETER SHALL NOT BE USED IN THE BACKFILL MATERIAL. 6. PIPE ZONE MATERIAL SHALL BE "GRAVEL BACKFILL FOR DRAINS" AS SPECIFIED IN THE AGGREGATES SECTION OF THE STANDARD SPECIFICATIONS, 7, PIPE MUST BE ANCHORED IN SUCH A MANNER AS TO ENSURE FLOW LINE IS MAINTAINED. STD. PLAN 405 I M I C PUBLIC WORKS PIPE BEINDING DEPARTMENT FOR SANITARY E E S MARCH 2008 6 IN. DIAMETER PIPE LENGTH FT 0 501 100 1 150 200 250 1 300 350 400 450 500 w 0 0 80 160 236 316 396 476 556 632 680 680 a 50 140 220 300 380 456 536 616 696 712 708 708 100 280 360 440 520 600 676 748 744 736 732 728 150 424 500 580 660 740 780 772 764 756 748 744 200 564 644 720 800 1 808 796 788 780 772 764 1 760 a � 250 704 784 856 836 820 808 800 792 1 784 776 772 300 844 8801 860 844 832 820 808 800 792 788 780 z 350 908 884 .868 852 840 828 824 808 804 796 788 ro 400 908 888 872 856 844 836 824 816 808 804 796 450 908 888 876 860 852 840 832 824 816 808 804 S TIME SECONDS 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 2001 250 300 350 400 4501 500 Li 0 0 80 160 236 3161 396 476 556 632 680 680 9. a. 50 220 300 380 456 536 616 696 768 760 752 744 w 100 440 520 600 676 756 836 840 828 812 804 792 150 660 740 820 896 932 908 888 868 856 840 832 a200 880 960 1028 992 964 940 920 900 888 872 860 p 250 1100 1084 11044 11012 988 964 944 1 928 1 912 900 888 z 300 1132 1092 1056 1028 1004. 984 964 948 932 920 908 350 1132 1096 1068 1040 11016 1 996 980 964 948 936 924 400 1132 1100 1076 1052 11028 11008 992 976 1 964 952 940 450 1132 1104 1080 1056 11036 11020 1004 9881 976 964 952 TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH FT 0 50 100 150 200 250 300 350 400 450 500 w a 0 0 80 160 236 316 396 476 556 632 680 680 CL 50 316 396 476 556 632 712 832 815 804 804 792 w 100 632 712 792 872 952 984 952 928 908 888 876 �. Li 150 952 1028 1108 1132 1088 1052 1020 992 972 952 936 200 1268 1284 1224 1176 1132 1100 1068 1044 1020 1000 984 S 250 1360 1300 11248 1204 11164 11132 1104 11080 1056 1036 1020 1 z 300 1360 1308 1264 1224 1192 1160 1132 1108 1488 1068 1052 ty 350 1360 1316 1276 1240 1208 1180 1156 1132 1112 1096 1076 404 1360 1320 1284 1252 1224 1200 1176 1152 11 32 1116 1100 450 1360 1324 11292 1264 1236 11212 1192 1168 1152 11132 1 1116 TIME (SECONDS) 6 IN. DIAMETER PIPE LENGTH FT Q 50 100 150 200 250 300 350 400 450 500 a 0 0 80 160 235 316 396 476 556 632 680 680 a 50 496 576 652 732 812 892 972 948 924 900 884 100 988 1058 1148 1228 1248 1192 1144 1104 1072 1044 1020 w 150 1484 1564 1484 1408 1344 1292 1248 1208 1172 1144 1116 200 1700 1608 1532 1464 1408 1360 1316 1280 1248 1216 1192 d 250 1700 1624 1560 1504 1452 1408 1368 1332 11304 1272 11248 300 1700 1636 1580 1532 1484 1444 