Loading...
HomeMy WebLinkAboutContract - Vol IAward Date:CAG-21-261 Awarded to: Award Amount: Construction of: Lift Station and Force Main Rehab Phase 2 (Group 1B) PROJECT NO. WWP-27-04059 Winter 2021 City of Renton 1055 South Grady Way Renton, WA 98057 Project Manager: Joe Stowell (425) 430-7212 jstowell@rentonwa.gov Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO. / DATE: //11/0; NO. ,,` _ DATE: ///0/202Z NO. DATE: NO. DATE: NO. DATE: 77-SIGNED: Jf/ r _ 7 TITLE: iCliC f Yrj NAME OF COMPANY: l,Ur'G/I ///y 7„a,,iz6 /Q7) ._ 11 C." ADDRESS: /Y gs/ ?'.7-3/ / si CI TY/ STATE/ZIP: O/U / !V/ PIA 'ff.e2 96 TELEPHONE: ... E63-/7.51 Lift Station and Force Main Rehab Phase 2(Group 1B) Acknowledgement of Receipt of Addenda WWP-27-04059 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Page 1 of 3 Addendum No. 1 LIFT STATION AND FORCE MAIN REHAB PHASE 2 (GROUP 1B) PROJECT NO. WWP-27-04059 ADDENDUM NO. 1 Date of Addendum Issue: January 4, 2022 Due Date for Bids: 2:00 pm on January 11, 2022 Date of Bid Opening: 3:00 pm on January 11, 2022 To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Lift Station and Force Main Rehab Phase 2 (Group 1B) project and shall have the same effect as if set forth therein. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. CALL FOR BIDS • DELETE : Delete “Pump impeller replacement” from the bullet item “Mechanical Improvements” SCOPE OF WORK • DELETE : Delete “Pump impeller replacement” from the bullet item “Mechanical Improvements” SPECIAL PROVISIONS • DELETE & REPLACE: Delete Section 1-07.18(5)G Builders Risk from the Special Provisions and Replace with the following: 1-07.18(5)G Builders Risk Section 1-07.18(G) Delete this section in its entirety and replace with the following: Will be required up to the amount of the completed value of a new building or major project. TECHNICAL SPECIFICATIONS – DIVISION 11 - EQUIPMENT • DELETE: Delete Sections 11.05 Common Work for Equipment, 11.10 Pumps, 11.10.05 Common Work for Pumps • ADD: Add the following to Section 11.15 Temporary Sewage Pumping During Coating Removal at Devil’s Elbow Lift Station, Part 1 – General, Project Conditions. Page 2 of 3 Addendum No. 1 • Estimated existing pump design point is 450 gallons per minute at 155’ total discharge head. PLANS • DELETE & REPLACE: Delete Drawing M101 (Sheet 7 of 20) and Replace with attached Drawing M101 (Sheet 7 of 20). Revisions include: • Addition of a 6-inch ductile iron spool and supports. • Modified construction notes 1. Question: Concerning the removal of the existing coating at Devil’s Elbow LS, is there knowledge of what the existing coating is? Answer: The original plans for the wet well indicate a two part hybrid epoxy with an embedded nylong mesh equal to Sentry Polymers “Semstone 145-S” with scrim. However, we believe the contractor substituted Raven Liner. 2. Question: Is the intent of the project to recoat the wetwell with the product identified in 9.08.9(1)? If so, will bypassing be in service during recoating? Answer: No, the interior of the wetwell will not be recoated. The wall will be bare concrete. The temporary bypass is needed during the existing coating removal. The temporary pumping scenario is outlined in Division 11 of the technical specifications. 3. Question: What are the dimensions of the wetwell? Answer: The existing wetwell is 12 feet inside diameter and 17 feet inside height. The anticipated area of the coating removal is approximately 450 SF as shown on DWG No. G001. 4. Question: The paint spec calls for pipe to be coated. I see on the plans a little bit of pipe that is going to be replaced; are you wanting just the new pipe to be coated or all the existing pipe? Answer: The only existing piping that would be disturbed is at Devil’s Elbow. A section of pipe will need to be cut and reused. The cut ends will need to be touched up, but the remaining existing pipe will not be recoated. This Addendum consists of three (3) pages and has one (1) attachment. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Sincerely, Joe Stowell Wastewater Utility Manager City of Renton Wastewater Utility POTENTIAL BIDDERS QUESTIONS/CLARIFICATIONS All Bidders must sign this Addendum No. 1 in the space provided below and attach the signed Addendum No. 1 to the Formal Bid Proposal. Signature: Title. f,°c-/e" Company:co-a-sfdr c,4°o c Date: l"/!/2-7 Page 3 of 3 Addendum No. 1 c`T Y k'N T O LIFT STATION AND FORCE MAIN REHAB PHASE 2(GROUP 1 B) PROJECT NO.WWP-27-04059 ADDENDUM NO. 2 Date of Addendum Issue January 10, 2022 Due Date for Bids: 2:00 pm on January 11, 2022 Date of Bid Opening: 3:00 pm on January 11, 2022 To ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS The following changes, additions, and/or deletions are hereby made a part of the project bid documents for the Lift Station and Force Main Rehab Phase 2 (Group 1B) project and shall have the same effect as if set forth therein. Bidders shall acknowledge receipt and acceptance of this Addendum No. 2 by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum may result in your bid proposal being disqualified. SCHEDULE OF PRICES DELETE & REPLACE: Delete the SCHEDULE OF PRICES and replace with the attached SCHEDULE OF PRICES. The units for Item 15 have been changed from Square Foot to Linear Foot. All other bid items remain unchanged. This Addendum consists of one (1) page and has one (1) attachment. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT Sincerely, Joe Stowell Wastewater Utility Manager City of Renton Wastewater Utility All Bidders must sign this Addendum No. 2 in the space provided below and attach the signed Addendum No. 2 to the Formal Bid P3oposal. Signature: Title: et Company: 4 c,Date: Ol/lcy.-?2 Page 1 of 1 Addendum No. 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale GARYHARPERCONSTRUCTIONINC.14831223rdStreetSESnohomish,WA98296-3989(360)863-1955Fax(360)863-1966LiftStationandForceMainRehabPhase2(GroupIb)ContractNo.WWP-27-04059ContactList:ResponsibleOfficer:GaryAHarper,President/SeniorProjectManagerqarv(Qarvharnerconst.comOfficePhone:360.863.1955,CellPhone:425.895.8798ProjectManager:JJSmith-Marquezii(garvharperconst.comCellPhone:206.310.2271JobForeman:BryceHeilbryce(garyharperconst.comCellPhone:425.231.0471AdministrativeSupport:KathySalazarkathy(ägaryharperconst.comOfficePhone:360.863.1955BondingAgent:RoxanaPalacios,Kibble&Prenticeroxana.palacios(USl.comOfficePhone:206.508.6076 GARYHARPERCONSTRUCTIONINC14831223rdStreetSESnohomish,WA98296-3989(360)863-1955Fax(360)863-1966February11,2022CityofRentonAttn:JoeStowell1055S.GradyWay,5thFlRenton,WA98057Re:LiftStationandForceMainRehabPhase2(Groupib)ContractNo.WWP-27-04059Joe,LetthisletterserviceasnoticethatGaryA.HarperasPresidentistheonlyindividualauthorizedtosignthecontractsforGaryHarperConstruction,Inc.assetforthintheArticlesofIncorporation.SampleofSignature: BusinessLicense1055SouthGradyWayRenton,WA98057(425)430-6851RentonLicense#:WAStateUBI#ExpirationDate:55626601606620-001-00011/31/2023GARYHARPERCONSTRUCTIONINC14831223RDSTSESNOHOMISHWA98296LICENSEMUSTBEPOSTEDINTHEPLACEOFBUSINESSFORWHICHITISISSUEDBELOWBUSINESSLICENSENON-TRANSFERABLEGARYHARPERCONSTRUCTIONINC14831223RDSTSESNOHOMISHWA98296RentonBusinessLicense#:55626WAStateUBI#601606620-001-0001ExpirationDate:1/31/2023Mayor,ArmondoPavoneASOAdministrator,KarlRollerLicenseehasappliedforaCityofRentonbusinesslicenseinaccordancewithRentonMunicipalCode(theCode),TitleVBusiness,Chapter5BusinessLicense.TheLicenseeagreestocomplywithallrequirementsoftheCode,aswellasStatelawsandregulationsapplicabletothebusinessactivitylicensed.LICENSEMUSTBEPOSTEDINTHEPLACEOFBUSINESSFORWHICHITISISSUED1055SGradyWay,RentonWA98057(425)430-6851licensing@rentonwa.gov Lift Station and Force Main Rehab Phase 2 (Group 1B) Cover WWP-27-04059 2021 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Lift Station and Force Main Rehab Phase 2 (Group 1B) PROJECT NO. WWP-27-04059 Winter 2021 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS Lift Station and Force Main Rehab Phase 2 (Group 1B) Table of Contents WWP-27-04059 2021 CITY OF RENTON Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 Table of Contents VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INSTRUCTIONS AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON 4. PREVAILING HOURLY MINIMUM WAGE RATES REFERENCE 5. SCOPE OF WORK 6. INSURANCE GUIDELINES III. PROJECT PROPOSAL (FORMS ARE TO BE SUBMITTED FOR THE BID) 1. PROJECT PROPSAL COVER 2. PROPOSAL AND COMBINED AFFIDAVIT & CERTIFICATE FORM: NON-COLLUSION, ANTI- TRUST CLAIMS, MINIMUM WAGE 3. SCHEDULE OF PRICES 4. RESPONSIBLE BIDDER QUALIFICATION 5. BIDDER PROJECT LIST 6. PROPOSAL BID BOND 7. CERTIFICATE OF REGISTRATION DEPARTMENT OF LABOR AND INDUSTRIES 8. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 9. CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES 10. SUBCONTRACTOR LIST IV. AGREEMENT FORMS (FORMS ARE TO BE SUBMITTED WITHIN 10 DAYS OF NOTICE OF AWARD) 1.AGREEMENT 2.CONTRACT BOND TO THE CITY OF RENTON 3.FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. RETAINAGE SELECTION V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. TECHNICAL SPECIFICATIONS VOLUME II – CONSTRUCTION PLANS City of Renton Contract Provisions for Lift Station and Force Main Rehab Phase 2 (Group 1B) Project ______________________________________________________________________________ I. CALL FOR BIDS Lift Station and Force Main Rehab Phase 2 (Group 1B) Call for Bids WWP-27-04059 2021 CALL FOR BIDS CITY OF RENTON Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 Sealed bids will be received until 2:00 p.m., January 11, 2022, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. No mailed, FedEx, or UPS delivered bids will be accepted. Please include the bidder’s name, address, and the name of the project on the envelope. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m., January 11, 2021 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted. The bid opening meeting can be accessed via video conference by: •Clicking this link to join the Zoom meeting: •https://us02web.zoom.us/j/82659329844?pwd=TjNoV0t2SDhrQ1R0TXhGZHh5OWkwdz09 •Using the Zoom app: Meeting ID: 826 5932 9844; Passcode: 491959; •Via telephone by dialing: 253-215-8782, followed by 82659329844#, *491959#. •Zoom is free to use and is available at https://zoom.us/. The work to be performed within 160 working days from the date of commencement under this contract shall include, but not be limited to: •Lift stations included in Phase 2 (Group 1B) are as follows: o Baxter Lift Station o Devil’s Elbow Lift Station o East Valley Lift Station •Mechanical Improvements: o Installation of pigging port access assemblies o Vactor piping installation inside wet wells o Pump impeller replacement •Structural Improvements: o Removal of existing wet well coating •Electrical Improvements: o Rerouting secondary conductors, emergency engine generator installation and its ancillary equipment o Modifying and replacing existing control panels •Force Main Improvements: o Installation of magnetic markers along force main alignment •Site Improvements at Devil’s Elbow Lift Station: o Slope Stabilization o Storm Drainage Improvements CAG-21-261 Lift Station and Force Main Rehab Phase 2 (Group 1B) Call for Bids WWP-27-04059 2021 •Construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration asphalt restoration, and concrete restoration. The estimated project cost is $750,000 to $1,000,000 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 December 14, 2021. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builders Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. The majority of the work around the lift stations can be accessed publicly. However, there will be a non-mandatory Pre-Bid Meeting on January 4, 2022 at 9:00 am so that the prospective bidders can observe the work inside the wet wells, valve vaults and other structures. The meeting will start at the East Valley Lift Station (3351 East Valley Road, Renton, WA 98057) and will continue to Baxter and Devil’s Elbow lift station. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. Women and Minority Business Enterprises (WMBE) are encouraged to bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Questions about the project shall be addressed to Joe Stowell, Public Works Department, at 425-430- 7212 or jstowell@rentonwa.gov. Jason A. Seth, CMC, City Clerk Published: Daily Journal of Commerce December 14, 2021 Daily Journal of Commerce December 21, 2021 City of Renton Contract Provisions for Lift Station and Force Main Rehab Phase 2 (Group 1B) Project ______________________________________________________________________________ II. INFORMATION FOR BIDDERS Lift Station and Force Main Rehab Phase 2 (Group 1B) Instructions to Bidders WWP-27-04059 Page 1 of 5 2021 INSTRUCTIONS TO BIDDERS Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 1. Sealed bids for this proposal will be received by the City of Renton at the lobby of Renton City Hall, until the time and date specified in the Call for Bids. No mailed or delivered bids (FedEx, UPS, USPS, etc.) will be accepted. The bids will be publicly opened and read via Zoom video conference as specified in the Call for Bids, after which the bids will be considered, and the award made as early as practicable. No proposal may be changed 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 Manager. Written addenda to clarify questions that arise may then be issued. Submit questions via email to [insert email address here]. The bidder shall include “Bid Question - Lift Station and Force Main Rehab Phase 2 (Group 1B)” in the subject line. 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. Questions received less than 4 business days prior to the date of sealed bid submittal may not be answered. The city will not be responsible for other explanations or interpretations of the bid documents. 3. The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The city reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www/bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.” Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 6. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 7. 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. Lift Station and Force Main Rehab Phase 2 (Group 1B) Instructions to Bidders WWP-27-04059 Page 2 of 5 2021 8. 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. 9. 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. 10. 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. 11. The bidder shall, upon request, furnish information to the city as to his financial and practical ability to satisfactorily perform the work. 12. Payment for this work will be made by check or electronic transfer. 13. 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 Section 1- 07.18 “Public Liability and Property Damage Insurance”. 14. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 15. 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. 16. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 17. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the city. The intent is to award to only one BIDDER. 18. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems Lift Station and Force Main Rehab Phase 2 (Group 1B) Instructions to Bidders WWP-27-04059 Page 3 of 5 2021 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. 19. 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 issues 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. 20. 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. 21. 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 "2021 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. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon Lift Station and Force Main Rehab Phase 2 (Group 1B) Instructions to Bidders WWP-27-04059 Page 4 of 5 2021 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. BIDDER’S CHECKLIST Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. 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 the date and time that bids are due. The following documents shall be submitted with the bid. For each of the following items, the form included in these Bid Documents must be used; no substitute will be accepted. ☐Project Proposal Cover ☐Proposal And Combined Affidavit & Certificate Form: Non-Collusion, Anti-Trust Claims, Minimum Wage ☐ Schedule of Prices - Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. ☐ Responsible Bidder Qualification ☐ Bidder Project List ☐ Proposal Bid Bond - If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. ☐ Certificate of Registration Department of Labor and Industries ☐ Acknowledgement of Receipt of Addenda ☐ Contractor Certification, Wage Law Compliance – Responsibility Criteria, Washington State Public Works Contracts ☐ Subcontractor List CONTRACT CHECKLIST The following documents are to be executed by the successful Bidder after the Contract is awarded. a.Agreement – The form included in these Bid Documents must be used; no substitute will be accepted. Lift Station and Force Main Rehab Phase 2 (Group 1B) Instructions to Bidders WWP-27-04059 Page 5 of 5 2021 b.Contract Bond – The form included in these Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety’s by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c.Fair Practices Policy Affidavit of Compliance – The form included in these Bid Documents must be used; no substitute will be accepted. d.Retainage Method Selection - The form included in these Bid Documents must be used; no substitute will be accepted. e.Certificates of Insurance – To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as “Additional Insured” on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. Lift Station and Force Main Rehab Phase 2 (Group 1B) Summary of Fair Practices Policy WWP-27-04059 2021 Lift Station and Force Main Rehab Phase 2 (Group 1B) Summary of ADA Policy WWP-27-04059 2021 Lift Station and Force Main Rehab Phase 2 (Group 1B) Table of Contents WWP-27-04059 2021 WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in King County, may be found at the following website address of the Department of Labor and Industries: https://secure.lni.wa.gov/wagelookup/. Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. The applicable effective date for prevailing wages for this project is the bid opening date as shown in the Call for Bids. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The State of Washington “Statement of Intent to Pay Prevailing Wages” and “Affidavit of Wages Paid – Public Works Contract” may be filed on line with the Department of Labor and Industries. Lift Station and Force Main Rehab Phase 2 (Group 1B) Scope of Work WWP-27-04059 2021 SCOPE OF WORK Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to various mechanical, structural, electrical, force main, and site improvements on multiple lift stations across the city: Lift stations included in Phase 2 (Group 1B) are as follows: o Baxter Lift Station o Devil’s Elbow Lift Station o East Valley Lift Station Mechanical Improvements: o Installation of pigging port access assemblies o Vactor piping installation inside wet wells o Pump impeller replacement Structural Improvements: o Removal of existing wet well coating Electrical Improvements: o Rerouting secondary conductors, emergency engine generator installation and its ancillary equipment o Modifying and replacing existing control panels Force Main Improvements: o Installation of magnetic markers along force main alignment Site Improvements at Devil’s Elbow Lift Station: o Slope Stabilization o Storm Drainage Improvements Construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration asphalt restoration, and concrete restoration. A total of 160 working days is allowed for completion of the project. For Bid Item Descriptions see Technical Specifications Division 18 Measurement and Payment 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. City of Renton Contract Provisions for Lift Station and Force Main Rehab Phase 2 (Group 1B) Project ______________________________________________________________________________ II.7 Insurance Requirements See Special Provisions Section 1-07.18, Sample ACCORD Certificate, and Sample Endorsement Form following this page. The ACCORD Certificate Holder should be addressed to: City of Renton Attn Joe Stowell 1055 S Grady Way Renton, WA 98057 CERTIFICATEOFLIABILITYINSURANCETHISCERTIFICATEISISSUEDASAMATTEROFINFORMATIONONLYANDCONFERSNORIGHTSUPONTHECERTIFICATEHOLDER.THISCERTIFICATEDOESNOTAFFIRMATIVELYORNEGATIVELYAMEND,EXTENDORALTERTHECOVERAGEAFFORDEDBYTHEPOLICIESBELOW.THISCERTIFICATEOFINSURANCEDOESNOTCONSTITUTEACONTRACTBETWEENTHEISSUINGINSURER(S),AUTHORIZEDREPRESENTATIVEORPRODUCER,ANDTHECERTIFICATEHOLDER.IMPORTANT:IfthecertificateholderisanADDITIONALINSURED,thepolicy(ies)musthaveADDITIONALINSUREDprovisionsorbeendorsed.IfSUBROGATIONISWAIVED,subjecttothetermsandconditionsofthepolicy,certainpoliciesmayrequireanendorsement.Astatementonthiscertificatedoesnotconferrightstothecertificateholderinlieuofsuchendorsement(s).CONTACTPRODUCERNAME:—HubInternationalNorthwestLLCPHONEFAX,P0Box3018(AiD,No,ExtI:(425)489-4500p,jc,No):(4L5)4858489E-MAILBothell,WA98041ADDRESS:iow.info@hubinternational.comINSURER(S)AFFORDINGCOVERAGENAIC#—--INSURERA:AdmiralInsuranceCompany24856INSUREDINSURERB:UflitedFinancialCasualtyCompany11770GaryHarperConstruction,Inc.INSURERC:LandmarkAmericanInsuranceCompany3313814831223rdStSEINSURERD:Snohomish,WA98296INSURERE:INSURERF:COVERAGESCERTIFICATENUMBER:REVISIONNUMBER:THISISTOCERTIFYTHATTHEPOLICIESOFINSURANCELISTEDBELOWHAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIODINDICATED.NOTWTHSTANDINGANYREQUIREMENT,TERMORCONDITIONOFANYCONTRACTOROTHERDOCUMENTWiTHRESPECTTOWHICHTHISCERTIFICATEMAYBEISSUEDORMAYPERTAIN,THEINSURANCEAFFORDEDBYTHEPOLICIESDESCRIBEDHEREINISSUBJECTTOALLTHETERMS,EXCLUSIONSANDCONDITIONSOFSUCHPOLICIES.LIMITSSHOWNMAYHAVEBEENREDUCEDBYPAIDCLAIMS.INSRADDLSUBRPOLICYEFFPOLICYEXPLTRTYPEOFINSURANCEINSDWVDPOLICYNUMBERIMMIDDIYYYY)IMMIDDIYYYYILIMITSCOMMERCIALGENERALLIABILITYEACHOCCURRENCE$1,000,000CLAIMS-MADEOCCURXXCA000036730-0212/1/202112/1/2022DAMAGETORENTED300,000PREMISESlEaoccurrence)$A—MEDEXP(Anyoneperson)$5,0001,000,000PERSONAL&ADVINJURY52,000,000GEN’LAGGREGATELIMITAPPLIESPER.GENERALAGGREGATE$POLICYLOCPRODUCTS-COMP/OPAGG$2,000,000$BAUTOMOBILELIABILITYCOMBINEDSINGLELIMIT1,000,000lEaaccident)SXANYAUTOXX04261177012/11202112/112022BODILYINJURY(Perperson)SOWNEDSCHEDULEDAUTOSONLYIAUTOSBODILYINJURY(Peraccident’$AUTSONLYAUTOONLY(Peraccident)SHIREQDNON-cWNEDPROPERTYDAMAGE—$C—UMBRELLALIABXOCCUR——EACHOCCURRENCE$5,000,000XEXCESSLIABCLAIMS-MADELHA25285912/11202112/112022AGGREGATE$5,000,000DEDRETENTIONS$AWORKERSCOMPENSATIONIPERI0TH-ANDEMPLOYERS’LIABILITYSTATUTEAERYINCA000036730-021211120211211/20221,000,000ANYPROPRIETOR/PARTNER/EXECUTIVEENIAELEACHACCIDENT$OFFICER/MEMBEREXCLUDED?1,000,000IMandatoryinNH)ELDISEASE-EAEMPLOYEE$Ifyes.describeunderi,ooo,oooDESCRIPTIONOFOPERATIONSbelowELDISEASE-POLICYLIMITSDESCRIPTIONOFOPERATIONSILOCATIONSIVEHICLES(ACORD101,AdditionalRemarksSchedule,maybeattachedifmorespaceisrequired)RE:LiftStationandForceMainRehabPhase2(Group1B)Project-WWP-27-04059CityofRentonandit’sofficers,electedofficials,employees,agents,consultants,andvolunteersareincludedasAdditionalInsured;coverageisPrimaryandNon-ContributoryandWaiverofSubrogationappliesperattachedforms/endorsements.CERTIFICATEHOLDERCANCELLATIONSHOULDANYOFTHEABOVEDESCRIBEDPOLICIESBECANCELLEDBEFORE.THEEXPIRATIONDATETHEREOF,NOTICEWILLBEDELIVEREDINCityofRentonACCORDANCEWITHTHEPOLICYPROVISIONS.AttnJoeStowell1055SGradyWayRenton,WA98057AUThORIZEDREPRESENTATIVEACORD25(2016/03)©1988-2015ACORDCORPORATION.Allrightsreserved.GARYHAR-06MTAIUIIUIDATE(MMIDDIYYYY)2/15/2022TheACORDnameandlogoareregisteredmarksofACORD