1408 1376 1344 1316 1292 ul 350 1700 11644 11596 1552 1512 1472 1440 1408 1380 1352 1328 400 1704 11652 11608 1568 1532 1496 1464 1436 1408 1384 1360 450 11700 11656 11616 1580 1548 1,516 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.1.G. OF PRESSURE. THEN THE TIME OF THE DROP FROM 3.5 P.S.LG, TO 2.5 P.S.1.G. SHALL NOT BE LESS THAN THE TIME SHOWN ON THE ABOVE TABLES. I. AIR TEST T L . PLAN - 410 1 + + PUBLIC WORKS R SS RE DEPARTMENT FOR SANITARY SEWERS MARCH 2008 APPENDIX A TELEMETRY PANEL AS-BUILTS CITYOFRENTON DUPLEX TELEME TRY PANEL FOR BAXTER LIFT STATION PROJECT #S06B41 KEEP AT PROJECT SITE AS-BUILT RECORDS KEY ID MANUFACTURER PART NUMBER DESCRIPTION OTY A5M$LY DEVICE ID COMMENTS 1 HOFFMAN ENCLOSURES INC. C-SD36248 ENCLOSURE, CONCEPT, WALL-MOUNT, SINGLE DOOR, NEMA 4/12/13, 36 X 24 'X 8, QU RTER-TURN1 ATCH 1.1 HOFFMAN ENCLOSURES INC. C-WHPTO ICONCEPT STYLE PADLOCK HANDLE 1 1.2 HOFFMAN ENCLOSURES INC. C-SP3624 SWING OUT PANEL FOR CONCEPT 36X24 1 2 HOFFMAN ENCLOSURES INC. C-P3624 BACKPANEL, 36 X 24 1 3 RUGID .COMPUTER I RUG9B RTU, BASE UNIT W/ LCD & CPU, NO 1/0, LOOP/CHGR OR MODEM 1 1PLC 3.1 RUGID COMPUTER JR9MDM MODEM/RS232, 300/1200 BAUD, 4W/2W, BELL 103/212, LOU 1 3.2 RUGID COMPUTER R9LOOP LOOP POWER SUPPLY, 12V CHARGER, 24VDC/160MA OUT, DIAGNOSTICS 1 3.3: RUGID COMPUTER R9A14/16 ANALOG INPUT, FULLY ISOLATED 4CH, 16BIT, 4--20MA 1 3.4 RUGID COMPUTER R9DI8 DIGITAL INPUT, COMMON PIN 8CH, 24VDC/24-120VAC 4 3.5 RUGID COMPUTER R9DO8 RELAY OUTPUT, COMMON PIN 8CH, 3AMP RATED 1 3.6 RUGID COMPUTER WT WALLPLUG TRANSFORMER, 120/12VAC, 24VA, FRIWO FW6798, UL, CLASS 2 1. .. 1'T 4 ALLEN-BRADLEY COMPANY 800H-JR2KC1B 3-POSITION MAINTAINED SWITCH, .KC1 CAM, 2NO, 2NC CONTACTS 1, 4SS 5 ALLEN-BRADLEY COMPANY 80OH-NR2KF4AAXX SELECTOR SWITCH, 4-POSITION MAINTAINED, 4X, 1 NO EA. POSITION I 1 3SS 6' ALLEN-BRADLEY COMPANY 800H-QR12G PILOT LIGHT, FULL VOLTAGE, 12VAC/DC, 4X, GREEN 1 1,LT 7 ALLEN-BRADLEY COMPANY 80OH-OR12R PILOT LIGHT, FULL VOLTAGE, 1'2VAC/DC, 4X, RED 1 6LT 8 ALLEN-BRADLEY COMPANY 80OH-OR12G PILOT LIGHT, FULL VOLTAGE, 12VAC/DC, 4X, GREEN 1 2LT 9 ALLEN-BRADLEY COMPANY 80OH-QR12R PILOT LIGHT, FULL VOLTAGE, 12VAC/DC, 4X, RED 1 7LT 10 ALLEN-BRADLEY COMPANY 800H-JR2KCIC 3-POSITION MAINTAINED SWITCH, KC1 CAM, 4N0, 4NC CONTACTS I 75S 11 ALLEN-BRADLEY COMPANY 800H-AR2D1 PUSHBUTTON, MOMENTATY, FLUSH, BLACK, 1NO, TYPE 4X 1 3PB 12 ALLEN-BRADLEY COMPANY 80OH-JR2KCIC 3-POSITION MAINTAINED .SWITCH, KC! CAM, 4NO, 4NC CONTACTS 1 2SS 13 ALLEN-BRADLEY COMPANY 800H-AR201 PUSHBUTTON, MOMENTATY, FLUSH, BLACK, 1NO, TYPE 4X 1 4PB 14 ALLEN-BRADLEY COMPANY 800H-.QR12R PILOT LIGHT, FULL VOLTAGE, 12VAC/D:C, 4X, RED 1 3LT 15 ALLEN-BRADLEY COMPANY 80OH-OR12R PILOT