PolicyNumber:CA000036730-02CC20101219EffectiveDate:12/1/2021THISENDORSEMENTCHANGESTHEPOLICY.PLEASEREADITCAREFULLY.ADDITIONALINSURED-OWNERS,LESSEESORCONTRACTORS-SCHEDULEDPERSONORORGANIZATIONThisendorsementmodifiesinsuranceprovidedunderthefollowing:COMMERCIALGENERALLIABILITYCOVERAGEPARTSCHEDULENameOfAdditionalInsuredPerson(s)..Location(s)OfCoveredOperationsOr_Organization(s)Anypersonororganizationthatisanowner,lessororman-AlllocationsatwhichtheNamedInsuredisperformingagerofrealpropertyorpersonalpropertyonwhichyouareongoingoperations.performingongoingoperations,oracontractoronwhosebehalfyouareperformingongoingoperations,butonlyifcoverageasanadditionalinsuredisrequiredbyawrittencontractorwrittenagreementthatisan“insuredcontract”,andprovidedthe“bodilyinjury”or“propertydamage”firstoccurs,orthe“personalandadvertisinginjury”offenseisfirstcommitted,subsequenttotheexecutionofthecontractoragreement.InformationrequiredtocompletethisSchedule,ifnotshownabove,willbeshownintheDeclarations.A.SectionII—WhoIsAnInsuredisamendedtoincludeasanadditionalinsuredtheperson(s)ororganization(s)shownintheSchedule,butonlywithrespecttoliabilityfor“bodilyinjury”,“propertydamage”or“personalandadvertisinginjury”caused,inwholeorinpart,by:I.Youractsoromissions;or2.Theactsoromissionsofthoseactingonyourbehalf;intheperformanceofyourongoingoperationsfortheadditionalinsured(s)atthelocation(s)designatedabove.However:1.Theinsuranceaffordedtosuchadditionalinsuredonlyappliestotheextentpermittedbylaw;and2.Ifcoverageprovidedtotheadditionalinsuredisrequiredbyacontractoragreement,theinsuranceaffordedtosuchadditionalinsuredwillnotbebroaderthanthatwhichyouarerequiredbythecontractoragreementtoprovideforsuchadditionalinsured.B.Withrespecttotheinsuranceaffordedtotheseadditionalinsureds,thefollowingadditionalexclusionsapply:Thisinsurancedoesnotapplyto“bodilyinjury”or“propertydamage”occurringafter:1.Allwork,includingmaterials,partsorequipmentfurnishedinconnectionwithsuchwork,ontheproject(otherthanservice,maintenanceorrepairs)tobeperformedbyoronbehalfoftheadditionalinsured(s)atthelocationofthecoveredoperationshasbeencompleted;orCG20101219©InsuranceServicesOffice,Inc.,2018Page1of2D 2.Thatportionof’yourwork”outofwhichtheinjuryordamageariseshasbeenputtoitsintendedusebyanypersonororganizationotherthananothercontractororsubcontractorengagedinperformingoperationsforaprincipalasapartofthesameproject.C.Withrespecttotheinsuranceaffordedtotheseadditionalinsureds.thefollowingisaddedtoSectionIII—LimitsOfInsurance:Ifcoverageprovidedtotheadditionalinsuredisrequiredbyacontractoragreement.themostwewillpayonbehalfoftheadditionalinsuredistheamountofinsurance:1.Requiredbythecontractoragreementor2.Availableundertheapplicablelimitsofinsurance;whicheverisless.Thisendorsementshallnotincreasetheapplicablelimitsofinsurance.CG20101219©InsuranceServicesOffice,Inc.,2018Page2of2EJ PolicyNumber:CA000036730-02CG20371219EffectiveDate:12/1/202ITHISENDORSEMENTCHANGESTHEPOLICY.PLEASEREADITCAREFULLY.ADDITIONALINSURED-OWNERS,LESSEESORCONTRACTORS-COMPLETEDOPERATIONSThisendorsementmodifiesinsuranceprovidedunderthefollowing:COMMERCIALGENERALLIABILITYCOVERAGEPARTPRODUCTS/COMPLETEDOPERATIONSLIABILITYCOVERAGEPARTSCHEDULENameOfAdditionalInsuredPerson(s)LocationAndDescriptionOfOrOrganization(s)CompletedOperationsAnypersonororganizationthatisanowner,lesseeorAlllocationsexceptlocationswhere“yourwork”isorwasmanagerofrealpropertyorpersonalpropertyforwhomyourelatedtoajoborprojectinvolvingsingle-familydwellings.workorhaveworked,oracontractoronwhosebehalfyoumulti-familydwellings(otherthanrentalapartmentsinanworkorhaveworked,butonlyifcoverageasanadditionalapartmentbuilding:(a)originallyconstructedandatalltimesinsuredextendingto“bodilyinjury”or“propertydamage”usedforsuchpurpose,or(b)convertedfromacommercialincludedinthe“products-completedoperationshazard”isbuilding),condominiums,townhomes,townhouses,time-requiredbyawrittencontractorwrittenagreementthatisanshareunits,fractional-ownershipunits,cooperativesand/or“insuredcontract”andprovidedthatthe“bodilyinjury”oranyotherstructureorspaceusedorintendedtobeusedasa“propertydamage”firstoccurssubsequenttotheexecutionresidence.ofthecontractoragreement.InformationrequiredtocompletethisSchedule,ifnotshownabove,willbeshownintheDeclarations.A.SectionII—WhoIsAnInsuredisamendedtoincludeasanadditionalinsuredtheperson(s)ororganization(s)shownintheSchedule,butonlywithrespecttoliabilityfor“bodilyinjury”or“propertydamage”caused,inwholeorinpart,by“yourwork”atthelocationdesignatedanddescribedintheScheduleofthisendorsementperformedforthatadditionalinsuredandincludedinthe“products-completedoperationshazard”.However:I.Theinsuranceaffordedtosuchadditionalinsuredonlyappliestotheextentpermittedbylaw;and2.Ifcoverageprovidedtotheadditionalinsuredisrequiredbyacontractoragreement,theinsuranceaffordedtosuchadditionalinsuredwillnotbebroaderthanthatwhichyouarerequiredbythecontractoragreementtoprovideforsuchadditionalinsured.B.Withrespecttotheinsuranceaffordedtotheseadditionalinsureds,thefollowingisaddedtoSectionIII—LimitsOfInsurance:Ifcoverageprovidedtotheadditionalinsuredisrequiredbyacontractoragreement,themostwewillpayonbehalfoftheadditionalinsuredistheamountofinsurance:1.Requiredbythecontractoragreement;or2.Availableundertheapplicablelimitsofinsurance;whicheverisless.Thisendorsementshallnotincreasetheapplicablelimitsofinsurance.CC20371219©InsuranceServicesOffice,Inc.,2018Page1of1D 3.LimitsofInsurancea.Theamountwewillpayfordamagesislimitedasdescribedbelowwithrespecttodamagescoveredunderthisendorsement:(I)TheAggregateLimitshownintheScheduleisthemostwewillpayforthesumofalldamagesbecauseof“propertydamage”;(2)TheEachOccurrenceLimitshownaboveisthemostwewillpaforthesumofalldamagesbecauseof“propertydamage”arisingoutofanyone“occurrence”:(3)SupplementaryPaymentswillreducetheEachOccurrenceandAggregateLimitsofInsuranceshownintheSchedule:and(4)AllsumswepayfordamagesorSupplementaryPaymentsunderthisendorsementwillreducetheEachOccurrenceLimitandtheGeneralAggregateLimitshownintheDeclarations.4.OtherInsuranceThisinsuranceisexcessoveranyothervalidandcollectiblePropertyorInlandMarineinsuranceavailabletoyou.eitherasaNamedInsuredoranAdditionalInsured,whetherprimary.excess.contingentoranyotherbasis.PRIMARYANDNONCONTRIBUTORY-OTHERINSURANCECONDITION(InsuranceServicesOfficeEndorsementCG20010413)ThefollowingisaddedtotheOtherInsuranceConditionandsupersedesanyprovisiontothecontrary:PrimaryAndNoncontributoryInsuranceThisinsuranceisprimarytoandwillnotseekcontributionfromanyotherinsuranceavailabletoanadditionalinsuredunderyourpolicyprovidedthat:(1)TheadditionalinsuredisaNamedInsuredundersuchotherinsurance:and(2)Youhaveagreedinwritinginacontractoragreementthatthisinsurancewouldbeprimaryandwouldnotseekcontributionfromanyotherinsuranceavailabletotheadditionalinsured.WAIVEROFTRANSFEROFRIGHTSOFRECOVERYAGAINSTOTHERSTOUS(InsuranceServicesOfficeEndorsementCG24040509)SCHEDULENameOfPersonOrOrganization:Anypersonororganization,butonlyifthefollowingconditionsaremet:(I)Youhaveexpresslyagreedtothewaiverinawrittencontract;and(2)Theinjuryordamagefirstoccurssubsequenttotheexecutionofthewrittencontract.InformationrequiredtocompletethisSchedule,ifnotshownabove,willbeshownintheDeclarations.ThefollowingisaddedtoParagraph8.TransferOfRightsOfRecoveryAgainstOthersToUsofSectionIV—Conditions:WewaiveanyrightofrecoverywemayhaveagainstthepersonororganizationshownintheScheduleabovebecauseofpaymentswemakeforinjuryordamagearisingoutofyourongoingoperationsor“yourwork”doneunderacontractwiththatpersonororganizationandincludedinthe“products-completedoperationshazard”.ThiswaiverappliesonlytothepersonororganizationshownintheScheduleabove.AD68930117IncludescopyrightedmaterialofInsuranceServicesOffice,Inc.,Page3of8Dwithitspermission,2009,2012&2013. CONTRACTUALLIABILITY-RAILROADSScheduledRailroad:DesignatedJobSite:Anyrailroad,butonlyifthefollowingconditionsaremet:Anyjobsitecoveredbythisinsurancewhereyouareper-a.YouhaveexpresslyagreedtoindemnifytherailroadinformingoperationsfororaffectingaScheduledRailroad.awrittencontractenteredintobyyou:andb.Theinjuryordamageoccurssubsequenttotheexecutionofthewrittencontract.(Ifnoentryappearsabove.informationrequiredtocompletethisendorsementwillbeshownintheDeclarationsasapplicabletothisendorsement.)Withrespecttooperationsperformedfor,oraffecting.aScheduledRailroadataDesignatedJobSite.thedefinitionofinsuredcontractintheDefinitionssectionisreplacedbythefollowing:9.InsuredContract”means:a.Acontractforaleaseofpremises.However,thatportionofthecontractforaleaseofpremisesthatindemnitiesanypersonororganizationfordamagebyfiretopremiseswhilerentedtoyouortemporarilyoccupiedbyyouwithpermissionoftheownerisnotan“insuredcontract”;b.Asidetrackagreement;c.Anyeasementorlicenseagreement;d.Anobligation,asrequiredbyordinance,toindemnifyamunicipality,exceptinconnectionwithworkforamunicipality;e.Anelevatormaintenanceagreement;f.Thatpartofanyothercontractoragreementpertainingtoyourbusiness(includinganindemnificationofamunicipalityinconnectionwithworkperformedforamunicipality)underwhichyouassumethetortliabilityofanotherpartytopayfor“bodilyinjury”or“propertydamage”toathirdpersonororganization.Tortliabilitymeansaliabilitythatwouldbeimposedbylawintheabsenceofanycontractoragreement.Paragraphf.doesnotincludethatpartofanycontractoragreement:(1)Thatindemnifiesanarchitect,engineerorsurveyorforinjuryordamagearisingoutof:(a)Preparing,approvingorfailingtoprepareorapprovemaps,shopdrawings,opinions,reports,surveys,fieldorders,changeordersordrawingsandspecifications;or(b)Givingdirectionsorinstructions,orfailingtogivethem,ifthatistheprimarycauseoftheinjuryordamage;(2)Underwhichtheinsured,ifanarchitect,engineerorsurveyor,assumesliabilityforaninjuryordamagearisingoutoftheinsured’srenderingorfailuretorenderprofessionalservices,includingthoselistedinParagraph(1)aboveandsupervisory,inspection,architecturalorengineeringactivities.DESIGNATEDCONSTRUCTIONPROJECT(S)GENERALAGGREGATELIMIT(WITHTOTALAGGREGATELIMITFORCOVERAGESA,BANDC)SCHEDULEDesignatedConstructionProjects:Allconstructionprojectscoveredbythisinsurance.(Ifnoentryappearsabove,informationrequiredtocompletethisendorsementwillbeshownintheDeclarationsasapplicabletothisendorsement.)AD68930117IncludescopyrightedmaterialofInsuranceServicesOffice.Inc..withitspermission,2009,2012&2013.(InsuranceServicesOfficeEndorsementCG24171001)SCHEDULEPage4of8D A.Forallsumswhichtheinsuredbecomeslegallyobligatedtopayasdamagescausedby“occurrences”underCOVERAGEA(SECTIONI),andforallmedicalexpensescausedbyaccidentsunderCOVERAGEC(SECTIONI),whichcanbeattributedonlytoongoingoperationsatasingledesignatedconstructionprojectshownintheScheduleabove:1.AseparateDesignatedConstructionProjectGeneralAggregateLimitappliestoeachdesignatedconstructionproject.andthatlimitisequaltotheamountoftheGeneralAggregateLimitshownintheDeclarations.However,themostwewillpayundertheDesignatedConstructionProjectGeneralAggregateLimitforallDesignatedConstructionProjectscombinedis55,000.0002.TheDesignatedConstructionProjectGeneralAggregateLimitisthemostwewillpayforthesumofalldamagesunderCOVERAGEA.exceptdamagesbecauseof“bodilyinjury”or“propertydamage”includedinthe“products-completedoperationshazard”,andformedicalexpensesunderCOVERAGECregardlessofthenumberof:a.Insureds:b.Claimsmadeor“suits”brought:orc.Personsororganizationsmakingclaimsorbringing“suits”.3.AnypaymentsmadeunderCOVERAGEAfordamagesorunderCOVERAGECformedicalexpensesshallreducetheDesignatedConstructionProjectGeneralAggregateLimitforthatdesignatedconstructionproject.SuchpaymentsshallnotreducetheGeneralAggregateLimitshownintheDeclarationsnorshalltheyreduceanyotherDesignatedConstructionProjectGeneralAggregateLimitforanyotherdesignatedconstructionprojectshownintheScheduleabove.4.ThelimitsshownintheDeclarationsforEachOccurrence.FireDamageandMedicalExpensecontinuetoapply.However,insteadofbeingsubjecttotheGeneralAggregateLimitshownintheDeclarations,suchlimitswillbesubjecttotheapplicableDesignatedConstructionProjectGeneralAggregateLimit.B.Forallsumswhichtheinsuredbecomeslegallyobligatedtopayasdamagescausedby“occurrences”underCOVERAGEA(SECTIONI),andforallmedicalexpensescausedbyaccidentsunderCOVERAGEC(SECTIONI),whichcannotbeattributedonlytoongoingoperationsatasingledesignatedconstructionprojectshownintheScheduleabove:I.AnypaymentsmadeunderCOVERAGEAfordamagesorunderCOVERAGECformedicalexpensesshallreducetheamountavailableundertheGeneralAggregateLimitortheProducts-CompletedOperationsAggregateLimit,whicheverisapplicable:and2.SuchpaymentsshallnotreduceanyDesignatedConstructionProjectGeneralAggregateLimit.C.Whencoverageforliabilityarisingoutofthe“products-completedoperationshazard”isprovided,anypaymentsfordamagesbecauseof“bodilyinjuly”or“propertydamage”includedinthe“products-completedoperationshazard”willreducetheProducts-CompletedOperationsAggregateLimit,andnotreducetheGeneralAggregateLimitnortheDesignatedConstructionProjectGeneralAggregateLimit.D.Iftheapplicabledesignatedconstructionprojecthasbeenabandoned,delayed,orabandonedandthenrestarted,oriftheauthorizedcontractingpartiesdeviatefromplans,blueprints,designs,specificationsortimetables,theprojectwillstillbedeemedtobethesameconstructionproject.E.TheprovisionsofLimitsOfInsurance(SECTIONIII)nototherwisemodifiedbythisendorsementshallcontinuetoapplyasstipulated.IV.ADDITIONALINSUREDSADDITIONALINSURED-LESSOROFLEASEDEQUIPMENT-AUTOMATICSTATUSWHENREQUIREDINLEASEAGREEMENTWITHYOU(InsuranceServicesOfficeEndorsementCC20340413)A.SectionIl—WhoIsAnInsuredisamendedtoincludeasanadditionalinsuredanyperson(s)ororganization(s)fromwhomyouleaseequipmentwhenyouandsuchperson(s)ororganization(s)haveagreedinwritinginacontractoragreementthatsuchperson(s)ororganization(s)beaddedasanadditionalinsuredonyourpolicy.Suchperson(s)ororganization(s)isaninsuredonlywithrespecttoliabilityfor“bodilyinjury”,“propertydamage”or“personalandadvertisinginjury”caused,inwholeorinpart.byyourmaintenance,operationoruseofequipmentleasedtoyoubysuchperson(s)ororganization(s).However,theinsuranceaffordedtosuchadditionalinsured:1.Onlyappliestotheextentpermittedbylaw;andAD68930117IncludescopyrightedmaterialofInsuranceServicesOffice,Inc.,Page5of8Dwithitspermission.2009.2012&2013. OtherInsuranceTheinsuranceprovidedbythisHiredAutoCoverageendorsementisexcessoveranyothervaildandcoNectibleinsurance,whetherprimary,excess,orcontingent.PremiumagreementThepremiumforthisHiredAutoCoverageisbasedonthecostofhire,andissubjecttoaminimumcostofhire.Wemayauditthecostofhireandchargeappropriatelyforadditionalpremiumforuptothreeyearsafterthepolicyexpiration.ThisdoesnotalterorlimitourgeneralauditrightsundertheGeneralProvisionssectionofthispolicy.ALLOTHERTERMS,LIMITS,ANDPROVISIONSOFTHEPOLICYREMAINUNCHANGED.orm2366(02/11)BLANKETADDITIONALINSUREDENDORSEMENTThisendorsementmodifiesinsuranceprovidedbytheCommercialAutoPolicy,MotorTruckCargoLegalLiabilityCoverageEndorsement,and/orCommercialGeneralLiabilityCoverageEndorsement,asappearsonthedeclarationspage.Alltermsandconditionsofthepolicyapplyunlessmodifiedbythisendorsement.IfyoupaythefeeforthisBlanketAdditionalInsuredEndorsement,weagreewithyouthatanypersonororganizationwithwhomyouhaveexecutedawrittenagreementpriortoanylossisaddedasanadditionalinsuredwithrespecttosuchliabilitycoverageasisaffordedbythepolicy,butthisinsuranceappliestosuchadditionalinsuredonlyasapersonororganizationliableforyouroperationsandthenonlytotheextentofthatliability.Thisendorsementdoesnotapplytoacts,omissions,products,work,oroperationsoftheadditionalinsured.Regardlessoftheprovisionsofparagrapha.andb.oftheQtherInsurance”clauseofthispolicy,ifthepersonororganizationwithwhomyouhaveexecutedawrittenagreementhasotherinsuranceunderwhichitisthefirstnamedInsuredandthatinsurancealsoapplies,thenthisinsuranceisprimarytoandnon-contributorywiththatotherinsurancewhenthewrittencontractoragreementbetweenyouandthatpersonororganization,signedandexecutedbyyoubeforethebodilyinjuryorpropertydamageoccursandineffectduringthepolicyperiod,requiresthisinsurancetobeprimaryandnon-contributory.38 Innowaydoesthisendorsementwaivethe“OtherInsurance”clauseofthepo.icy,normakethispolicyprimarytothirdpartieshiredbytheinsuredtoperformworkfortheinsuredorontheinsured’sbehalf.ALLOTHERTERMS,LIMITS,ANDPROVISIONSOFTHEPOLICYREMAINUNCHANGEDForm2367(06/10)BLANKETWAIVEROFSUBROGATIONENDORSEMENTThisendorsementmodifiesinsuranceprovidedbytheCommercialAutoPolicy,MotorTruckCargoLegalLiabilityCoverageEndorsement,and/orCommercialGeneralLiabilityCoverageEndorsement,asappearsonthedeclarationspage.Alltermsandconditionsofthepolicyapplyunlessmodifiedbythisendorsement.IfyoupaythefeeforthisBlanketWaiverofSubrogationEndorsement,weagreetowaiveanyandallsubrogationclaimsagainstanypersonororganizationwithwhomawrittenwaiveragreementhasbeenexecutedbythenamedinsured,asrequiredbywrittencontract,priortotheoccurrenceofanyloss.ALLOTHERTERMS,LIMITS,ANDPROVISIONSOFTHEPOLICYREMAINUNCHANGED.Form2368(06/10)LOAN/LEASEGAPCOVERAGEENDORSEMENTThisendorsementmodifiesinsuranceprovidedbytheCommercialAutoPolicy.Alltermsandconditionsofthepolicyapplyunlessmodifiedbythisendorsement.INSURINGAGREEMENT—LOAN/LEASEPAYOFFCOVERAGEIfyoupaythepremiumforthiscoverage,andtheinsuredautoforwhichthiscoveragewaspurchasedisdeemedbyustobeatotalloss,wewillpay,inadditiontoanyamountsotherwisepayableunderPartIIofyourpolicy,thedifferencebetween:1.theactualcashvalueoftheinsuredautoatthetimeofthetotalloss;and2.anygreateramounttheowneroftheinsuredautoislegallyobligatedtopayunderawrittenloanorleaseagreementtowhichtheinsuredautoissubjectatthetimeofthetotalloss,reducedby:39 portionateshareistheproportionthattheLimitofLiabilityofthispolicybearstothetotalofthelimitsofaNtheCoverageFormsandpoNciescoveringonthesamebasis.4.TwoorMorePoNciesIssuedByUsIfanyapplicableinsuranceotherthanthispolicyisissuedtoyoubyus,oranycompanyaffiliatedwithus,andappliestothesameaccidentorloss,thetotalamountpayableamongallsuchpoliciesshallnotexceedthelimitsprovidedbythesinglepolicywiththehighestlimitsofliability.5.LegalActionAgainstUsWemaynotbesuedunlessthereisfullcompliancewithallthetermsofthispolicy.WemaynotbesuedforpaymentunderPart[.-.--LiabilityToOthersuntiltheobligationofaninsuredunderPartItopayisfinallydeterminedeitherbyjudgmentagainstthatinsuredafteractualtrialorbywrittenagreementoftheinsured,theclaimant,andus.Noonewillhaveanyrighttomakeusapartytoalawsuittodeterminetheliabilityofaninsured.6.OurRecoveryRightsIntheeventofanypaymentunderthispolicy,weareentitledtoalltherightsofrecoveryofthepersonororganizationtowhompaymentwasmade.Thatpersonororganizationmustsignanddelivertousanylegalpapersrelatingtothatrecovery,dowhateverelseisnecessarytohelpusexercisethoserights,anddonothingafterthelossoraccidenttoharmourrights.Whenapersonhasbeenpaiddamagesbyusunderthispolicyandalsorecoversfromanother,theamountrecoveredfromtheothershallbeheldintrustforusandreimbursedtoustotheextentofourpayment,providedthatthepersontooronbehalfofwhomsuchpaymentismadeisfullycompensatedfortheirloss.Intheeventrecoveryhasalreadybeenmadefromtheresponsibleparty,anyrightstorecoverybytheperson(s)claimingcoverageunderthispolicynolongerexist.7.AssignmentInterestinthispolicymaynotbeassignedwithoutourwrittenconsent.Ifthepolicyholdernamedonthedeclarationspageisanaturalpersonandthatpersondies,thepolicywillcover:a.anyothernamedinsuredonthepolicy;25 b.thelegalrepresentativeofthedeceasedpersonwhHeactingwithinthescopeofdutyofalegalrepresentative;andc.anypersonhavingpropercustodyofyourInsuredautountNalegalrepresentativeisappointed,butinnoeventformorethan30daysafterthedateofdeath.8.WaiverNoticetoanyagentorknowledgepossessedbyanyagentorotherpersonshallnotchangeoreffectawaiveronanyportionofthispolicynorpreventusfromexercisinganyofourrightsunderthispolicy.9.BankruptcyWearenotrelievedofanyobligationunderthispolicybecauseofthebankruptcyorinsolvencyofaninsured.10.InspectionandAuditWeshallhavetherighttoinspectyourpropertyandoperationsatanytime.Thisincludes,butisnotlimitedto,therighttoinspectandauditthemaintenanceofanyautoscoveredhereunder,theidentityofyourdriversandtheirdrivingrecords,andyourradiusofoperations.Indoingso,wedonotwarrantthatthepropertyoroperationsaresafeandhealthful,orareincompliancewithanylaw,ruleorregulation.Weshallalsohavetherighttoexamineandaudityourbooksandrecordsatanytimeduringthepolicyperiodandanyextensionsofthatperiodandwithinthreeyearsafterterminationofthepolicy,asfarastheyrelatetothesubjectmatterofthisinsurance.11.FraudorMisrepresentationThispolicywasissuedinrelianceupontheinformationprovidedonyourinsuranceapplication.Wemayvoidthispolicyatanytime,includingaftertheoccurrenceofanaccidentorloss,ifyou:1.madeincorrectstatementsorrepresentationstouswithregardtoanymaterialfactorcircumstance;2.concealedormisrepresentedanymaterialfactorcircumstance;or3.engagedinfraudulentconduct;atthetimeofapplication.Thismeansthatwewillnotbeliableforanyclaimsordamagesthatwouldotherwisebecovered.Anychangeswemakeatyourrequesttothispolicyafterinceptionwillbemadeinrelianceuponinformationyouprovide.Ifyou:1.makeincorrectstatementsorrepresentationstouswithregardtoanymaterialfactorcircumstance;26 HUBINTLNORTHWESTPRI16RE_If/LIEP0BOX3018COMMERCIALBOTHEL,WA98041NamedinsuredPolicynumber:04261177-0Underwrittenby:UnitedFinancialCasualtyCompanyGARYHARPERCONSTRUCTIONDecember4,2021INCPolicyPeriod:Dec1,2021-Dec1,202214831223RDSTSEPage1of4SNOHOMISH,WA98296progressiveagentcomOnlineServiceMakepayments,checkbillingactivity,printpolicydocuments,orcheckthestatusofaclaim.CommercialAuto1-425-489-4500InsuranceCoverageSummaryContactyouragentforpersonalizedservice.ThisisyourDeclarationsPageForcustomerserviceifyouragentisunavailableortoreportaclaim.YourcoveragebeganthelaterofDecember1,2021at12:01am.oratthetimeyourapplicationisexecutedonthefirstdayofthepolicyperiod.ThispolicyperiodendsonDecember1,2022at12:01a.m.Yourinsurancepolicyandanypolicyendorsementscontainafullexplanationofyourcoverage.Thepolicylimitsshownforanautomaynotbecombinedwiththelimitsforthesamecoverageonanotherauto,unlessthepolicycontractallowsthestackingoflimits.Thepolicycontractisform6912(02/19).Thecontractismodifiedbyforms2852WA(02/19),4757(02/19),Z442(02/19),4852WA(02/19),4881WA(02/19)andZ228(01/11).Thenamedinsuredorganizationtypeisacorporation.OutlineofcoverageDescriptionLimitsDeductiblePremiumLiabilityToOthers$21,453BodilyInjuryandPropertyDamageLiability$1,000,000combinedsinglelimitAnyAutoLegalLiabilityToOthers154BodilyInjuryandPropertyDamageLiability$1,000,000combinedsinglelimitUnderinsuredMotoristBodilyInjury$1,000,000combinedsinglelimit1,649UnderinsuredMotoristPropertyDamage$300,000eachaccident$100330$300hit&runPersonalInjuryProtectionRejected--MedicalPayments$5,000eachperson205Comprehensive859SeeAutoCoverageScheduleLimitofliabilitylessdeductibleCollision3,807SeeAutoCoverageScheduleLimitofliabilitylessdeductibleTotal12monthpolicypremium$28,457NumberofEmployees:(0-10)CostofHire:$5,000orless(ifany)Rateddrivers1.GARYAHARPER2.BOBBYBHElL3.DEREKKHARGRAVE4.PATRICKiWEST5,FRANCISCOSMITH-MARQUEZContinuedroim54S9WA(04/12) Policynumber:04261177-0GARYHARPERCONSTRUCTIONPage2of4Autocoverageschedule12007ChevroletSilveradoC2500ActualCashValue(plus$2000.00PermanentlyAttachedEquip)VIN:1GCHK23657F528245GaragingZipCode:98296Radius:100LiabilityLiabilityUIM81UIMPDMedPayPremium$1,403$223$35$16CampCompCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$96$500$156$1,9292.2008GMCSierraC1500IK1ActualCashValue(plus$2,000.00PermanentlyAttachedEquip)VIN:2GTEC19C081222070GaragingZipCode:98296Radius:100LiabilityLiabilityUIMBlLJIMPDMedPayPremium$3,636$223$32$47CampCampCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$54$500$358$4,3503.2002Ptrb330StatedAmount:*s65000(includingPermanentlyAttachedEquip)VIN:2NPNHD8X22M579336GaragingZipCode:98296Radius:100LiabilityLiabilityUIMRIUIMPDMedPayPremium$3,700$178$63$14CompCompCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$198$500$681$4,8344.2018ChevroletSilveradoC3500ActualCashValue(plus$2,000.00PermanentlyAttachedEquip)VIN:1GB3KYCYOJF127O48GaragingZipCode:98296Radius:100LiabilityLiabilityLIIMRIUIMPDMedPayPremium$1,681$223$38$20CampCompCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$70$500$357$2,3895.2019ChevroletSilveradoC3500ActualCashValue(plus$2,000.00PermanentlyAttachedEquip)VIN:1GB4VCY0KF151239GaragingZipCode:98296Radius:100LiabilityLiabilityUIMBIUIMPDMedPayPremium$3,310$223$35$40CompCampCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$58$500$680$4,346ContinuedForm5480WA(04/i2) Pohcvnumber:04261177-0GARYHARPERCONSTRUCTIONPage3of46.2002Intl257StatedAmount:*$88000(includingPermanentlyAttachedEquip)VIN:1HTGGAER22H5201O3GaragingZipCode:98296Radius:100LiabilityLabtyUIMCiJIMPDMedPayPremium$3149$178$62$14CompCompCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$201$500$745$4,3497.2019ChevroletSilveradoCl500ActualCashValue(plus$2,000.00PermanentlyAttachedEquip)VIN:3GCUYDED2KG218386GaragingZipCode:98296Radius:100LiabilityLiabilityUIMClJIMPDMedPayPremium$2,974$223$38$36ComoCo’linoCollision-PhysicalDamageDeductiblePremumDeductible°remiurnAutoTotalPremium$500$87$500$674$4,0328.2006FordF450SuperDutyStatedAmount:*$79000(includingPermanentlyAttachedEquip)VIN:1FDXF46Y86EA69835GaragingZipCode:98296Radius:100LiabilityLiasiliryJIMCiU’MPDMedPayPremium$1,426$178$27$18CompCompCollisionCollisionPhysicalDamageDeductiblePremiumDeductiblePremiumAutoTotalPremium$500$95$500$156$1,9009.2030NONOwnedAttachedTrir**VIN:NONEGaragingZipCode:98296Radius:100LiabilityLiabilityAutoTotalPremium$174$174*Avehiclesstatedamountshouldindicateitscurrentretailvalue,includinganyspecialorpermanentlyattachedequipment.Intheeventofatotalloss,themaximumamountpayableisthelesseroftheStatedAmountorActualCashValue,lessdeductible.BesuretocheckstatedamountateveryrenewalinoidertoreceivethebestvaluefromyourProgressiveCommercialAutopolicy.