LIGHT. FULL VOLTAGE, 12VAC/DC, 4X, RED i 4LT 16 ALLEN-BRADLEY COMPANY 80OH-AR.2D1 PUSHBUTTON, MOMENTATY; FLUSH, BLACK, 1NO, TYPE 4X 1 1PB 16:1 ALLEN-BRADLEY COMPANY SOOT-XD1 CONTACT BLOCK 3 16.2 ALLEN-BRADLEY COMPANY 80OT-XA2 2 N.O. CONTACT BLOCK, i 2 17 ALLEN-BRADLEY COMPANY BOON-OR12A PILOT LIGHT, FULL VOLTAGE, 12VAC/DC, 4X, AMBER 1 5LT 18 ALLEN-BRADLEY COMPANY 800H-AR2D1 PUSHBUTTON, MOMENTATY, FLUSH, BLACK, INO, TYPE 4X 1 2PB 19 DITEK DTK-120/240 CM+ SECONDARY SURGE ARRESTOR, CAT C 1 20 HUBBELL GF 5362-W RECEPTACLE, GFCI, 20A 1 1RECP 21 HUBBELL DRUS15 UTILITY OUTLET BOX, DUPLEX, DIN RAIL, 15AMP i 2RECP 22 HUBBELL DRUB15 UTILITY OUTLET BOX, DUPLEX, DIN RAIL, 15AMP 1 3RECP 23 CUTLER-HAMMER APF120NO3 ( DO NOT USE OLD # ) AGSHWC l2OW63X&'E FILTER, 120VAC, 3AMP 1 1FLT 24 SIEMENS ENERGY & AUTOMATION, INC. COD115 CIRCUIT BREAKER, 15A, 227VAC, BRANCH CIRCUIT 1 1 C 25 ALLEN-BRADLEY COMPANY 1492-GH050 CIRCUIT BREAKER, SUPPLEMENTARY, 5A, 1-POLE 1 2CB 26 ALLEN-BRADLEY COMPANY 1492-GH020 CIRCUIT BREAKER.; 2A, 1-POLE 1 3CB 27 ALLEN-BRADLEY COMPANY 1492-GHOIO CIRCUIT BREAKER; 1A, 1--POLE 1 4CB 28 ALLEN-BRADLEY COMPANY 1492-GHOIO CIRCUIT BREAKER, 1A, 1--POLE 1 5CB 29 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, W/DC BLOWN FUSE INDICATOR 1 29.1 BUSSMANN I MDL-2.5 (DUPLICATE) FUSE, CERAMIC, TIME DELAY, 2..5A 1 1FU 30 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, W/DC BLOWN FUSE INDICATOR 1 30.1 tB!+SSMANN MDL-1 (DUPLICATE) ,A GLASS FUSE 1 2FU 31 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, W/DC BLOWN FUSE INDICATOR 1 31.1 BUSSMANN MDL-1 (DUPLICATE) 1A GLASS FUSE i 3FU 32 IDEC CORPORATION RH28-UL-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT 1 1CR 321 IDEC CORPORATION SH2B-05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 33 IDEC CORPORATION RH2B-UL DC24V RELAY, 24VDC, DPDT,, B-BLADE, UL RECOGNIZED, LIGHT i 2CR 33.1 IDEC.CORPORATION SH2B--05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 34 j IDEC CORPORATION RH2B-UL-DC24V RELAY, 24VDC, DPDT, 8-BLADE, UL RECOGNIZED, LIGHT i 3CR 34.1 IDEC CORPORATION SH2B-05 RELAY SOCKET, DIN PAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 35 IDEC CORPORATION RH2B-UL-DC24V RELAY, 24VDC, DPDT, 8--BLADE, UL RECOGNIZED, LIGHT 1 4CR 35.1 IDEC CORPORATION SH26-05 RELAY SOCKET, DIN RAIL MOUNT, 8-BLADE, FOR RH2B RELAYS 1 36 IDEC CORPORATION RY4S-UL-DC24V RELAY; 4 POLE, 24 VDC COIL W/LIGHT 1 5CR 36.1 IDEC CORPORATION SY4S-05 IRELAY SOCKET, DIN RAIL MOUNT; 8-BLADE, FOR RY & RM RELAYS AND GT5Y TIMER 1 37 IDEC CORPORATION RH36-UL-AC!20V RELAY, 120VAC, 3PDT, 11 BLADE, UL RECOGNIZED, LIGHT 1 SCR 37.1 IDEC CORPORATION SH38-05 RELAY SOCKET, DIN PAIL MOUNT, 11-BLADE, FOR RH313 & P,H2LB RELAYS 1 38 IDEC CORPORATION RY4S-UL-DC24V RELAY, 4 .POLE, 24 VDC COIL W/LIGHT 1 7CR 38.1 IDEC CORPORATION SY4S-05 RELAY'SOCKET, .DIN RAIL MOUNT, 14-BLADE; FOR RY & RM RELAYS AND GT5Y TIMER 1 39 IDEC CORPORATION I RH28-UL-DC24V RELAY, 24VDC; DPDT, 8-BLADE, UL RECOGNIZED, LIGHT 1 SCR 39.1 IDEC CORPORATION SH2B-05 RELAY SOCKET, DIN RAIL MOUNT, 8—BLADE, FOR RH2B RELAYS 1 40 JIDEC CORPORATION RH28—UL—DC24V RELAY, 24VDC, DPDT, 8—BLADE, UL RECOGNIZED, LIGHT 1 9CR 40.1 IDEC CORPORATION SH2B-05 RELAY SOCKET; DIN RAIL MOUNT, 8-BLADE, FOR RH2.6 RELAYS 1 SYM REVISION RECORD 8Y DATE SYMI REMSION RECORD By DATE I_DATE DATE CITY OF RENT IN 0 ORIGINAL DLP 02-23-06 DRAil 8Y: DLP 02-23-06 LAST 02-23-06 ENGINEER: DLP D2—z3—os RENTON WASHINGTON REVISION SYMBOL slistems Inc. CHECKED: - MANUFACTURE DUPLEX RTU PANELS 0 APPROVED, DUPLEX RTU CONTROL PANEL A DRAWING NUMBER: BOTHELL, WA., USA, 98021-7406 x (425) ABI-1225 'K FAX (425) 481-2115 APPROVED: BILL OF MATERIAL S0 p 1 A24011 1 www'sys tEm5-inter Face com KEY ID MANUFACTURER PART NUMBER DESCRIPTION CITY TRSQASLY DEVICE 14 COMMENTS 41 INTERSTATE BATTERY PC1.212OF2 BATTERY, 12VDC, 12AH i 1BAT 42 DATARADIO COR LTD. 242-2041-530 JSLM UHF ANALOG .TELEMETRY RADIO, 25KHZ BANDWIDTH, LIMIT, MUST SPECIFY FREQUENCY 42.1 DA.TARAMO CDR LTD. 250-2000-002 RADIO MOUNTING KIT 1 42.2 ACCU—COMM, INC I ACI—BNC/UHF CUSTOM CABLE, RF PIGTAIL, BNC MALE TO UHF MALE i 42.3 DATARADIO CDR LTD. FACTORY 12 VOLT MODIFICATION FACTORY 12 VOLT MODIFICATION 1 43 1POLYPHASER IS-B5OLU-C1 BROADBAND DC BLOCKED LIGHTNING PROTECTOR 44 1 U.S. FILTER CONTROL SYSTEMS 601316-02 INTRINSICALLY SAFE BARRIER., MODEL IS6, 6 CIRCUITS, 12/24VDC POWERED 1 11S8 45 STAHL 9002/13-280-110-001 INTRINSPAK INTRINSIC SAFETY BARRIER, UL, DUAL: CHANNEL, 24VDC 1 21S6 46 SIEMENS ENERGY & AUTOMATION, INC. G610 (BAD P/N — USE ECGB10 ) GROUNDING BAR, 10 TERMINALS, #4-14AWG CU 1 INTRINSIC GROUND r i I (PANEL GROUND 47 SIEMENS ENERGY & AUTOMATION, INC.IhC GB10 (BAD P/N — USE ECGBiO GROUNDING BAP„ 1G TERMINALS, �4-14AW� CJ I 48 ALLEN—BRADLEY COMPANY a 1492=HMI TERMINAL BLOCK, FINGERSAFE, WH'TE, SINGLE CIRCUIT, DIN MOUNT, 30A, 600V 40 1TB 48.1 ALLEN-BRADLEY COMPANY €1492-DR1 DIN MOUNTING RAIL 1 49 ALLEN-BRADLEY COMPANY i 1492-.HMIB TERMINAL BLOCK, FINGERSAFE, BLUE, SINGLE CIRCUIT, DIN MOUNT, :30A, 600V 10 2TB 49.1 ALLEN-BRADLEY COMPANY 1492-HM1G TERMINAL BLOCK, FINGERSAFE, GREEN, SINGLE CIRCUIT, DIN MOUNT;30A, 600V 2 49.2 ALLEN-BRADLEY COMPANY 1492-GRl DIN MOUNTING RAIL 1 50 SOLA ELECTRIC ISDP3-15—IOOT POWER SUPPLY, 12-15VDC, 10 1PS RADIO POWER SUPPLY �-- 51 SOLA ELECTRIC SDN 2.5-24-100 POWER SUPPLY, 24VDC, 2.5A, 10OW, CLASS 2 LIMITED 1 _ 2P5 CONTROL POO"JER 52 DEC CORPORATION