**NonOwnedtrailerbutonlywhileattachedtoalistedpowerunitspecificallydescribedonthedeclarationspage.PremiumdiscountsPolicy04261177-0BusinessExperienceandPackageImportantcoveragenoticePleaseinformusifyourbusinessownsanyvehiclesthatarenotcurrentlydescribedontheDeclarationsPage.RememberthatallvehiclesownedbyyourbusinessmustbespecificallydescribedontheDeclarationsPageatthebeginningofeachpolicytermforAnyAutoLiabilitycoveragetoapplytoanowned,unlistedvehicleduringtheterm.ContinuedForm5489WA(04/121 CompanyofficersSecretaryForm5489WA(04/12)Policynumber:04261177-0GARYHARPERCONSTRUCTIONPage4of4 •COMMONPOLICY&diiiiralDECLARATIONSINSURANCEGROUPaBerkleyCompanyCarrier:AdmiralInsuranceCompanyPolicyNo.:CA000036730-03Renewal/Rewriteof:CA000036730-02NamedInsuredandMailingAddressIGARYHARPERCONSTRUCTION.INC.14831223RDSTREETSESNOHOMISH,WA98296POLICYPERIOD:From12/01‘2021to12/01/2022At12:01AMStandardLrneattheaddressoftheNaniedInsuredasstatedhereinTHENAMEDINSUREDIS:CorporationBUSINESSDESCRIPTION:UtilityContractorAUDITPERIOD:AnnualINRETURNFORTHEPAYMENTOFTHEPREMIUMANDSUBJECTTOALLTHETERMSOFTHISPOLICY,WEAGREEWITHYOUTOPROVIDETHEINSURANCEASSTATEDINTHISPOLICY.THISPOLICYCONSISTSOFTHEFOLLOWINGCOVERAGESFORWHICHAPREMIUMISINDICATED.THISPREMIUMMAYBESUBJECTTOADJUSTMENT.BrokerFee:$4,000.00CommercialGeneralLiabilityCoverageSurplusLinesTax:$1,204.00$101,200.00StampingFee:$105.20Products/CompletedOperationsLiabilityCoveragePREMIUM:$101,200.00TERRORISMPREMIUM:TOTALPREMIUM:$101,200.00Form(s)andEndorsement(s)madeapartofthispolicyatinception:REFERTOSCHEDULEOFFORMS.Al0080398ThispolicyisnotbindingunlesscountersignedbyAdmiralInsuranceCompanyoritsauthorizedrepresentative.CountersignedOn:12/3/202IByAuthorizedRepdeativeAt:Seattle,WATHESECOMMONPOLICYDECLARATIONSANDTHECOMMERCIALGENERALLIABILITYCOVERAGEPARTDECLARATIONS(ORPRODUCTS/COMPLETEDOPERATIONSLIABILITYCOVERAGEl’ARTDECLARATIONS(.TOGETHERWITHTHECOMMONPOLICYCONDITIONS.COVERAGEPART(S).FORM(S(ANDENDORSEMENT(S).IFANY.ISSUEDTOFORMAPARTTHEREOF.COMPLETETHEABOVENUMBEREDPOLICY.SurplusLinesBroker:CRCInsuranceServicesThiscontractisregisteredanddeliveredasasurpluslinecoverageundertheinsurancecodeofthestateofWashington,Title48ROW.ItisnotprotectedbyanyWashingtonstateguarantyassociationlaw.DE20010820Page1of1 dCOMMERCIALGENERALLIABILITYCOVERAGEPARTDECLARATIONSINSURANCEGROUPaBerkleyCompanyCARRIERAdmiralInsuranceCompanyPOLICYNUMBERCA000036730-03LIMITSOFINSURANCEEachOccurrenceLimit$1,000,000GeneralAggregateLimit$2.000,000(OtherThanProducts-CompletedOperations)Products-CompletedOperationsAggregateLimit$2,000,000PersonalandAdvertisinglnjLlryLimit$1,000,000DamageToPremisesRentedToYouLimit$300,000AnyOnePremisesMedicalExpenseLimit$5.000AnyOnePersonPREMIUMClassificationCodePremiumBasisRatePerAdvancePremiumOPERATIONSRATEDAS:99946$4,400,000$23.00$1,000$101,200.00WATERMAINSORCONNECTIONSGrossSalesCONSTRUCTIONTotalAdvancePremium$101,200.00MinimumTermPremium$101,200.00THESEDECLARATIONSAREPARTOFTHEPOLICYDECLARATIONSCONTAININGTHENAMEOFTI-IEINSUREDANDTHEPOLICYPERIODDE20020820Page1ofI COMMERCIALEXCESSLIABILITYPOLICYDECLARATIONS945E.PacesFerryRd.Suite1800Atlanta,GA30326THISPOLICYISISSUEDBYTHECOMPANYDESIGNATEDBELOW:COMPANYNAMELandmarkAmericanInsuranceCompany(ANewHampshireStockCo.)POLICYNUMBER:LHA252859NEW:EPRODUCERRENEWALOF:LHA250651CODENO:____________________PRODUCER’SNAMEANDADDRESSTEM1GaryHarperConstructionIncNAMED14831223rdStSEINSUREDSnohomish,WA98296ANDMAILiNGADDRESSITEM2COVERAGE:EXCESSITEM3POLICYPERIODFROM12/1/2021TO12/1/202212:01A.M.STANDARDTIMEATTHEADDRESSOFTHENAMEDINSUREDLIMITSOFINSURANCEITEMEACHOCCURRENCEAGGREGATEWHEREAPPLICABLELIMITS$5,000,000$5,000,000PREMJMPREMIUMBrokerFee:$1,800.00SurplusLinesTax:$1,067.50$51,575.00StampingFee:$53.58FLAT0AUDITABLE—SEEPREMIUMCOMPUTATIONENDORSEMENTITEMENDORSEMENTSATTACHED:PolicyJacket:RSG310010507,ScheduleofUnderlyingInsurance-RSG300020803SEESCHEDULEOFPOLICYATTACHMENTSANDFORMS_________________________DateIssuedDecember17,2021CountersignedByAuthorizedRepresentativeGHRSG300011117SurplusLinesBroker:CRCInsuranceServicesThiscontractisregisteredanddeliveredasasurpluslinecoverageundertheinsurancecodeofthestateofWashington,Title48RCW.ItisnotprotectedbyanyWashingtonstateguarantyassociationlaw. COMMERCIALEXCESSLIABILITYPOLICYDECLARATIONSPOLICYNO.LHA252859ITEM6.SCHEDULEOFUNDERLYINGINSURANCETypeofPolicyInsurerApplicableLimitGENERALLIABILITYADMIRALINSURANCECOMPANY$1,000,000EACHOCCURRENCE$2,000,000GENERALAGGREGATE$2,000,000PRODUCTS/COMPLETEDOPSAGG$1,000,000PERSONAL/ADVERTISINGINJURYAUTOLIABILITYUNITEDFINANCIALCASUALTY$1,000,000COMBINEDSINGLELIMITCOMPANYEMPLOYERSLIABILITYADMIRALINSURANCECOMPANY$1,000,000EACHACCIDENT$1,000,000DISEASEEACHEMPLOYEE$1,000,000DISEASEPOLICYLIMITEMPLOYEEBENEFITSADMIRALINSURANCECOMPANY$1,000,000EACHCLAIM$1,000,000AGGREGATERSG300020803 City of Renton Contract Provisions for Lift Station and Force Main Rehab Phase 2 (Group 1B) Project III. PROJECT PROPOSAL Project Name: Lift Station and Force Main Rehab Phase 2 (Group 1B) City Project Number: WWP-27-04058 City Contract Number: CAG-21-261 Company: dA,Wan- Cr0,4 ri 1/16_,- Address: LE3I a3d S liJ110/1? a-/A V94 Telephone No.: Fax No.: v g6- ( '4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL & COMBINED AFFIDAVIT CERTIFICATE FORM CITY OF RENTON Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement,and the method by which payment will be made for said work,and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: Note: Unit prices for all items,all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition,vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I,the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the Lift Station and Force Main Rehab Phase 2(Group lB)Proposal&Combined Affidavit&Certificate Form WWT-27-0d059 Page I of 2 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT l(vim /aY & Cônirizjéii Name of Bidder's Firm Printed Name: 6aniI . Signature: 0 Address: I143 / e 1 I 51 SLR loAoI41 ( W/ % 7Gi Contact Name(please print): ilani ! 0 c1%ff Phone: 34e0 g6•. %C—( Email: _ e0e7 Names of Members of Partnership: OR 4/A Name of President of Corporation 6aAA/ f'1- f z[// Name of Secretary of Corporation 6.0 A . ! o/rpir Corporation Organized under the laws of With Main Office in State of Washington at I/ L 3/0/7'5rr 976h0/0 ii/- 1 Subscribed and sworn to b l up"* day of 20 wry s.39r.. L iCt ' NotARy`° ,: Notary Public in d for the S ate of ashington PUBLIC z Notary(Print)iXL• i W ``` My appointment expires: 5/ / Lift Station and Force Main Rehab Phase 2(Group lB)Proposal&Combined Affidavit&Certificate Form WWP-27-04059 Page 2 of 2 2f121 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES LIFT STATION AND FORCE MAIN REHAB PHASE 2(GROUP 1 B) Note Show price per unit in figures only Figures written to the right of the dot(decimal)in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents Mobilization, Demobilization, Site Preparation&Clean- up 1 4/4 Sou U L/6 5W.. 1 May not be more than ten percent(10%)of the total amount d the bid. Lump Sum Per Lump Sum 2 COVID-19 Health and Safety Plan(CHSP) 1 600 ° Lump Sum Per Lump S,u ml 00 3 Trench Safety and Shoring 1 7aO,w I/Oa 06 Lump Sum Per Lump Sum 4 Temporary Sedimentation and Erosion Control 1 cocX oc) Lump Sum Per Lump Sum o 5 Traffic Control 1 Lump Sum Per Lump Sum 5UEX, 0 6 Magnetic Markers 9 26 Each Per Each i4'380 o° 7 Vactor Piping Improvements 1 7$cx, c;`-' Lump Sum Per Lump Sum 7 500Gc' 8 Temporary Pump System at Devil's Elbow& Baxter LS 1 gaG' UV Lump Sum Per Lump Sum 9 Landscape Restoration 25 2 YZ c-'`i Square Foot Per Square Foot O5 °2 10 Asphalt Restoration 150 30_30 pa Square Foot Per Square Foot 7 5-5<52 11 Concrete Restoration 350 y 0 GJam,Square Foot Per Square Foot o l/v 12 Baxter Lift Station Mechanical 1 00?° Lump Sum Per Lump Sum 3 VOO O a 13 Baxter Lift Station Electrical 1 N 6t 4%.) ., f LLumpSumPerLumpSum ,f5 t t- v 14 Devil's Elbow Access Road, Shoulder Ditch Stabilization 800 2 o° Linear Foot Per Linear Foot 6o0 15 Devil's Elbow Access Road, Asphalt Drainage Berm 30 60 °C) Linear Foot Per Linear Foot Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF RENTON PUBLIC WORKS DEPARTMENT SCHEDULE OF PRICES LIFT STATION AND FORCE MAIN REHAB PHASE 2(GROUP 1B) Note Show price per unit in figures only. Figures written to the right of the dot(decimal)in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM ITEM WITH UNIT PRICED BID APPROX. UNIT PRICE TOTAL AMOUNT NO. QUANTITY Dollars Cents Dollars Cents 16 Devil's Elbow Lift Station Coating Removal 450 9 , O6 Square Foot Per Square Foot 2,Zr 17 Devil's Elbow Lift Station Mechanical 1 3zoo 0 0 Lump Sum Per Lump Sum,/, 5200 ao 18 East Valley Lift Station Site Work 1i ,W Lump Sum Per Lump Sum 95'5Z?C. 00 19 East Valley Lift Station Electrical 1 2 1 j J Lump Sum Per Lump Sum 1a . 56 012 20 Operations and Maintenance(O&M) Manuals and On 1 3,000 3,000 site Owner Training Lump Sum Per Lump Sum 21 Minor Change 1 50,000 50,000 Lump Sum Per Lump Sum 22 Prepare Construction Records 1 5,000 5,000 Lump Sum Per Lump Sum Subtotal L/74610d, Q,Q 10.1%Sales Tax ,7 7,7/ cV Total 5/0 57/ "" Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Lift Station and Force Main Rehab Phase 2 (Group 1B) Responsible Bidder Cover Page WWP-27-04059 2021 RESPONSIBLE BIDDER QUALIFICATION AND PRE-AWARD QUALIFICATION Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 Project: The City of Renton Public Works Department is calling for bids from qualified contractors to complete improvements to various mechanical, structural, electrical, force main, and site improvements at multiple lift stations across the city. Instructions to Bidder: To be considered a Qualified Bidder, the contractor shall submit this 3-page form, notarized, and provide the requested documentation with their bid package. Please list projects in order of highest dollar amount to lowest; minimum project size of $500,000 or more; and specific lift station and force main projects larger than $250,000. The contractor should have overlapping personal experience from the projects presented on this Call for Bids. A twenty-five year old project should only be listed if those persons associated with that project are currently on staff and available for this project. RESPONSIBLE BIDDER DETERMINATION AND PRE-AWARD QUALIFICATION Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 Name of Bidder: 6Ctir'ti hfCC/rfiler /7 rtL&/cJf L/l C./ Address of Bidder: P-13/ k7AU/IJ/- /11 ?Z Contractor License No.:Z'V KN/1(-1 f15:5)-- Contractor's State Tax No. ZO/ 49O 6 Department of L&I Worker's Comp Acct. No.gf55. .5; List business names used by Bidder during the past five (5) years, if different from above. ti/11 Bidder has been in business continuously from 19.cs/ (Year). Experience with regard to work comparable for this project: 2 7 - years as a Prime Contractor years as a sub-Contractor Number of projects completed in the past five (5)years: 2 ZQAhead of Schedule 7S% On Schedule Behind Schedule List the supervisory personnel to be employed by the Bidder and available for work on this project Project Manager, Foreman, Superintendents, Engineers, etc.) Name Title Time with Bidder z-el 11I PT A`'+1 e /r-'Ic.n 4 vlr 2 7 /5"r S;t' Ans P iCrt Pr 2 Y.'r Lift Station and Force Main Rehab Phase 2(Group 1B) Responsible Bidder Determination and Pre-Award Qualification WWP-27-04059 Page 1 of 2 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal List all projects undertaken in the last five years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client Contract Amount Total Claims Arbitrated Amount of Project Amount or Litigated Settlement 7fil, Has the Bidder ever failed to complete a contract? 710 If yes, provide details: 4 Has the Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance agency for accidents resulting in fatal injury or dismemberment in the past five (5) years? /71) If yes, provide details: 1/6. Lift Station and Force Main Rehab Phase 2(Group 1B) Responsible Bidder Determination and Pre-Award Qualification WWP-27-04059 Page 2 of 2 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal RESPONSIBLE BIDDER DETERMINATION AND PRE-AWARD QUALIFICATION BIDDER NAME: List all projects of similar scope and complexity, completed by the Bidder within the past five (5) years. Include a reference for each project. Contract Year Type of Project Location Contact Name& Project Name Contracting Agency Amount Complete (Water,Transportation,Building,etc.) City,State) Phone Number a I/ ,4 w Lift Station and Force Main Rehab Phase 2(Group 1B) Bidder Project List W W P-27-04059 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2020 Public Works Projects as a General Contractor City of Mercer Island Name of Contract: Pump Station No. 18 Pump Replacement- Pump Stations No. 13, 17 & 24 9611 SE 36th St Generators Replacement, Project No. 2018-P18G131724 Mercer Island, WA 98040 Install owner supplied generators in underground vaults at three pump stations, including new ventilation systems and confined space equipment. Install owner supplied pumps, new piping, valves and ladders at one pump station. Contact: James Moe, Sewer Utility Foreman 206) 960-0602,james.more@mercergov.org JOB COSTS: $573,398.18 Lakehaven W&S District Name of Contract: Lakota Liquid Stream Improvements, Phase 1 (19-1449) PO Box 4249 Mechanical modifications at Lakota WWTP. Install 6 new 10"flow meters and D.I. piping. Federal Way, WA 98003 Install new 4" valves and D.I. piping on 3 WAS pumps. Install new 3" air release piping on existing 10" D.I. pipe. Painting and electrical work. Contact: Molly Du, Project Manager 253) 946-5415, myoung@lakehaven.org JOB COSTS: $528,090.88 City of Kent Name of Contract: Armstrong Well 2 Pump Replacement, Project No. W20089 400 W. Gowe Provide and install new turbine pump in existing well building. Kent, WA 98032 Contact: Bryan Bond, Engineering Project Coordinator 253) 856-5662, Bbond@kentwa.gov JOB COSTS: $97,783.53 King County Water Dist 90 Name of Contract: Pump Station No. 2 System Improvements, Contract No. 2020-01 15606 SE 128th St Remove one old pump, piping, fittings and control valve. Provide and install new pump, Renton, WA 98059 piping, fittings and control valve. Minor concrete work. Contact: Bryan Wolf, PE - Santec Consulting Services, Inc. 425)289-7328, brian.wolf@stantec.com JOB COSTS: $78,735.00 Ronald Wastewater Dist Name of Contract: 2112 & 2118 N. 155th St Sewer Lateral Repair(211909-9) PO Box 33490 Replace existing sewer stubs for 2 side sewers. Restore sidewalk and driveway. Shoreline, WA 98133 Contact: Craig Chrisensen, PE - CHS Engineers 425) 637-3693, craigc@chsengineers.com JOB COSTS: $49,225.89 City of Kirkland Name of Contract: Rose Point Lift Station Improvements, Job No. 22-18-PW 123 5th Ave Construct a new Sewer Lift Station with controls and generator building. Construct soldier Kirkland, WA 98033 pile wall and concrete retaining wall. The new Sewer Lift Station was built into an existing steep slope. Abandon old Sewer Lift Station. Storm drain work, paving and landscaping. Contact: Hunter Richards, Project Representative JOB COSTS: $2,188.694.64 425) 587-3244, Hrichards@kirklandwa.gov Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2019 Public Works Projects as a General Contractor King County Name of Contract: WPTP- Dry Polymer Feeder Replacement, Contract No. C01146C17 Wastewater Treatment Div Replace two existing Dry Polymer Feeders with new units. Replace existing piping to mixing 2501 W Jameson St tanks with new stailness steel pipe. Electrical upgrades. Seattle, WA 98199 Contact: Ken Bergstrom PE, Project Engineer 206)477-2154 JOB COSTS: $545,336 City of Bonney Lake Name of Contract: Prairie Ridge Booster Pump Station - Supply and install two new pumps, PO Box 7380 valves and fittings in Booster Pump Station. Install new controls and electrical work. Bonney Lake, WA 98391 Contact: Doug Budzynski PE, Assistant City Engineer 253)447-4342 JOB COSTS: $320,327 Seattle Public Utilities Name of Contract: Delridge NPDES 99 CSO Gate Retrofit, Contract No. PW#2018-066 700 Fifth Ave Temporary sewer bypass pumping. Remove existing hydrobrake in manhole and install new Seattle, WA 98124 controlled slide gate. Install adjustable weir plate and pressure transducer in overflow manhole. Install actuator vault and actuator for Slide Gate. Install pulser ultrasonic sensor in existing manhole. Contact: James Barnett PE, Senior Resident Engineer SPU 206)477-6483 JOB COSTS: $409,860 Seattle Public Utilities Name of Contract: South Transfer Station Trackout Control, Contract No. PW#2018-078 700 Fifth Ave Replace catch basins on existing tipping floor. Modifications in existing oil/water separator. Seattle, WA 98124 Demolish existing tire wash facility. Install new owner supplied settling tank, form and pour new tire wash facility. Contact: Allan Arayata, Associate Civil Engineer 206)423-2165 JOB COSTS: $606,203 City of Bainbridge Island Name of Contract: Old Treatment Plant Pump Station Replacement- Sewer bypass pumping, 280 Madison Ave N replace existing pumps, motors and control panels at City's Sewer Pump Station. Remove old Bainbridge Island, 98110 generator and building, install a Kohler 40KW generator on new concrete slab. Install new electrical service. Miscellanious site improvements. Contact: Chris Munter, PE, PMP ENV SP 206) 780-3720 JOB COSTS: $415,939 City of Redmond Name of Contract: Wastewater Pump Station No. 2 Rehab, Project No. 20021128 15670 NE 85th St Construct new Sewer Pump Station and demolish old pump station. Dewatering, install 12' Redmond, WA 98073 diameter Caisson Shoring, install new wet well. Temporary bypass pumping, construct new manholes and electrical controls building. Install new electrical and water service lines. Asphalt and landscape restoration. Contact: Mike Haley PE, Senior Project Manager JOB COSTS: $1,701.538 425) 556-2843 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2018 Public Works Projects as a General Contractor King County Name of Contract: Brightwater Storm Drain Alternate Flow, Contract No. C01084C16 Wastewater Treatment Div Temp sewer bypassing. Install new utility vault with two 12" sluice gates. Install 24" sluice gate 22505 SR9 SE in existing manhole, install new 48" manhole, 18" SDR35 pipe, 8" SDR 35 pipe, misc. concrete Woodinville, WA 98072 work, HMA pavement and site restoration. Contact: Pierre Larochelle, Project Representative 206) 263-9458 JOB COSTS: $228,899 City of Burlington Name of Contract: Waste Water Pump Station No. 10 Upgrades, G&O Contract No. 17466.00 833 S. Spruce St Temp bypass pumping, partial demolition of existing wet well, install new slab top of wet well, valve Burlington, WA 98233 vault, meter vault, new pumps, piping, valves, electrical, controls, coatings, concrete work, HMA asphalt, fencing and site restoration. Contact: Don Erickson, Sewer Dept Supervisor 360) 757-4085 JOB COSTS: $707,691 King County Name of Contract: Hollywood & Woodinville Pump Station Install RSP, Contract No. C01180C17 Wastewater Treatment Div Removal and modification of six 14" discharge pipes at two pump stations. Install new gate valve 22505 SR9 SE assemblies. Also includes plugging sewer lines, testing, coatings and site restoration Woodinville, WA 98072 Contact: Gary Casad, Project Representative 206)477-6483 JOB COSTS: $154,770 Port of Seattle Name of Contract: Signature Lift Station Pump Replacement, Contract No. SW-0319198 PO Box 68727 Temp bypass pumping. Remove and replace pumps, piping, floats etc. from wet well. Make SeaTac, WA 98168 modifications to electrician and control panel. HMA asphalt, concrete work and site restoration. Contact: Brian Allen, Construction Manager 206) 787-5880 JOB COSTS: $144,870 City of Issaquah Name of Contract: Pickering Lift Station Revisions, Contract No. SEWR15001 1775 12th Ave NW Upgrades to Lift Station includes new submersible pumps, motor control center, revising pump Issaquah, WA 98027 controls, programming, replace wet well fan and site restoration. Contact: Tony Nguyen, PE - Project Engineer 425) 837-3437 JOB COSTS: $122,567 City of Issaquah Name of Contract: Forest Rim Booster Station, Contract No. WATR17004 1775 12th Ave NW Construct a new booster pump station with associated site piping and tie ins, remove old booster Issaquah, WA 98027 pump station. Landscaping, HMA asphalt, traffic control and site restoration. Contact: Tony Nguyen, PE - Project Engineer JOB COSTS: $1,002,761 425) 837-3437 City of Federal Way Name of Contract: Lakota Park Stormwater Facility Repair, Contract AG#18-082 33328 8th Ave S Repair a settled earthen berm of a stormwater facility in Lakota Park. Replace 470 LF 18" Federal Way, WA 98003 concrete pipe with 24" CPEP pipe. Install two 48" manholes. Repair and restore running track and other site restoration. Contact: Fei Tang, PE - Project Engineer JOB COSTS: $295,533 253) 835-2751 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHCI055LF 2017 Public Works Jobs and Major Projects as a General Contractor Seattle Public Utilities Type of Work: Pump Station 50 Airlift Replacement-Temp bypass pumping, remove all pipe, 700 Fifth Ave compressor and electrical in existing drywell. Remove slab top, install new slab top and convert Seattle, WA 98124 drywell to a wet well. Install new pumps and piping. Install new mechanical/electrical vault with piping, valves, electrical and controls. Restore site and landscaping. Contact: Bobby Jones, PE - Project Representative 206) 276-1762 JOB COSTS: $847,687 City of Issaquah Type of Work: Wildwood Tank Improvements - Upgrade existing 250,000 Gal Water Reservoir. 1775 12th Ave NW Install new mixing system, new overflow piping, new access hatch, ladders and platforms. Issaquah, WA 98027 Construct new seismic reinforcement ring inside of reservoir. Install new Dechlorination vault and automatic valve vault. Electrical and controls Contact: Tony Nguyen, PE - Project Engineer 425) 837-3437 JOB COSTS: $325,147 Alderwood Water and Type of Work: Picnic Point WWTF Air Gap Pump Systems - Construct new CMU building with Wastewater District metal roof. Purchase and install two new Air Gap Pump Skid systems with piping, valves 3626 156th St SW electrical and controls. Lynnwood, WA 98087 Contact: Josiah Hartom, PE - Project Engineer 425) 741-7969 JOB COSTS: $294,632 City of Sultan Type of Work: Grit Equipment Replacement Project- Remove old grit classifier, cyclone and 319 Main St associated equipment purchase and install new grit classifier, cyclone. New electrical. Sultan, WA 98294 Contact: Eric Smith, PE - RH2 Engineering 800) 720-8052 JOB COSTS: $72,807 Lakehaven Water and Type of Work: 2017 Lakota Headworks Screens/Compactor Installation & Upgrades - Replace Sewer District old screens and compactor with owner supplied bar screens and compactor. Install new odor PO Box 4249 control piping, gratings, electrical and controls. Temp bypass pumping. Install new rock trap Federal Way, WA 98063 on existing 48" RC pipe. Install 24" bypass line, 4 slide gates with actuators and retaining wall. Replace 6 actuators with new actuators in headworks. Contact: Aaron Werner, PE - BHC Consultants 206) 357-9925 JOB COSTS: $967,265 City of Lynnwood Type of Work: Lift Station 10 Wet Well Modifications -Temp bypass pumping. Remove old PO Box 5008 grating, piping and slide gates in wet well. Apply Xypex Coatings in wet well. Install new manual Lynnwood, WA 98036 operated slide gates, grating and piping. Install new pig port vault, stairs, railing and concrete slab Contact: Alex Fussell, PE - RH2 Engineers 425) 951-5348 JOB COSTS: $427,955 City of Tukwila Type of Work: 2016 Andover Park East Sewer Repair-Temp bypass pumping. Replace 435 LF 6300 Southcenter Blvd of 12" asbestos pipe with new PVC pipe on Andover Park East. Traffic control, site restoration. Tukwila, WA 98188 Contact: Jeff Faunce, PE -AKANA 206) 768-8500 JOB COSTS: $363,492 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic# GARYHCI055LF 2016 Public Works Jobs and Major Projects as a General Contractor Covington Water District Type of Work: 222nd PI SE Wells C&D Improvements- Demolish two existing vaults for 18631 SE 300th Place for existing wells. Construct two new well buildings. Install new pumps, valves, fittings, piping, Kent, WA 98042 electrical &controls. Misc electrical work in 3 other well buildings. Contact: Fred French 253)631-0565 JOB COSTS: $1,271,349 King County Type of Work: Vashon Treatment Plant UV Disinfection System #C00963C15-Construct new 401 Fifth Ave U.V. Disinfection system and building. Install new inlet&discharge piping. New electrical and Seattle, WA 98104 controls for U.V. System. Demolish old U.V. System. Contact: Glen Hiraki, Project Representative 206) 263-1783 JOB COSTS: $610,144 Hartstene Pointe Type of Work: WAS Pump Station Improvements - Remove old pumps & piping. Install two Water-Sewer District new waste activated sludge pumps, valves,fittings & pipe. Minor electrical work. 772 Chesapeake Dr Contact: Mont Jeffreys, General Manager Shelton, WA 98584 360)427-2413 JOB COSTS: $63,700 Cross Valley Water District Type of Work: Office Site Fueling Station - Install new above ground dual fuel tank. Install 8802 180th St SE oil-water separator. Minor electrical. Restore site. Snohomish, WA 98296 Contact: Curt Brees, General Manager 360)668-6766, Ext 102 JOB COSTS: $89,700 Pierce County Public Works Type of Work: Warner Pump Station Chopper Pump Installation -Temporary bypass pumping. 