G73A-3AD24 TIMER, MULTI—MODE, SPOT, 24VDC COIL 1 1TR 52.1 !DEC CORPORATION SR2P-05 BASE FOR S-PIN RELAY/TIMER 1 S3 BUSSMANN _ AGC-1/4 1/4A GLASS FUSE 1 _ 21FU 53.1 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, W/DC BLOWN FUSE INDICATOR 1 54 BUSSMANN AGC-1/4 1/4A GLASS FUSE 1 22FU 54.1 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK; W/DC BLOWN FUSE INDICATOR 1j 55 BUSSMANN AGC-1/4 1/4A. GLASS FUSE 1 23FU 55.1 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, 'N/DC BLOWN FUSE INDICATOR 1 56 BUSSMANN AGC-1/4 1/4A GLASS FUSE 1 24FU 56.1 ALLEN-BRADLEY COMPANY 1492-H5 FUSE BLOCK, W/DC BLOWN FUSE IND!CATOR 1 __ 57 APC (AMERICAN POWER CONVERSION) BE50OU UPS, 120VAC, 50OVA, 3 UPS & 3 SURGE OUTLETS, UL, BACK—UPS ES 500 1 UPS DATE CITY OF RENTON DATE SYM. REVISION RECORD BY DATE SYM REVISION RECORD BY DATE LAST 02-23-06 DRAWN BY:. DLP G2-23-Ofi REVISION SYMBOL 0 ORIGINAL DLP 102-23-06 RENTON Y1+A5HINGTQIV I ENGINEER: DLP 02-23-G6 co CHECKED7 MANUFACTURE DUPLEX RTU PANELS G _ APPROVED RTU CONTROL PANEL A. DRAWING NUMBER: 1 _ BOTHELL, VIA., U.S.A. 98021-7405 (425) 481-1225 )k FAX (425) 491-2115 AP,P ROV D: BILL OF MATERIAL S­06B41 - A2402 Systems Interface I WwW:systzms-in-eerface.con 1.0 1.2 - - - - 2 3 4 i 2 X 3 �43 04 05 � 23 wv�' ! 0 2 6 (�0 7 8 (0- g `� 32 47 4 � ' � 33 0 1 0 11 12 P°�' i 3 tl' 34 ,( l� 35 4 14015 x 48 0 x 37 x 38 t 16 ° 39 0 O.17 � 18 52 46 0 r 49 22 1 X 3 D5 !� sa 44 577 41 51 HOFFMAN PANEL G—SD36248 HOFFMAN S',NINGOUT PANEL CSP3624 C—P3624 (33.78 X 21.82) (33 X 21) {36 X 24 X 8) INTRINSIC SAFETY BARRIER AREA SYN I REVISION:RECORD BY DATE SYM REVISION RECORD BY ( DATE _DATE CITY OF RENTON DATE 0 ORIGINAL DLP 02-23-0& DRAWN BY: DLP 02-23-06. RENTQN WASHINGTON LAST 04-26-07 ��°° ENGINEER: DLP 02-23-06 REVISION SYtd9IL ® CHECKED: MANUFATURE DUPLEX RTU PANELS _, o APPROVED: I DUPLEX RTU CONTROL PANEL A DRAWING NUMBER: BOTHELL, WA., U.S.A.. 98021-7406 4425) 481-1225 FAX (425) 481-2115 APPROVED: DOOR & BACKPANEL S-06B41 -,12301 www.systens-Inter4'ace.cen LAYOUT TO ANTENNA. S-7 (BY OTHERS) A4101-AC 120 VAC iPH 60HZ A4101-NT1 R 'I T UG RTU 20A GNDFt T SLUT; 0 1 2 3 4 5 6 7 8 LIGHTNING x s 1CB l ARRESTOR 0- o V 0 1--U -v �-0 1-U Lv 15A / ce p <r man DOD n00 D00 o Frn a-z z z CL z 0. A4101-AC! L SURGE A4101-NT1 RIBBON CABLE , c0 ¢ ? � a c� a ARRESTOR z RTU I. ¢ a� w 0� m I 5 00 OPERATOR u rn a m 2C8 1RECP INTERFACE _ 0 U Q \ 0) 5A A.4101-AC2 A4101-N T1 GFCI Cr RECEPTACLE n. 6CR o POWER FAIL RADIO o RELAY ra 2RECP UPS 2 UPS RECEPTACLE CABLE PINOUT A4101-AC3 ° CABLE 1 r MODEM DB15 MALE TRANSFORMER IRX 6 1'20/12VA.CI KEY X-m o A4101-NT2 24VR i K 14 TX+e 7 2.5MM COAXIAL PLUG TX- 15 3RECP (LOCATED ON LEFT SIDE 1RTU OF CARD CAGE) RUGID 9D A4101-RT1 RUGID TRANSFORMERS RACK 1 I RECEPTACLE c 1RTU A4101-DC4 CPU LOOP SUPPLY/ 30B CHARGER/ 2A 7FLT � . „R4101-kC4 1 ol_ ;NPUT NZ-1 � � � INTERNALLY.FUSED DIAGNOSTIC BOARD LOOP CHG I A4101-AC5 L No-1 A4101-NT3 A4101-DC101 +24100P SUPPLY/ _24 A4101-RT101 1 OUTPUT 2 CHARGER- � \ / BUS 24VDG 2PS ,0, POWER SUPPLY 24VDC TO DIGITAL AND 2.5A A4101-DC101 j ANLOG INPUTS A4101-RT101 LOOP 1PS SLOT 3 � � POWER, SUPPLY REF DWG: A4501 15VDC 2FU 3FU I i 3.4A TA 1R A4101-OC102 TO FIELD, 1/0 CHRU ....... 1FU REF DWG: A4301 A4101—DC2 1.5AA4101-DC? A4101-RTI DC201 LOOP: +24 RACK I INTERNALLY 84101-DC101 TO ANALOG A4101-DC202 A4101-RT201 LOOPS AND FUSED i/2A DIGITAL INPUTS LOOP SUPPLY] 160mA � A4101-DC5 B0+ CHA:RGER GND A4701-RT1 REF DWG A4201 ! 24-. A4101-R7101 I 4CB CHARGER: 1A, 14.5VDC BT+ A4 A4101,-DC4 �,�� � 101-DC5 T 0 BATTERY (+} DATA RADIO 1BAT INTERNALLY 5'CS e FUSED- 3A 11-A + BATTERY 320m A A4101-DC6 12AH GND A4101-PT1 TO BATTERY (-) 0- D MAKE POWER CORD THAT PLUGS INTO UPS LONG ENOUGH A4101-DC3 6CR TO PLUG INTO 2RECP IN THE EVENT OF UPS FAILURE. CLASS 2 TRANSFORMER 1T PLUG DIRECTLY INTO = ADJUST 15 VDC POWER SUPPLY TO 13.6 VDC RECEPTACLE 3RECP TO LIMIT RADIO OUTPUT TO 2 WATTS SY'A REVISION RECORD BY DATE 5RA REVISION RECORD --9-Y-T ATE DATE CITY OF RENTON DATE DRAWN BY: CLIP 02-23-06 LAST 04-26-07 o ORIGINAL DLP oz-z3-o6 RENTON WASHINGTON REVISION SYMBOL S g ENGINEER: DLP 32-23-06 �/. MANUFACTURE ANUFAOTURE DUPLEX RTU PANELS APPROVED* DUPLEX RTU CONTROL PANEL A DRAWING NUMBER: APPROVED: � BOTHELL, WA., U,S.P„ 9^021-?406 * (425) 4fli-1223 x FAX (425) 48i-2115 CONTROL. POVdER. ,& cr�� �! nn4 v:ww..systr?s-Ir.terFace.corn - RACK SCHEDULE SOnB4,1i�`YIUI A4101-DC202 A4101-RT201 A4101-0C202 A4.101-RT201 115E I - v 1S5 GND P1 PFR - HAND A4201-DC6 _ } _.._ PUMP 1' GND X00 SCR INTERPOSING RELAY i L P1-IN PUMP CONTROL PANEL �(�I 7CR 1CR ?� A,4201-DCT9 11S9-1 F51 WETWELL COX A4201-DC7 ��---- J- Ci St _ LpVJ FLOAT o 2SS P2 5CR I ISB-2 FS2 STOP FLOAT A4201-DC5 C ' p...._. HAND PUMP 2 A4201-DC20 2 S2 I. INTERPOSING RELAY XO�� 5CR I P2-IN PUMP CONTROL PANEL 1TR 11SB-.3 FS3 �U�O 7CR 3CR A4201-DC21 5CR A42^u1-DC22 C3 S3 - ---�o START FLOAT ic COX A4201-DC9 - MSi A4201-OC10 2CR 9 A4201-DC23 r4 Sd 1iSB-4 (Sqa� HIGH FLOAT PUMP 1 __..__._._� I I-�... o ` � I RuNNirsc — 2CR 11-T 1 R � x,4207-0CI i � � PUMP 1 ---o�,� � s GND RUNNING LIGHT 1 PB III-113 INTRINSIC -I LAMP TEST SAFETY BARRIER lo- PUSHBUTTON -?