9850 64th St W Remove old pumps, piping and valves. Install new pumps, piping and valves. Electrical University Place, WA 98467 upgrades. Contact: Jason Beaver, Civil Engineer 253) 798-3089 JOB COSTS: $109,332 Seattle Public Utilities Type of Work: Pump Station 70 Rehab& Forcemain Replacement-Temporary bypass 700 Fifth Ave pumping. Remove all electrical controls, mechanical & HVAC from existing lift station. Install Seattle, WA 98124 new electrical, controls, mechanical & HVAC in existing structure. Install new grating and grating supports. Direction drill new force main. Contact: Rosalind Liston-Riggs, Senior Inspector 206)423-2576 JOB COSTS: $443,359 City of Sumner Public Works Type of Work: Parker Road Pump Station No. 5-Construct a sewer pump station including 1104 Maple St temporary bypass, installation of force main, gravity sewer, new standby generator, electrical Sumner, WA 98390 and controls. Sheet pile shoring &vacuum pump dewatering. Site and street restoration. Contact: Jeff Faunce, PE -Akana 206)768-8500 JOB COSTS: $1,610,780 GY OA, p. Proposal Bid Bond N T KNOW ALL MEN BY THESE PRESENTS,That we,[Contractor] Gary Harper Construction,Inc. of[address] 14831 223rd St SE,Snohomish,WA 98296-3989 as Principal, and [Surety] The Ohio Casualty Insurance Company a corporation duly organized under the laws of the State of New Hampshire and authorized to do business in the State of Washington,as Surety,are held and firmly bound unto the City of Renton in the sum of five(S)percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which,well and truly to be made,we bind ourselves, our heirs,executors, administrators and assigns,and successors and assigns,jointly and severally,firmly by these presents. The condition of this bond is such,that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project,to wit: Lift Station and Force Main Rehab Phase 2 (Group 1B)-WWP-27-04059 said bid and proposal, by reference thereto,being made a part hereof. NOW,THEREFORE,if the said proposal bid by said Principal be accepted,and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten(10)days from and after said award, exclusive of the day of such award,then this obligation shall be null and void,otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten(10)days from and after said award,then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF,the Principal and Surety have caused these presents to be signed and sealed this 7th day of January 2071 . Gary Harper Co structio_n,I.c. The Ohio Casualty Insurance Company Principal] Suret Saaoia 9gs'ature of authorized o r' ial] Signature of authorized official] Gary Harper,President By: Roxana Palacios Title] Attorney-in-Fact] 175 Berkeley Stret Address] Boston,MA 02116 1-800-782-1546 Telephone Number] Approved by City Attorney Lift Station and Force Main Rehab Phase 2(Group 10) Proposal Bid Bond Form WWP-27-04059 Page 1 of 1 2021 Provided to Builders Exchange of WA, inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. 1 . ir Liberty Liberty Mutual Insurance Company f%* Mutual. The Ohio Casualty Insurance Company Certificate No: 8206550-969071 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies°),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Amber Engel;Deanna K.Nakashima;Debbie Lindstrom;Gail E.Tsuboi;Heather Cimuchowski;Holly E.Ulfers;Jamie Armfield;Kathleen M.Mitchell;Peggy A.Firth; Roxana Palacios;Scott Alderman all of the city of Seattle state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of October , 2021 . Liberty Mutual Insurance Company tv 1N3(/R' P, S i Ii4Sv txt1SU7 The Ohio Casualty Insurance Company AJ ootoo`r+ r y0 y, xowPO^ttl'y 6Pooa°O'Pgr yr,West American Insurance Company J 3 Fo to r * Fo C+ cr 3 Fo b 1912 0 ks;;1 1991 2 4:11171A r: o 1t * c By: 4 is CU David M.Carey,Assistant Secretary CTc w t`a State of PENNSYLVANIA ss E N p County of MONTGOMERY g >, 4• = On this 14th day of October , 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o D o m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes E therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 N Nm IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. D 5 PA C*h a0 Cif ON W S F CMngnwealth of Pennsylvania-Notary Seal Q '44! Teresa Peseta,Notary Pubic Ltd&Montgomery County C O CO OF My commission expires March 28,2025 By: 0C8- Commission number 1128044 CO, 1 1Wr M Pennsylvania Associat en of Notaries eresa Pastella,Notary Public Q `o ca ai MY per' This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 ago E•g- Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: to CD ARTICLE IV-OFFICERS:Section 1 Es_ Power of Attorney. o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the 0 co t President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m—_ a• c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall c have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o o> Zo instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the n c`oo provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t n ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 7th day of January , 2022. Pv tN311 P, SY Dist, trisu - AJ looks, yo yJ ,0s,Poi G 4,oRpOR4r yc, 1912 0 0 1919 , 2 1991 2 iodhecime44/4--. a s mo e. B .• Yd AIcNust,4a y° A'ArPg4'as ',F NiNsa o' as y Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Mutti Co 02/21 Y 0 t CZ N-r0 CERTIFICATE OF REGISTRATION DEPARTMENT OF LABOR & INDUSTRIES Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 Name on Registration: _ 4Q/L 1 aY ''" (404s /on Registration Number: Expiration Date: 5/261,15 Note:A copy of the certificate will be requested as part of contract execution when project is awarded. Lift Station and Force Main Rehab Phase 2(Group 1B) Certificate of Registration Dept L&I WW P-27-04059 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal DepartmentofLaborandIndustriesP0Box44450Olympia,WA98504-4450320GARYHARPERCONSTRUCTIONINC14831223RDSTSESNOHOMISHWA982963989:1GARYHARPERCONSTRUCTIONINCReg:CCGARYHCIO55LFUBI:601-606-620RegisteredasprovidedbyLawas:ConstructionContractor(CCO1)-GENERALEffectiveDate:.6/6/1995ExpirationDate:6/3/2023 theThisformmustbesubmittedwithte Bid Proposal CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES The bidder hereby certifies that,within the three-year period immediately preceding the bid solicitation date, the bidder is not a "willful"violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Gars ate' CiptciriLlifd/7 Bidder's Bt siness Na e Signatur of Author zed fficial* Ga/rzy ka-12/-/r. Printed Nam P/214A'cLe4 Title 200 ljg Date City State Check One: Sole Proprietorship Partnership Joint Venture E Corporations] LLC State of poration, or if not a corporation, State where business entity was formed: A If a co-partn rship, give firm name under which business is transacted: 2A If a corporation,proposal must be executed in the corporate name by the president or vice-president(or any other corporate officer accompanied by evidence of authority to sign).If a co-partnership,proposal must be executed by a partner. Lift Station and Force Main Rehab Phase 2(Group 1B) Table of Contents WW P-27-04059 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Lift Station and Force Main Rehab Phase 2 (Group 1B) WWP-27-04059 SUBCONTRACTOR LIST In accordance with RCW 39.30-060: For all public works contracts exceeding $1,000,000 the bidder shall submit the names of the subcontractors with whom the bidder,if awarded the contract,will subcontract for the following work: All heating,ventilation and air conditioning,and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors) shall be submitted as part of the bid. All structural steel installation and rebar installation sub contractors shall be submitted as part of the bid. If the work does not apply to this contract, check the box"Not Applciable". If the work will be self performed by the bidder, check the box"Self Performed". If the subcontractors names are not submitted with the bid OR if two or more subcontractors are named to perform the same work, the bid shall be considered nonresponsive and,therefore, void. If subcontractors vary with bid alternates,please complete a separate form indicating which subcontractors will be used for which bid alternate. Complete the following: If awarded the contract, 1€l/U( IYQ d' (.11 i'will contract with the following subcontractors for the performance of eating,ventilation and air conditioning, plumbing, electrical including automatic controls)work,structural steel installation,and rebar installation (If no subcontractors will be required,still submit the form indicating"not applicable"for each discipline) : The following list of subcontracts is due with the bid. Category of Work Heating,Ventilation &Air Conditioning(HVAC) Not Applicable Subcontractors Name Self Performed E Address Phone No. Contractor's License No. Category of Work Plumbing(per RCW 18.106) Not Applicable E Subcontractors Name 4" „`7 , - .. ,,, d Self Performed ' Address Phone No. Contractor's License No. Category of Work Electrical (per RCW 19.28) Not Applicable Subcontractors Name Agar L L, C Self Performed Revised 3.31 2021 clb Lift Station and Force Main Rehab Phase 2(Group 1B) Instructions to Bidders WWP-27-01059 Page 1 of 2 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Address 00 goac `13 70-5 !lr'l/ tetr4 Phone No. Ar2S-- V/_Szeojptractor's License No.41Qy4 ArAli y-p/p S Category of Work Structural Steel and Rebar Installation Not Applicable O Subcontractors Name Cc,,,ei--,,,e,e-f,gy7-1 ...7.-1-c_. Self Performed Ni Address lei 3/ 22.7'' s r SE '"elazwi-is h P z,e,' gk'2g4- Phone No. 340iR< _/9 s€ontractor's License No. 40K6AP vHcro is F I certify(or declare) under penalty of perjury under the laws of the State of Washington that the information provided by bidder in the subcontractor listing form is true and correct to the best of my knowledge and belief" Signature: C/C Printed Name: lie/ /I • ! I« Date: u4/u/ /// /6U Revised 3,31 2021 clb Lift Station and Force Main Rehab Phase 2(Group IB) Instructions to Bidders WWP-27-04059 Page 2 of 2 2021 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal City of Renton Contract Provisions for Lift Station and Force Main Rehab Phase 2 (Group 1B) Project ______________________________________________________________________________ IV. AGREEMENT FORMS AGREEMENT CONTRACT NO. CAG-21-261 THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter Contractor name], hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1.Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2021 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2.Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Lift Station and Force Main Rehab Phase 2 (Group 1B), WWP-27-04059, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $_______________________________________________________________________________, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. Lift Station and Force Main Rehab Phase 2 (Group 1B) CAG-21-261 Contract Template Updated 12/29/2017 IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR:CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a 'ŽŽ CHECK ONE:Limited Liability Company Partnership Corporation STATE OF INCORPORATION:tŽ CONTRACTOR CONTACT INFORMATION:CITY CONTACT INFORMATION: ŽŽ ŽŽ t Ž Ž City of Renton 1055 South Grady Way Renton, WA 98057 Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is an limited Liability Company, an authorized managing member or manager must sign followed by his/her title. Gary Harper, President 03/28/2022 BondNo.023220800CONTRACTBONDTOTHECITYOFRENTONKNOWALLMENBYTHESEPRESENTS:Thatwe,theundersignedGaryHarperConstruction,Inc.asprincipal,andTheOhioCasualtyInsuranceCompanycorporationorganizedandexistingunderthelawsoftheStateofNewHampshireasasuretycorporation,andqualifiedunderthelawsoftheStateofWashingtontobecomesuretyuponbondsofcontractorswithmunicipalcorporations,assuretyarejointlyandseverallyheldandfirmlyboundtotheCityofRentoninthepenalsumof$518,571.00--forthepaymentofwhichsumondemandwebindourselvesandoursuccessors,heirs,administratorsorpersonrepresentatives,asthecasemaybe.ThisobligationisenteredintopursuanttothestatutesoftheStateofWashington,theOrdinanceoftheCityofRenton.DatedatSeattle-,Washington,this11thday ofFebruary,2022.Nevertheless,theconditionsoftheaboveobligationaresuchthat:WHEREAS,underandpursuanttoContractNo.CAG-21-261providingforconstructionoftheLiftStationandForceMainRehabPhase2(Group1B)WWP-27-04059;thePrincipalhasaccepted,orisabouttoaccept,thecontract,andundertaketoperformtheworkthereinprovidedforinthemannerandwithinthetimesetforth;NOW,THEREFORE,thisPerformanceandPaymentBondshallbesatisfiedandreleasedonlyupontheconditionthatPrincipal:•FaithfullyperformsallprovisionsoftheContractandchangesauthorizedbyOwnerinthemannerandwithinthetimespecifiedasmaybeextendedundertheContract;•Paysalllaborers,mechanics,subcontractors,lowertiersubcontractors,materialpersons,andallotherpersonsoragentswhosupplylabor,equipment,ormaterialstotheProject;•IndemnifiesandholdsOwner,itsofficers,andagentsharmlessfrom andagainstallclaims,liabilities,causesofaction,damages,andcostsforsuchpaymentsforlabor,equipment,andmaterialsbysatisfyingallclaimsanddemandsincurredundertheContract,andreimbursingandpayingOwnerallexpensesthatOwnermayincurinmakinggoodanydefaultbyPrincipal;and•IndemnifiesandholdsOwnerharmlessfromallclaims,liabilities,causesofaction,damagesandcosts,includingpropertydamagesandpersonalinjuries,resultingfromanydefectappearingordevelopinginthematerialprovidedorworkmanshipperformedundertheContract.•Paysalltaxesincurredon saidcontractundertitle50and51RevisedCodeofWashington(RCW)andalltaxesimposedonthePrincipleunderTitle82RCW.TheindemnitiestoOwnershallalsoinuretothebenefitoftheConsultingEngineersandotherdesignprofessionalsretainedbyOwnerinconnectionwiththeProject.Nochange,extensionoftime,alteration,oradditiontothetermsoftheContractortotheWorktobeperformedundertheContractshallinanywayaffectSurety’sobligationonthePerformanceBond.SuretyLiftStationandForceMainRehabPhase2(Group1B)BondtotheCityofRentonWWP-27-040592021 herebywaivesnoticeofanychange,extensionoftime,alteration,oradditiontothetermsoftheContractortheWork.ThisContractBondshallbegovernedandconstruedbythelawsoftheStateofWashington,andvenueshallbeinKingCounty,Washington.INWITNESSWHEREOF,thepartieshaveexecutedthisinstrumentintwo(2)identicalcounterpartsthis11thdayofFebruary202Z.GaryHarperConstruction,Inc.TheOhioCasualtyInsuranceCompanyPrincipalSuretySignatureGaryHarper,PresidentRoxanaPalacios,Attorney-in-FactTitleTitleNameandaddressoflocalofficeofUSIInsuranceServicesagentand/orSuretyCompany:601UnionStreet.Suite1000Seattle,WA98101SiLiftStationandForceMainRehabPhase2(Group1B)WWP-27-04059BondtotheCityofRenton2021 ThisPowerofAttorneylimitstheactsofthosenamedherein,andtheyhavenoauthoritytobindtheCompanyexceptinthemannerandtotheextenthereinstated.LibertyLibertyMutualInsuranceCompany1’1.utuaLTheOhioCasualtyInsuranceCompanyCertficateNo:8206550-969071WestAmericanInsuranceCompanySURETYPOWEROFATTORNEYKNOWNALLPERSONSBYTHESEPRESENTS:ThatTheOhioCasualtyInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofNewHampshire,thatLibertyMutualInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofMassachusetts,andWestAmericanInsuranceCompanyisacorporationdulyorganizedunderthelawsoftheStateofIndiana(hereincollectivelycalledthe“Companies”),pursuanttoandbyauthorityhereinsetforth,doesherebyname,constituteandappoint,AmberEngel;DeannaK.Nakashima;DebbieLindsurom;GailE.Tsuboi;HeatherCimuchowski;HollyE.Ulfers;JamieArmtlcld;KathleenM.Mitchell;PeggyA.Firth;RoxanaPalacios;ScottAldermanallofthecityofSeattlestateofWAeachindividuallyiftherebemorethanonenamed,itstrueandlawfulattorney-in-facttomake,execute,seal,acknowledgeanddeliver,forandonitsbehalfassuretyandasitsactanddeed,anyandallundertakings,bonds,recognizancesandothersuretyobligations,inpursuanceofthesepresentsandshallbeasbindingupontheCompaniesasiftheyhavebeendulysignedbythepresidentandattestedbythesecretaryoftheCompaniesintheirownproperpersons.INWITNESSWHEREOF,thisPowerofAttorneyhasbeensubscribedbyanauthorizedofficerorofficialoftheCompaniesandthecorporatesealsoftheCompanieshavebeenaffixedtheretothis14thdayofOctober,2021LibertyMutualInsuranceCompanyTheOhioCasualtyInsuranceCompanyWestAmericanInsuranceCompanyBy:_________________________tODavidM.Carey,AssistantSecretaryDStateofPENNSYLVANIACountyofMONTGOMERY.Onthis14thdayofOctober,2021beforemepersonallyappearedDavidM.Carey,whoacknowledgedhimselftobetheAssistantSecretaryofLibertyMutualInsuranceCompany,TheOhioCasualtyCompany,andWestAmericanInsuranceCompany,andthathe,assuch,beingauthorizedsotodo,executetheforegoinginstrumentforthepurposes-thereincontainedbysigningonbehalfofthecorporationsbyhimselfasadulyauthorizedofficer.INWITNESSWHEREOF,IhavehereuntosubscribedmynameandaffixedmynotanalsealatKingofPrussia,Pennsylvania,onthedayandyearfirstabovewritten.CO11Ofl4ethotPonsyivani-NotoryS5a)‘‘OFMymmswtsMarh28,2D25By:1t4t4.’)L2J1L)..1xyitt$,i,lembe:(eresaPastella,NotaryPublicThisPowerofAttorneyismadeandexecutedpursuanttoandbyauthorityofthefollowingBy-lawsandAuthorizationsofTheOhioCasualtyInsuranceCompany,LibertyMutualc.EInsuranceCompany,andWestAmericanInsuranceCompanywhichresolutionsarenowinfullforceandeffectreadingasfollows:..SARTICLEIV—OFFICERS:Section12.PowerofAttorney.AnyofficerorotherofficialoftheCorporationauthorizedforthatpurposeinwritingbytheChairmanorthePresident,andsubjecttosuchlimitationastheChairmanorthe‘Presidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCorporationtomake,execute,seal,acknowledgeanddeliverassurety=anyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-fact,subjecttothelimitationssetforthintheirrespectivepowersofattorney,shall-thavefullpowertobindtheCorporationbytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCorporation.Whensoexecuted,suchzinstrumentsshallbeasbindingasifsignedbythePresidentandattestedtobytheSecretary.Anypowerorauthoritygrantedtoanyrepresentativeorattorney-in-factundertheprovisionsofthisarticlemayberevokedatanytimebytheBoard,theChairman,thePresidentorbytheofficerorofficersgrantingsuchpowerorauthority.-ARTICLEXIII—ExecutionofContracts:Section5.SuretyBondsandUndertakings.AnyofficeroftheCompanyauthorizedforthatpurposeinwritingbythechairmanorthepresident,andsubjecttosuchlimitationsasthechairmanorthepresidentmayprescribe,shallappointsuchattorneys-in-fact,asmaybenecessarytoactinbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Suchattorneys-in-factsubjecttothelimitationssetforthintheirrespectivepowersofattorney,shallhavefullpowertobindtheCompanybytheirsignatureandexecutionofanysuchinstrumentsandtoattachtheretothesealoftheCompany.Whensoexecutedsuchinstrumentsshallbeasbindingasifsignedbythepresidentandattestedbythesecretary.CertificateofDesignation—ThePresidentoftheCompany,actingpursuanttotheBylawsoftheCompany,authorizesDavidM.Carey,AssistantSecretarytoappointsuchattomeys-infactasmaybenecessarytoactonbehalfoftheCompanytomake,execute,seal,acknowledgeanddeliverassuretyanyandallundertakings,bonds,recognizancesandothersuretyobligations.Authorization—ByunanimousconsentoftheCompany’sBoardofDirectors,theCompanyconsentsthatfacsimileormechanicallyreproducedsignatureofanyassistantsecretaryoftheCompany,whereverappearinguponacertifiedcopyofanypowerofattorneyissuedbytheCompanyinconnectionwithsuretybonds,shallbevalidandbindingupontheCompanywiththesameforceandeffectasthoughmanuallyaffixed.I,ReneeC.Uewellyn,theundersigned,AssistantSecretary,TheOhioCasualtyInsuranceCompany,UbertyMutualInsuranceCompany,andWestAmericanInsuranceCompanydoherebycertifythattheoriginalpowerofattorneyofwhichtheforegoingisafull,trueandcorrectcopyofthePowerofAttorneyexecutedbysaidCompanies,isinfullforceandeffectandhasnotbeenrevoked.INTESTIMONYWHEREOF,IhavehereuntosetmyhandandaffixedthesealsofsaidCompaniesthis11thdayofFebruary,2022991gBy:___‘P-ReneeCLlewellynAssistantSecretaryLMS-12873LMiCOCiCWAICMuitiCo02/21 21 -- 261 4059 21 -- 261 Armondo Pavone Mayor March 28, 2022 approved via email from Cheryl Beyer on 3/14/2022) Cheryl Beyer Senior Assistant City Attorney City of Renton Contract Provisions for Lift Station and Force Main Rehab Phase 2 (Group 1B) Project ______________________________________________________________________________ V. CONTRACT SPECIFICATIONS CITY OF RENTON SPECIAL PROVISIONS LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WWP-27-04059 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS i CONTENTS DIVISION 1.............................................................................................................................................................1-1 1-01 DEFINITIONS AND TERMS...................................................................................................................1-1 1-01.1 General...........................................................................................................................................1-1 1-01.3 Definitions.......................................................................................................................................1-1 1-02 BID PROCEDURES AND CONDITIONS................................................................................................1-4 1-02.1 Prequalification of Bidders..............................................................................................................1-4 1-02.2 Plans and Specifications.................................................................................................................1-4 1-02.4(2) Subsurface Information ...........................................................................................................................1-4 1-02.5 Proposal Forms ..............................................................................................................................1-5 1-02.6 Preparation of Proposal..................................................................................................................1-5 1-02.6(1) Proprietary Information............................................................................................................................1-6 1-02.7 Bid Deposit .....................................................................................................................................1-6 1-02.9 Delivery of Proposal........................................................................................................................1-7 1-02.12 Public Opening of Proposals ..........................................................................................................1-7 