- A4201-DC12 1 TO 2LT REF bNG:A.4201 LO 1 A4101-DC202 A41 C1-RT201 O A4401-Yl 1 TO 3LT REF DWG:A4401 ¢ A4401-Y2 DWG: A4401 TO 4LT REF DWG A4401 i `T A4201-DC13 J TO SLT REF D'NG:A4201 O A4401-Y6 ) TO 6LT REF DWG:A4401 �- '0- A4401-Y8 TO 7LT REF DW G:G:A4401 MS2 A4201-OC14 4CR PUMP 2 RUNNING 1 4CR A4201-DC12 N21-T/ G PUMP 2 RUNNING LIGHT FROM 1PB LAMP TEST REF DWG: A4201 PUSHBUTTON 5CR A4201-D-1 5 SL i Cl A EMERGENCY PUMP REQUIRED REF DWG: A4201 A4201-DC13 1TR 5CR A4201-DC24 �� O EMERGENCY' PUMP CALL KS! A4302-X24 --CH k), - _ .. .-------� REF DWG: KEY SWITCH CLOSE TO A4302 I DISARM INTRUSION SNITCHES A4101-DC202 ZS1 ZS2 ZS3 ZS4 ZS5 { A4101-RT201 -�_A4?01-j � Ot-GCi 01-OCi_7,,,D� A4201-DC18o- INTRUSION SWITCHES SYM REVISION RECORD - BY DATE SYM REVISION RECORD BY DATE DATE - CITY OF REN.TON DATE 0 IGRIG3NRL DlP 02-23-06 DRAWN BY:. DLF 02-23-06 LAST 04-26-0' Inc. ENGINEER: DL 02-23-06 RENTON v4'ASHINuTON REVISION SYMBOL — Systems CHECKED: Pe Aj,,lUFACTURE DUPLEX RTU PANELS D - APPROVED: DUPLEX R TU CONTROL PANEL A DRAWING NUMBER: 9O THELL, WA., U1.1A. 96021-7406 A (425) 481-2F5 9 FAX (425> 461-2115 APPROVED: 0 H,ARDWIREED CONTROL Nww..systems-Interface.can S116B41 -A4201 RUGID COMPUTER RUGID COMPUTER R9DI8 89018 24VDC/120VAC 24VOC/120VAC A.41O1-RT1O1 A41.01-DC102 INPUT MODULE A:4101-RT101 A4101-OC102 INPUT MODULE i i i �8 +8 SPARE ° SPARE SPARE , m WETWELL 2G� — A4307-X15 *0 LOW LEVEL 3PB PUMP #1 � r A4301-X6 +6 WETWELL 9CRp—_ A4301-X14 F6. FAIL RESET v HIGH LEVEL 406 PUMP #1 20 __— A4301-X5 +5 PUMP #2 � A4301-X13 - RUNNING FAIL RESET PUMP #1 --� — -o-o- — A4301-X4 a4 PUMP #2 aCF A4301-X12 +4 CHECK VALVE OPEN 155 RUNNING HOA A430i-X3 +3 X A4301-X11 +3 PUMP #1 PUMP #2 -._p�\o... ..- IN OFF I OXO. CHECK VALVE OPEN 2SS HOA t\ 1-X2 +2 A4301-XlO +2 450. PUt4 MP #1 PUMP #2 IN HAND XOO IN OFF 1 -0X0 A4301-X9 +1 ALARM RESET � C- A4301-XI +1 PUMP #2 ��X00 r y OM IN HAND COM SLOT 4 SLOT 5 A4101-DCi02 .44101-RT101 A4101-DC102 A4101-RT101 I SYM REVISION RECORD BY DATE SWA REVISION RECORD BY DATE DATE CITY OF RENTON LAST O DATE U7 D R 1NA P 02-2 DRA IN'BY: D P 02-23-06 RENTON WASHINGTON REVISION SYtABDL Inc. CHECKED: MANUFACTURE .DUPLEX RTU PANELS APPROVED: DUPLEX RTU CONTROL PANEL A DRAWING NUMBER: - r a APPROVED: f' t BOTHELL, ,dA U,S.k 9602I-7406 x (425> 481-1225 x FAX (425} 481-2115 D1SCRET' INPUTS S0E841 -A4301 I �Vww,systens-+nterface.cor� SLOT 4, 5 RUGID COMPUTER RUGID COMPUTER R9DI8 R9DI8 24VDC/120VAC 24VDC/120VAC A&101-RT701 A4101-0',102 INPUT MODULE A4161-RT101 A4101-OC102 INPUT MODULE REF DWG: A.4201 i A4302-X24 ;Nl"RIJSINON STATUS ;-- SPARE e 6GR A4302-X23 7 52 A4302-X31 +7 POWER MONITORING _ CONTAINMENT FAIL — --�.�0" — RELAY 4SS HOA CR23 +6 LEAD PUMP SELECTOR. q 0--$ —A4302-x22 i6 PUMP #2 —Cq �_ PUMP 2 LEAD OOX LEAK ALARM I 1 A4302-X21 +5 � CR13 A43b2-X29 }5 LEAD PUMP SELECTOR � � 0 I PUMP #1 � �— —01 F0- ALTERNATE OXO l LEAK ALARM 3SS A4302-X20 +4 FS5 A4302-X28 +4 CONTROL MODE � LECTOR . p ^a —0 STATION FLOOD ALARM �o- REMOTE AUTO MODE OOOX � I I i A4302 X19 �3 CR22 A4302-X27 +3 CONTROL MODE SELECTOR PUMP #2 TIME MODE 00X0 HIGH MOTOR TEMP ALARM I I ( i i A43fl2-X18 +2 CR12 A4302-X26 +2 CONTROL MODE SELECTOR I-0 PUMP #1 --{a�•-- F0- — SCUM MODE 0X00 HIGH MOTOR TEMP ALARM 5CR A4302-X17 +1 Spt A4302-X25 +1 EMERGENCY PUMP CALL 0110 SMOKE DETECTOR 1-0 t { ACTIVE COM ALARM COM SLOT 6 SLOT 7 A4 01-DC102 A4101-RT101 A41O1-DC102 A4101-RT101 SYMI REVISION-RECORD BY I DATE SYM I REVISION RECORD BY I DATE S-vstems g,gq DATE CITY OF RENTGN ',ATE I ' Interface in . DRHEC BY: +c ti..- := I h. j !AST n4-?6-07 ap ���"' ENGINEER � �, RENTON WASHINGTON REVISION SYMBOL cHECKEO: MANUFACTURE DUPLEX RTU PANELS _ APPROVED: DUPLEX RTIJ CONTROL PANEL A DRAhtNG NUF.48ER: APPROVED: 1 DISCRETE INPUTS t G : B7TMELL, `dA., U.S,A. 98021-7406 A (425) 481-1225 x fAX (425) 481-2115 c + 1 ;^ qq .wwvr.sy stems-In terface.con - SLOT 6. .7 SO �. 'Yi �3OG RUGID COMPUTER RELAYS RELAY A.4101-DC202 OUTPUT MODULE A4101-RT201 7LT -J 8 A4401-Y8 _ 7 f I PUMP #2 FAIL REF DWG: A4201 )-- 3CR �7 A4401-Y7 PUMP #2 NORMAL CALL a-- 6LT 6 A4401-Y6 PUMP #1 FAIL REF DWG: A4201 1CR A4401-Y5 PUMP #1 NORMAL CALL I i � 4 SPARE i i I SPARE i 4LT 2 A4401-Y2 \ER LOW LEVEL .ALARM R i REF DWG: A4201 t 3LT 1 A.4401-Y1 r R y-- HIGH LEVEL ALARM REF DWG: A4201 — c SLOT 8 YM! REVISION RECORD BY DATE SYM REVISION RECORD BY DATE DATE CITY OF RENTON DATE `0 ORIGINAL c ! DLP 02-23-06 ENGINEER:BY: LP'-02-23-06 RENTON WASHINGTON - LAST C2-23-06 ENGtNEEP,: GLP 02-23-06 REVISION SYti80L Systems �a CHECKED: I MANUFACTURE DUPLEX RTU PANELS o APPROVED: DUPLEX RTU CONTROL PANEL A DRAWING NUMBER: PPROVED: BOThELl, WA., U.S.A. 98021-7406 w (425) 4F;1-k225 * FAX (425) 481-2115 A DISCRETE OUTPUTS S06B41 -A4401 www.systems-InterFacE.com SLOT 8 24VDC RUGID COMPUTER REF DWG: A4101 R9AI4/16 4-20mA ANALOG INPUT 4CH A4101-DC101 A4101-RT101 4- 0 " CH4 4+ 0 3- 0 CH3 3+ 0 1FT 2- A4101-RTIO1 31SB+ , 1FU A4101=DC10i CH2 31SB- FLOW 2+ A4501-2+ TRAN SM17TER 1- A4101-RT101 2iSB 1LT WETWELL LEVEL TRANSMITTER 21589 3FU A4101-OC101 3:;- CH1 1+ INTRINSIC BARRIER 21SB- ! 1+ A4501-1+ 4FU 2_ 4- t ..1.. _... _ SLOT 3 ED INTRINSIC BARRIER 2155 ARE INTERNALLY FUSED WITH TWO 160mA FUSES EACH. DATE CITY OF RENTON 04-26- 07 REVISION RECORD BY DATE SYM REVISION RECORD- BY DATE DRAVRJ BY: OLP 02-23-06 LAST 9SYMBOL7 0 ORIGINAL DLP 02-23-06 irltetface ENGINEER: DLP 02-23-96 REN TON WASHINGTON REVISION SYMBOL Y CHECKED: MANUFACTURE DUPLEX RTU PANELS o APPROVED: DUPLEX RTU CONTROL PANEL A DRAWING NUMBER: BOiHELL, v1A.,.U.S,A, 9E021-7406 (425) 4E1-1225 FAX (425) 481-2115 APPROVED: ANALOG INPUTS www'systems-Interface.com SLOT -3 S06B41 -r 4501