1-02.13 Irregular Proposals .........................................................................................................................1-7 1-02.14 Disqualification of Bidders ..............................................................................................................1-7 1-02.15 Pre Award Information....................................................................................................................1-8 1-03 AWARD AND EXECUTION OF CONTRACT..........................................................................................1-9 1-03.1 Consideration of bids......................................................................................................................1-9 1-03.2 Award of Contract...........................................................................................................................1-9 1-03.3 Execution of Contract .....................................................................................................................1-9 1-03.4 Contract Bond...............................................................................................................................1-10 1-03.7 Judicial Review.............................................................................................................................1-10 1-04 SCOPE OF WORK ...............................................................................................................................1-11 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda...1-11 1-04.8 Progress Estimates and Payments...............................................................................................1-11 1-04.11 Final Cleanup................................................................................................................................1-11 1-04.12 Contractor-Discovered Discrepancies..........................................................................................1-11 1-05 CONTROL OF WORK ..........................................................................................................................1-12 1-05.4 Conformity With and Deviation from Plans and Stakes................................................................1-12 1-05.4(1) Contractor Supplied Surveying..............................................................................................................1-13 1-05.4(2) Contractor Provided As-Built Information..............................................................................................1-14 1-05.7 Removal of Defective and/or Unauthorized Work.........................................................................1-14 1-05.10 Guarantees...................................................................................................................................1-15 1-05.11 Final Inspection.............................................................................................................................1-16 1-05.11(1) Substantial Completion Date.................................................................................................................1-16 1-05.11(2) Final Inspection and Physical Completion Date....................................................................................1-17 1-05.11(3) Operational Testing...............................................................................................................................1-18 1-05.12 Final Acceptance..........................................................................................................................1-18 1-05.13 Superintendents, Labor and Equipment of Contractor .................................................................1-18 1-05.14 Cooperation with Other Contractors.............................................................................................1-19 1-05.15 Method of Serving Notice .............................................................................................................1-19 1-05.16 Water and Power..........................................................................................................................1-20 1-05.17 Oral Agreements...........................................................................................................................1-20 1-05.18 Contractor's Daily Diary................................................................................................................1-20 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS ii 1-06 CONTROL OF MATERIAL...............................................................................................................1-21 1-06.1 Approval of Materials Prior to Use................................................................................................1-21 1-06.2(1) Samples and Tests for Acceptance.......................................................................................................1-22 1-06.2(2) Statistical Evaluation of Materials for Acceptance.....................................................................................1-22 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.......................................................1-22 1-07.1 Laws to be Observed....................................................................................................................1-22 1-07.4 SANITATION................................................................................................................................1-23 1-07.4(2) Health Hazards......................................................................................................................................1-23 1-07.4(2)A COVID-19 Health and Safety Plan (CHSP) ........................................................................................1-23 1-07.4(2)B COVID-19 Health and Safety Plan (CHSP) Inspection.......................................................................1-24 1-07.4(2)C Payment ..............................................................................................................................................1-24 1-07.6 Permits and Licenses ...................................................................................................................1-24 1-07.9 Wages...........................................................................................................................................1-25 1-07.9(5) Required Documents.............................................................................................................................1-25 1-07.11 Requirements for Non-Discrimination...........................................................................................1-25 1-07.11(11) City of Renton Affidavit of Compliance..................................................................................................1-25 1-07.12 Federal Agency Inspection...........................................................................................................1-25 1-07.13 Contractor’s Responsibility for Work.............................................................................................1-26 1-07.13(1) General..................................................................................................................................................1-26 1-07.15 Temporary Water Pollution Prevention .........................................................................................1-26 1-07.16 Protection and Restoration of Property.........................................................................................1-29 1-07.16(1) Private/Public Property..........................................................................................................................1-29 1-07.17 Utilities and Similar Facilities........................................................................................................1-30 1-07.17(3) Site Specific Potholing...........................................................................................................................1-32 1-07.17(4) Interruption of Services .........................................................................................................................1-32 1-07.17(5) Resolution of Utility Conflicts.................................................................................................................1-33 1-07.18 Public Liability and Property Damage Insurance..........................................................................1-33 1-07.18(1) General Requirements ..........................................................................................................................1-33 1-07.18(2) Additional Insured..................................................................................................................................1-34 1-07.18(3) Subcontractors ......................................................................................................................................1-35 1-07.18(4) Verification of Coverage:.......................................................................................................................1-35 1-07.18(5) Coverages and Limits...............................................................................................................................1-35 1-07.18(5)A Commercial General Liability.............................................................................................................1-36 1-07.18(5)B Automobile Liability............................................................................................................................1-36 1-07.18(5)C Workers’ Compensation ....................................................................................................................1-37 1-07.18(5)D Excess Liability or Umbrella...............................................................................................................1-37 1-07.18(5)E Professional Liability ..........................................................................................................................1-37 1-07.18(5)F Pollution Liability ................................................................................................................................1-37 1-07.18(5)G Builders Risk......................................................................................................................................1-37 1-07.18(5)H Aircraft Liability ..................................................................................................................................1-37 1-07.22 Use of Explosives.........................................................................................................................1-37 1-07.23 Public Convenience and Safety....................................................................................................1-38 1-07.23(1) Construction Under Traffic ....................................................................................................................1-38 1-07.23(2) Construction and Maintenance of Detours............................................................................................1-39 1-07.24 Rights-of-Way...............................................................................................................................1-40 1-07.28 Confined Space Entry...................................................................................................................1-41 1-08 PROSECUTION AND PROGRESS......................................................................................................1-41 1-08.0 Preliminary Matters.......................................................................................................................1-41 1-08.0(1) Preconstruction Conference ......................................................................................................................1-41 1-08.0(2) Hours of Work .......................................................................................................................................1-43 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees................................................1-44 1-08.1 Subcontracting..............................................................................................................................1-44 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS iii 1-08.2 Assignment...................................................................................................................................1-45 1-08.3 Progress Schedule .......................................................................................................................1-45 1-08.3(1) General Requirements ..........................................................................................................................1-45 1-08.4 Prosecution of the Work ...............................................................................................................1-46 1-08.5 Time for Completion .....................................................................................................................1-47 1-08.6 Suspension of Work......................................................................................................................1-49 1-08.7 Maintenance During Suspension..................................................................................................1-49 1-08.9 Liquidated Damages.....................................................................................................................1-50 1-08.11 Contractor's Plant and Equipment................................................................................................1-50 1-08.12 Attention to Work..........................................................................................................................1-50 1-09 MEASUREMENT AND PAYMENT.......................................................................................................1-51 1-09.1 Measurement of Quantities...........................................................................................................1-51 1-09.3 Scope of Payment ........................................................................................................................1-52 1 09.6 Force Account...............................................................................................................................1-53 1 09.7 Mobilization...................................................................................................................................1-53 1-09.9 Payments......................................................................................................................................1-53 1-09.9(1) Retainage..............................................................................................................................................1-54 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts..............................................1-55 1-09.9(3) Final Payment .......................................................................................................................................1-56 1-09.11 Disputes and Claims.....................................................................................................................1-57 1-09.11(2) Claims ...................................................................................................................................................1-57 1-09.11(3) Time Limitations and Jurisdiction ..........................................................................................................1-58 1-09.13 Claims and Resolutions................................................................................................................1-58 1-09.13(3) Claims $250,000 or Less.......................................................................................................................1-58 1-09.13(3)A Administration of Arbitration ..............................................................................................................1-58 1-09.13(3)B Procedures to Pursue Arbitration ......................................................................................................1-58 1-09.14 Payment Schedule........................................................................................................................1-59 1-09.14(1) General..................................................................................................................................................1-59 1-09.14(2) Scope ....................................................................................................................................................1-59 1-09.14(3) Bid Items ...............................................................................................................................................1-59 1-10 TEMPORARY TRAFFIC CONTROL................................................................................................1-59 1-10.1(2) Description...................................................................................................................................................1-59 1-10.2(1)B Traffic Control Supervisor....................................................................................................................1-61 1-10.2(2) Traffic Control Plans..............................................................................................................................1-61 1-10.3 Traffic Control Labor, Procedures, and Devices...........................................................................1-62 1-10.3(3)A Construction Signs..............................................................................................................................1-62 1-10.4 Measurement................................................................................................................................1-62 1-10.5 Payment........................................................................................................................................1-62 1-11 RENTON SURVEYING STANDARDS .................................................................................................1-62 1-11.1 General Requirements..................................................................................................................1-62 1-11.1(1) Responsibility for Surveys.....................................................................................................................1-62 1-11.1(2) Survey Datum and Precision.................................................................................................................1-63 1-11.1(3) Subdivision Information.........................................................................................................................1-63 1-11.1(4) Field Notes ............................................................................................................................................1-63 1-11.1(5) Corners and Monuments.......................................................................................................................1-64 1-11.1(6) Control or Base Line Survey .................................................................................................................1-64 1-11.1(7) Precision Levels ....................................................................................................................................1-65 1-11.1(8) Radial and Station -- Offset Topography...............................................................................................1-65 1-11.1(9) Radial Topography................................................................................................................................1-65 1-11.1(10) Station--Offset Topography...................................................................................................................1-66 1-11.1(11) As-Built Survey......................................................................................................................................1-66 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS iv 1-11.1(12) Monument Setting and Referencing......................................................................................................1-66 1-11.2 Materials..........................................................................................................................................1-67 1-11.2(1) Property/Lot Corners.............................................................................................................................1-67 1-11.2(2) Monuments............................................................................................................................................1-67 1-11.2(3) Monument Case and Cover ..................................................................................................................1-67 DIVISION 2.............................................................................................................................................................2-1 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .........................................................................2-1 2-01.1 Description......................................................................................................................................2-1 2-01.2 Disposal of Usable Material and Debris..........................................................................................2-1 2-01.5 Payment..........................................................................................................................................2-1 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS............................................................................2-2 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters ..........................................................................2-2 2-02.4 Measurement..................................................................................................................................2-2 2-02.5 Payment..........................................................................................................................................2-2 2-03 ROADWAY EXCAVATION AND EMBANKMENT...................................................................................2-3 2-03.3 Construction Requirements............................................................................................................2-3 2-03.4 Measurement..................................................................................................................................2-4 2-03.5 Payment............................................................................................................................................2-4 2-04 HAUL......................................................................................................................................................2-5 2-04.5 Payment..........................................................................................................................................2-5 2-06 SUBGRADE PREPARATION.................................................................................................................2-5 2-06.5 Measurement and Payment............................................................................................................2-5 2-09 STRUCTURE EXCAVATION..................................................................................................................2-5 2-09.1 Description......................................................................................................................................2-5 2-09.3(1)D Disposal of Excavated Material.............................................................................................................2-5 2-09.4 Measurement..................................................................................................................................2-6 2-09.5 Payment..........................................................................................................................................2-6 DIVISION 3.............................................................................................................................................................3-1 DIVISION 4.............................................................................................................................................................4-1 DIVISION 5.............................................................................................................................................................5-1 5-04 ASPHALT CONCRETE PAVEMENT......................................................................................................5-1 5-04.1 Description......................................................................................................................................5-1 5-04.2 Materials.........................................................................................................................................5-1 5-04.2(1) How to Get an HMA Mix Design on the QPL ..........................................................................................5-2 5-04.2(1)A Vacant...................................................................................................................................................5-3 5-04.2(2) Mix Design – Obtaining Project Approval................................................................................................5-3 5-04.2(2)B Using Warm Mix Asphalt Processes ....................................................................................................5-4 5-04.3 Construction Requirements............................................................................................................5-4 5-04.3(1) Weather Limitations.................................................................................................................................5-4 5-04.3(2) Paving Under Traffic................................................................................................................................5-5 5-04.3(3) Equipment ..............................................................................................................................................5-5 5-04.3(3)A Mixing Plant.........................................................................................................................................5-5 5-04.3(3)B Hauling Equipment................................................................................................................................5-6 5-04.3(3)C Pavers ...................................................................................................................................................5-6 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle..........................................................................5-7 5-04.3(3)E Rollers ...................................................................................................................................................5-8 5-04.3(4) Preparation of Existing Paved Surfaces..................................................................................................5-8 5-04.3(4)A Crack Sealing........................................................................................................................................5-9 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS v 5-04.3(4)A1 General ..........................................................................................................................................5-9 5-04.3(4)A2 Crack Sealing Areas Prior to Paving.............................................................................................5-10 5-04.3(4)A3 Crack Sealing Areas Not to be Paved ..........................................................................................5-10 5-04.3(4)B Vacant.................................................................................................................................................5-10 5-04.3(4)C Pavement Repair.................................................................................................................................5-10 5-04.3(5) Producing/Stockpiling Aggregates and RAP.........................................................................................5-11 5-04.3(5)A Vacant.................................................................................................................................................5-11 5-04.3(6) Mixing....................................................................................................................................................5-11 5-04.3(7) Spreading and Finishing........................................................................................................................5-11 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA...........................................................................5-12 5-04.3(9) HMA Mixture Acceptance......................................................................................................................5-12 5-04.3(9)A Vacant.................................................................................................................................................5-13 5-04.3(9)B Vacant.................................................................................................................................................5-13 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation..................................................................................5-13 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots ...................................................................5-13 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling..................................................................................5-14 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing...............................................................5-14 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors...........................................................................5-14 5-04.3(9)C5 Vacant...........................................................................................................................................5-15 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments.................................................................5-15 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests...................................................................................5-15 5-04.3(9)D Mixture Acceptance – Commercial Evaluation....................................................................................5-15 5-04.3(10) HMA Compaction Acceptance ..............................................................................................................5-16 5-04.3(10)A HMA Compaction – General Compaction Requirements.................................................................5-17 5-04.3(10)B HMA Compaction – Cyclic Density....................................................................................................5-18 5-04.3(10)C Vacant ...............................................................................................................................................5-18 5-04.3(10)D HMA Nonstatistical Compaction........................................................................................................5-18 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots...................................................................5-18 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing............................................5-18 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments ................................................................5-18 5-04.3(11) Reject Work...........................................................................................................................................5-19 5-04.3(11)A Reject Work General.........................................................................................................................5-19 5-04.3(11)B Rejection by Contractor.....................................................................................................................5-19 5-04.3(11)C Rejection Without Testing (Mixture or Compaction)..........................................................................5-19 5-04.3(11)D Rejection - A Partial Sublot ...............................................................................................................5-20 5-04.3(11)E Rejection - An Entire Sublot...............................................................................................................5-20 5-04.3(11)F Rejection - A Lot in Progress.............................................................................................................5-20 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction)............................................................................5-20 5-04.3(12) Joints.....................................................................................................................................................5-20 5-04.3(12)A HMA Joints........................................................................................................................................5-20 5-04.3(12)A1 Transverse Joints........................................................................................................................5-20 5-04.3(12)A2 Longitudinal Joints ......................................................................................................................5-21 5-04.3(12)B Bridge Paving Joint Seals..................................................................................................................5-21 5-04.3(12)B1 HMA Sawcut and Seal ................................................................................................................5-21 5-04.3(12)B2 Paved Panel Joint Seal...............................................................................................................5-21 5-04.3(13) Surface Smoothness.............................................................................................................................5-21 5-04.3(14) Planing (Milling) Bituminous Pavement.................................................................................................5-22 5-04.3(14)A Pre-Planing Metal Detection Check ..................................................................................................5-23 5-04.3(14)B Paving and Planing Under Traffic......................................................................................................5-23 5-04.3(14)B1 General........................................................................................................................................5-23 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan.......................................................................5-24 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing..........................................................................................5-25 5-04.3(15) Sealing Pavement Surfaces..................................................................................................................5-26 5-04.3(16) HMA Road Approaches.........................................................................................................................5-26 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS vi 5-04.3(21) HMA Road Approaches.........................................................................................................................5-26 5-04.4 Measurement................................................................................................................................5-27 5-04.5 Payment........................................................................................................................................5-28 5-05 CEMENT CONCRETE PAVEMENT.......................................................................................................5-30 5-05.1 Description ......................................................................................................................................5-30 5-05.2 Materials..........................................................................................................................................5-30 5-05.3 Construction Requirements.............................................................................................................5-31 5-05.3(8) Joints .........................................................................................................................................................5-32 5-05.3(8)D Isolation Joints....................................................................................................................................5-32 5-05.3(8)E Sealing Through Joints .......................................................................................................................5-32 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA ........................................................................5-33 5-06.1 Description....................................................................................................................................5-33 5-06.2 Materials.......................................................................................................................................5-33 5-06.3 Construction Requirements..........................................................................................................5-33 DIVISION 6.............................................................................................................................................................6-1 DIVISION 7.............................................................................................................................................................7-1 7-01 DRAINS..................................................................................................................................................7-1 7-01.2 Materials.........................................................................................................................................7-1 7-01.3(1) Drain Pipe......................................................................................................................................................7-1 7-01.3(2) Underdrain Pipe.............................................................................................................................................7-1 7-01.4 Measurement..................................................................................................................................7-1 7-02 CULVERTS.............................................................................................................................................7-2 7-02.2 Materials.........................................................................................................................................7-2 7-04 STORM SEWERS ..................................................................................................................................7-2 7-04.2 Materials.........................................................................................................................................7-2 7-04.3(1) Cleaning and Testing ..............................................................................................................................7-3 7-04.3(1)G Abandon Existing Storm Sewer Pipes ..................................................................................................7-4 7-04.3(2) CCTV Inspection .....................................................................................................................................7-4 7-04.3(3) Direct Pipe Connections..........................................................................................................................7-4 7-05 MANHOLES, INLETS, AND CATCH BASINS ........................................................................................7-5 7-05.3 Construction Requirements............................................................................................................7-5 7-05.3(1) Adjusting Manholes and Catch Basins to Grade.....................................................................................7-5 7-05.3(3) Connections to Existing Manholes ..........................................................................................................7-6 7-06 TRENCH DRAINS (NEW SECTION)..........................................................................................................7-7 7-06.1 Description......................................................................................................................................7-7 7-06.2 Materials.........................................................................................................................................7-7 7-06.3 Construction Requirements............................................................................................................7-7 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS .............................................................................7-8 7-08.3 Construction Requirements............................................................................................................7-8 7-08.3(1)A Trenches................................................................................................................................................7-8 7-08.3(1)C Bedding the Pipe...................................................................................................................................7-8 7-08.3(1)D Pipe Foundation....................................................................................................................................7-9 7-08.3(2)A Survey Line and Grade .........................................................................................................................7-9 7-08.3(2)B Pipe Laying – General...........................................................................................................................7-9 7-08.3(2)E Rubber Gasketed Joints......................................................................................................................7-10 7-08.3(2)H Sewer Line Connections.....................................................................................................................7-10 7-08.3(2)J Placing PVC Pipe.................................................................................................................................7-11 7-08.3(3)A Backfilling Sanitary Sewer Trenches...................................................................................................7-11 Section 7-08.3(5) Temporary Stormwater Diversion ..................................................................................................7-12 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS vii 7-09 PIPE AND FITTINGS FOR WATER MAINS..........................................................................................7-13 7-09.3(15)A Ductile Iron Pipe................................................................................................................................7-13 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) ..........................................................................7-13 7-09.3(17) Laying Ductile Iron Pipe and Fittings with Polyethylene Encasement .....................................................7-13 7-09.3(19)A Connections to Existing Mains ..........................................................................................................7-14 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block ...................................................................................7-16 7-09.3(23) Hydrostatic Pressure Test.....................................................................................................................7-16 7-09.3(24)A Flushing and "Poly-pigging" ..............................................................................................................7-19 7-09.3(24)D Dry Calcium Hypochlorite..................................................................................................................7-19 7-09.3(24)K Retention Period................................................................................................................................7-19 7-09.3(24)N Final Flushing and Testing................................................................................................................7-20 7-09.3(25) Joint Restraint Systems.........................................................................................................................7-20 7-09.3(25)A General..............................................................................................................................................7-20 7-09.3(25)B Materials............................................................................................................................................7-20 7-09.3(25)C Installation .........................................................................................................................................7-21 7-09.4 Measurement................................................................................................................................7-22 7 09.5 Payment........................................................................................................................................7-22 7-12 VALVES FOR WATER MAINS .............................................................................................................7-23 7-12.3(1) Installation of Valve Marker Post...........................................................................................................7-23 7-12.3(2) Adjust Existing Valve Box to Grade.......................................................................................................7-23 7-12.4 Measurement ..................................................................................................................................7-23 7-12.5 Payment..........................................................................................................................................7-24 7-14 HYDRANTS..........................................................................................................................................7-24 7-14.3(1) Setting Hydrants....................................................................................................................................7-24 7-14.3(3) Resetting Existing Hydrants.......................................................................................................................7-25 7-14.3(4) Moving Existing Hydrants......................................................................................................................7-25 7-14.3(7) Remove and Salvage Hydrant.....................................................................................................................7-26 7-14.5 Payment..........................................................................................................................................7-26 7-15 SERVICE CONECTIONS.....................................................................................................................7-27 7-15.3 Construction Details......................................................................................................................7-27 7-15.5 Payment..........................................................................................................................................7-27 7-17 SANITARY SEWERS ...........................................................................................................................7-28 7-17.2 Materials.......................................................................................................................................7-28 7-17.2(1) Pipe .......................................................................................................................................................7-28 7-17.3 Construction Requirements..........................................................................................................7-28 7-17.3(1) Protection of Existing Sewerage Facilities ............................................................................................7-28 7 17.3(2)H Television Inspection...........................................................................................................................7-28 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes..............................................................................................7-29 7-17.4 Measurement................................................................................................................................7-30 7-17.5 Payment........................................................................................................................................7-30 7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) .................................................7-30 7-21.1 Description....................................................................................................................................7-30 7-21.1(1) Related Work Specified Elsewhere.......................................................................................................7-30 7-21.1(2) Licensing ...............................................................................................................................................7-30 7-21.1(3) Contractor and Manufacturer Qualifications..........................................................................................7-31 7-21.1(4) Contractor Submittals............................................................................................................................7-31 7-21.1(5) Quality Assurance .................................................................................................................................7-33 7-21.1(6) Warranty................................................................................................................................................7-33 7-21.2 Materials.......................................................................................................................................7-34 7-21.2(1) Cured in Place Resin Impregnated Material in General........................................................................7-34 7-21.2(2) Resin .....................................................................................................................................................7-35 7-21.2(3) Physical Properties................................................................................................................................7-36 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS viii 7-21.3 Construction Requirements..........................................................................................................7-36 7-21.3(1) Preparation............................................................................................................................................7-36 7-21.3(1)A Flow Management...............................................................................................................................7-36 7-21.3(1)B Cleaning..............................................................................................................................................7-37 7-21.3(1)C Point Repairs.......................................................................................................................................7-37 7-21.3(1)D Manholes.............................................................................................................................................7-38 7-21.3(2) Liner Installation ....................................................................................................................................7-38 7-21.3(2)A Inversion Method.................................................................................................................................7-38 7-21.3(2)B Pull/Winch Method ..............................................................................................................................7-38 7-21.3(2)C Finished Pipe Liner..............................................................................................................................7-39 7-21.3(3) Service Connection Restoration............................................................................................................7-39 7-21.3(4) Testing...................................................................................................................................................7-39 7-21.3(4)A Material Testing...................................................................................................................................7-39 7-21.3(4)B Field Testing........................................................................................................................................7-40 7-21.3(4)C Post Installation CCTV Inspection.......................................................................................................7-40 7-21.4 Measurement................................................................................................................................7-40 7-21.5 Payment........................................................................................................................................7-40 7-22 RESIN IMPREGNATED FABRIC CIPP...................................................................................................7-40 7-22.1 Description....................................................................................................................................7-40 7-22.1(1) Related Work Specified Elsewhere.......................................................................................................7-40 7-22.2 Materials.......................................................................................................................................7-41 7-22.2(1) Cured in Place Pipe Liner......................................................................................................................7-41 7-22.2(2) Resin .....................................................................................................................................................7-41 7-22.2(3) Physical Properties................................................................................................................................7-41 7-22.3 Construction Requirements..........................................................................................................7-41 7-22.3(1) Preparation............................................................................................................................................7-41 7-22.3(1)A Cleaning..............................................................................................................................................7-41 7-22.3(2) Installation .............................................................................................................................................7-41 7-22.3(2)A Resin Impregnation.............................................................................................................................7-41 7-22.3(2)B Water, Air or Steam Curing.................................................................................................................7-42 7-22.3(2)C Cool Down...........................................................................................................................................7-43 7-23 RESIN IMPREGNATED FIBERGLASS CIPP.......................................................................................7-43 7-23.1 Description....................................................................................................................................7-43 7-23.1(1) Related Work Specified Elsewhere.......................................................................................................7-43 7-23.1(2) Reference Specifications, Codes, and Standards.................................................................................7-43 7-23.1(3) CIPP Liner Samples..............................................................................................................................7-44 7-23.1(4) CIPP Liner Handling..............................................................................................................................7-44 7-23.2 Materials.......................................................................................................................................7-44 7-23.2(1) General Specifications ..........................................................................................................................7-44 7-23.2(2) Chemical Resistance.............................................................................................................................7-45 7-23.2(3) Component Properties ..........................................................................................................................7-45 7-23.2(4) Finished and Cured CIPP Liner Properties ...........................................................................................7-45 7-23.2(5) Dimensions............................................................................................................................................7-45 7-23.3 Construction Requirements..........................................................................................................7-46 7-23.3(1) Installation Procedures..........................................................................................................................7-46 7-23.3(1)A Installation Process.............................................................................................................................7-46 7-23.3(1)B Curing..................................................................................................................................................7-46 7-23.3(2) Finished Product ...................................................................................................................................7-47 7-28 SANITARY SEWER FORCE MAIN.......................................................................................................7-47 7-28.1 Description....................................................................................................................................7-47 7-28.2 Materials.......................................................................................................................................7-47 7-28.3 Construction Requirements..........................................................................................................7-47 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS ix 7-29 BURIED PIPE IDENTIFICATION..........................................................................................................7-48 7-29.1 Description....................................................................................................................................7-48 7-29.2 Materials.......................................................................................................................................7-48 7-29.3 Construction Requirements..........................................................................................................7-48 7-29.4 Submittals.....................................................................................................................................7-49 7-29.5 Payment........................................................................................................................................7-49 DIVISION 8.............................................................................................................................................................8-1 8-02 ROADSIDE RESTORATION..................................................................................................................8-1 8-02.3(4)A Topsoil Type A ......................................................................................................................................8-1 8-02.3(16)A Lawn Installation..................................................................................................................................8-1 8-02.3(16)A1 Qualifications of Workmen ............................................................................................................8-1 8-02.3(16)A2 Submittals .....................................................................................................................................8-1 8-02.3(16)A3 Product Handling...........................................................................................................................8-1 8-02.3(16)A4 Site Information.............................................................................................................................8-2 8-02.3(16)A5 Sod................................................................................................................................................8-2 8-02.3(16)A6 Execution ......................................................................................................................................8-2 8-02.3(16)B Lawn Establishment ............................................................................................................................8-3 8-02.3(16)B Lawn Establishment and Final Acceptance.........................................................................................8-3 8-02.3(16)B1 Establishment Period ....................................................................................................................8-3 8-02.3(16)B2 Guarantee .....................................................................................................................................8-3 8-02.3(16)B3 Final Acceptance...........................................................................................................................8-4 8 09 RAISED PAVEMENT MARKERS...........................................................................................................8-4 8 09.5 Payment..........................................................................................................................................8-4 8-13 MONUMENT CASES..............................................................................................................................8-4 8-13.1 Description ........................................................................................................................................8-4 8 13.3 Construction Requirements...............................................................................................................8-5 8 13.4 Measurement..................................................................................................................................8-5 8 13.5 Payment..........................................................................................................................................8-5 8-14 CEMENT CONCRETE SIDEWALKS......................................................................................................8-5 8-14.3(4) Curing......................................................................................................................................................8-5 8-14.4 Measurement..................................................................................................................................8-6 8-14.5 Payment..........................................................................................................................................8-6 8-17 IMPACT ATTENUATOR SYSTEMS.......................................................................................................8-6 8-17.5 Payment..........................................................................................................................................8-6 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL.....................................................8-6 8 20.2(1) Equipment List and Drawings......................................................................................................................8-6 8-22 PAVEMENT MARKING ..........................................................................................................................8-7 8-22.1 Description......................................................................................................................................8-7 8-22.3(5) Installation Instructions............................................................................................................................8-8 8-22.5 Payment..........................................................................................................................................8-8 8-23 TEMPORARY PAVEMENT MARKINGS ................................................................................................8-9 8-23.5 Payment............................................................................................................................................8-9 DIVISION 9.............................................................................................................................................................9-1 9-03.8(7) HMA Tolerances and Adjustments..........................................................................................................9-1 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS..................................................................9-1 9-05.4 Steel Culvert Pipe and Pipe Arch (RC)...........................................................................................9-1 9-05.7(2) Reinforced Concrete Storm Sewer Pipe (RC).........................................................................................9-1 9-05.7(2)A Basis for Acceptance (RC)....................................................................................................................9-2 9-05.7(3) Concrete Storm Sewer Pipe Joints (RC).................................................................................................9-2 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS x 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC)....................................................................................9-2 9 05.9 Steel Spiral Rib Storm Sewer Pipe (RC) ........................................................................................9-2 9-05.12 Polyvinyl Chloride (PVC) Pipe........................................................................................................9-3 9-05.12(2) Profile Wall PVC Culvert, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe 9-3 9-05.14 ABS Composite Sewer Pipe...........................................................................................................9-3 9 05.17 Aluminum Spiral Rib Storm Sewer Pipe.........................................................................................9-4 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP).....................................................................9-4 9-05.20(1) Description ..............................................................................................................................................9-4 9-05.20(2) Pipe Material and Fabrication..................................................................................................................9-4 9-05.20(3) Fittings and Gaskets................................................................................................................................9-4 9-05.20(4) Installation ...............................................................................................................................................9-5 9-05.23 High Density Polyethylene Piping...................................................................................................9-5 9-05.23(1) General Terms and Conditions ...............................................................................................................9-5 9-05.23(1)A Scope ..................................................................................................................................................9-5 9-05.23(1)B Engineered and Approved Plans.........................................................................................................9-5 9-05.23(1)C Referenced Standards.........................................................................................................................9-5 9-05.23(1)D Licenses and Permits..........................................................................................................................9-5 9-05.23(1)E Inspections...........................................................................................................................................9-5 9-05.23(2) Polyethylene Pipe and Fittings................................................................................................................9-5 9-05.23(2)A Qualifications of Manufacturers...........................................................................................................9-5 9-05.23(2)B Materials..............................................................................................................................................9-6 9-05.23(2)C Interchangeability of Pipe and Fittings.................................................................................................9-6 9-05.23(2)D Polyethylene Fittings & Custom Fabrications......................................................................................9-6 9-05.23(2)E Molded Fittings ....................................................................................................................................9-6 9-05.23(2)F Fabricated Fittings ...............................................................................................................................9-6 9-05.23(2)G Polyethylene Flange Adapters ............................................................................................................9-6 9-05.23(2)H Back-up Rings & Flange Bolts ............................................................................................................9-6 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe 9-7 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe................................................................................9-7 9-05.24(2) Polypropylene Sanitary Sewer Pipe........................................................................................................9-7 9-05.52 Dense Foam...................................................................................................................................9-7 9-08 PAINTS AND RELATED MATERIALS....................................................................................................9-8 9-08.9 Manhole Coating System Products ................................................................................................9-8 9-08.9(1) Coating Systems Specification................................................................................................................9-8 9-14 EROSION CONTROL AND ROADSIDE PLANTING..............................................................................9-8 9-14.1(1) Topsoil Type A ........................................................................................................................................9-8 9-14.6(8) Sod..........................................................................................................................................................9-8 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.......................................................................9-9 9 23.9 Fly Ash (RC)...................................................................................................................................9-9 9 30 WATER DISTRIBUTION MATERIALS ...................................................................................................9-9 9-30.1 Pipe.................................................................................................................................................9-9 9-30.1(1) Ductile Iron Pipe ............................................................................................................................................9-9 9-30.1(2) Polyethylene Encasement.....................................................................................................................9-10 9-30.2 Fittings..........................................................................................................................................9-10 9-30.2(1) Ductile Iron Pipe ........................................................................................................................................9-10 9-30.2(2) Galvanized Iron Pipe.............................................................................................................................9-11 9-30.2(3) Steel Casing Pipe ......................................................................................................................................9-11 9-30.2(4) Spacers and Seals for Steel Casing Pipe .............................................................................................9-11 9-30.2(6) Restrained Joint ....................................................................................................................................9-12 9-30.2(6) Restrained Joint Pipe and Fittings.........................................................................................................9-12 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS xi 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe ...............................................................................9-12 9-30.3 Valves...........................................................................................................................................9-13 9-30.3(1) Gate Valves (3 inches to 16 inches)......................................................................................................9-13 9-30.3(3) Butterfly Valves .....................................................................................................................................9-13 9-30.3(4) Valve Boxes..............................................................................................................................9-14 9-30.3(5) Valve Marker Posts ...............................................................................................................................9-14 9-30.3(6) Valve Stem Extensions .........................................................................................................................9-14 9-30.3(7) Combination Air Release/Air Vacuum Valves .......................................................................................9-14 9-30.3(8) Tapping Sleeve and Valve Assembly....................................................................................................9-15 9-30.3(9) Blow-Off Assembly................................................................................................................................9-15 9-30.5 Hydrants .......................................................................................................................................9-15 9-30.5(1) End Connections...................................................................................................................................9-15 9-30.5(2) Hydrant Dimensions..............................................................................................................................9-15 9-30.6 Water Service Connections (2 Inches and Smaller).....................................................................9-16 9-30.6(3) Service Pipes ........................................................................................................................................9-16 9-30.6(3)B Polyethylene Pipe................................................................................................................................9-16 9-30.6(4) Service Fittings......................................................................................................................................9-16 9-30.6(5) Meter Setters.........................................................................................................................................9-16 9-30.6(7) Meter Boxes ..........................................................................................................................................9-16 DIVISION 10.........................................................................................................................................................10-1 10-01 MARKING PAINT REMOVAL.................................................................................................................10-1 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2021 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard is meant to pertain only to that particular portion of the section, and in no way should be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction (WSDOT/APWA, current edition City of Renton Standard Plans, City of Renton Public Works Department, current edition Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 1 DIVISION 1 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with the following: (******) Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City 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 with the following: (******) Act of God - "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of god. 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2 Award Date - The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date - The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date - The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date - The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date - The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Completion Date - The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. 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 Contracting Agency for the construction engineering of a specific public works project. Inspector - The Contracting Agency’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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 3 Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Contracting Agency shall be entirely borne by the Contractor. Owner - The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond - Same as “Contract Bond” defined in the Standard Specifications. Plans - The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Plans" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points - Wherever reference is made to the Engineer’s points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. Provide - Means “furnish and install” as specified and shown in the Plans. Secretary, Secretary of Transportation - The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings - Same as “Working Drawings” defined in the Standard Specifications. Special Provisions - Modifications to the Standard Specifications and their amendments that apply to an individual project. The Special Provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State - The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. 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. Technical Specifications - Modifications to the Standard Specifications and their amendments that apply to an individual project. The Technical Specifications may CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 4 describe Work the Standard Specifications do not cover. Such Work shall comply first with the Technical Specifications and then with any Standard Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. Traffic - Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Utility - Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: (******) Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: (******) Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11” x 17”) and contract provisions 4 Furnished automatically upon award Large Plans (22” x 34”)4 Furnished only upon request Additional Plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5 If a geotechnical study was prepared for the project, then the findings and recommendations are summarized in a report that upon request, may be obtained from the City of Renton. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with: Supplement the second paragraph with the following: (******) 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 6 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: (******) The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. (******) Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.56.210, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) 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; CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7 6. The signature of the surety’s officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Replace the first paragraph with: (******) Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Call for Bids, or as otherwise stated in the Bid Documents. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item 1 to read: (******) 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, 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 1-02.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women’s Business Enterprise Certification, if applicable, as required in Section 1- 02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders Delete this section in its entirety and replace with the following: (******) 1. A bidder will be deemed not responsible and the proposal rejected if the bidder CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8 does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: (******) Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attendance at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor’s Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: (******) All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right to award all or any schedule of a bid to the lowest bidder at its discretion. 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: (******) Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 10 spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: (******) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 11 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. Technical Specifications 4. Special Provisions 5. Contract Plans 6. Contracting Agency’s Standard Plans (if any) 7. Amendments to the Standard Specifications 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (******) Prior to progress payments, the Contractor is encouraged to provide to the Engineer an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented 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. 1-04.12 Contractor-Discovered Discrepancies Section 1-04.12 is a new section: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 12 (******) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission with respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions with respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and 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 this section and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 13 Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided to the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the 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(1) Contractor Supplied Surveying Section 1-05.4(1) is a new section: (******) When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1-11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 14 The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for providing As-Built information for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built information for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built information and other Work the Engineer deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to provide all As-Built information and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and provide As-Built information shall be included in the lump sum price for "Prepare Construction Records". 1-05.4(2) Contractor Provided As-Built Information Section 1-05.4(2) is a new section: (******) Prior to the backfilling of the trenches It shall be the Contractors responsibility to record the location, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor’s responsibility to have his Surveyor locate each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City electronic files , both AutoCad and pdf files of the project drawings, containing the surveyor’s as-built information and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities. This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item " Prepare Construction Records", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 15 Upon written notice from the Engineer, the Contractor shall promptly replace and re- execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Contracting Agency, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Contracting Agency may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Contracting Agency may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Contracting Agency may, upon an additional 10 calendar days written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Contracting Agency may bid at any such sale. The Contractor shall be liable to the Contracting Agency for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and 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: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 16 (******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non-defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or Unauthorized Work.” The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. This shall include the following: Release or approval of all regulatory agency related permits/requirements, including the approval of the electrical work. Training of the Owner’s personnel as specified herein. Testing and Startup CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 17 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor’s request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring with or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: (******) When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-08.5. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 18 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 Work. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the last paragraph to read: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 19 (******) 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 Contracting Agency and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective Work, and shall properly connect and coordinate the Contractor’s Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area may include, but are not limited to: 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. CenturyLink 4. City of Renton (water, wastewater, surfacewater, transportation, etc.) 5. Comcast 6. Seattle Public Utilities 7. Soos Creek Sewer and Water District 8. Cedar River Sewer and Water District 9. Skyway Sewer and Water District 10. Coal Creek Sewer and Water District 11. King County Water District 90 12. Olympic Pipeline 13. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.15 Method of Serving Notice Revise the second paragraph to read: (******) All correspondence from the Contractor shall be directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, shall be in letter format and delivered either via mail delivery service to the Engineer's office or delivered as an attachment to an email, as described below. Notices delivered by email shall be sent to all addresses on a mutually agreed upon list of addresses for the Contractor or the Contracting Agency. The list shall be agreed upon prior to issuance of the “Notice to Proceed with Construction” and shall be maintained by the Engineer. An email is deemed to be received by the end of the next business day CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 20 following the date and time as recorded by the device used by the sender from which the email was sent. Email notifications shall have a subject line containing at least the project name and the word Notification. Attachments over 10 megabytes are not allowed. For files over 10 megabytes, a link to a secure file transfer service shall be provided. Confirmation of receipt of email notification shall be provided by the recipient no later than one business day following receipt of the email notification. 1-05.16 Water and Power Section 1-05.16 is a new Section: (******) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets, or in a commonly accepted electronic format. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 21 incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Contracting Agency, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Contracting Agency or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Contracting Agency that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Contracting Agency’s representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 22 materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: (******) The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: (******) Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******) The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 23 paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor’s care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures, in, on, or near the project site. In response to COVID-19, the Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP) in conformance with Section 1-07.4 and the most recent Washington State Governor’s instructions for COVID-19 Job Site Requirements. A copy of the CHSP developed by the Contractor shall be submitted to the Engineer as a Type 2 Working Drawing. 1-07.4 SANITATION 1-07.4(2) Health Hazards Section 1-07.4(2) is supplemented with the following: (******) 1-07.4(2)A COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including Contracting Agency workers in the field, Contractor personnel, consultants, CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 24 project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall address all elements of the most recent Washington State Governor's instructions for COVID-19 Job Site Requirements. 1-07.4(2)B COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Contracting Agency for CHSP Inspections. The Contracting Agency will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Contracting Agency becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately. The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. If a suspension is necessary the Contractor shall satisfy the Contracting Agency that the noncompliance incident has been corrected before the suspension will end. 1-07.4(2)C Payment Reference Division 18 Measurment and Payment Section of the Technical Specifications 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Contracting Agency. The Contractor is required to indemnify the Contracting Agency from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Contracting Agency is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Contracting Agency thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 25 The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deducted from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor’s own cost. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: (******) The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project’s funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is a new Section: (******) Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 26 is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: (******) During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. 1-07.15 Temporary Water Pollution Prevention Delete this section in its entirety and replace with the following: (******) The Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final Stormwater Pollution Prevention Plan (SWPPP). The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the Current City of Renton Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing,. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be a CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1.Manufacturer’s data and detailed plans for the erosion control products specified in CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 27 the plan. 2.Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3.Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a.Layout and details of the system., b.Diversion systems manufacturer’s data and material submittals. c.Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d.Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area locations hall be equipped with two pumps meeting the capacity requirement, in case one is non- operational. e.Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4.Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5.Planned installation and maintenance schedule for temporary erosion and sediment control facilities. Indicate locations and outlets of dewatering systems. 6.The boundaries of the clearing limits, sensitive areas and their buffers, and areas of vegetation preservation and tree retention. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall: • Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction; • Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards; • Keep sufficient pumping equipment and machinery on hand at all times for CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 28 emergencies, including electric power failures; • Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances; • Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer; • Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”; • Design and operate dewatering system that will not remove natural soils; • Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and • Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPPP to the Engineer for review as specified for the original plan. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 29 The Contracting Agency will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented with the following: (******) The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A.General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B.Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C.Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 30 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 or can be found on the City’s website at: https://edocs.rentonwa.gov/Documents/ElectronicFile.aspx?docid=1074326&dbid= 0&repo=CityofRenton. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (******) Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Contracting Agency and the Engineer by owners of such underground facilities or others, and the Contracting CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 31 Agency and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Contracting Agency and the Engineer by the Contractor 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 32 to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(3) Site Specific Potholing Section 1-07.17(3) is a new section: (******) Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs associated with ‘waiting’ if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(4) Interruption of Services Section 1-07.17(4) is a new section: (******) Whenever, in the course of the construction operation, it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 33 the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Contracting Agency. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. 1-07.17(5) Resolution of Utility Conflicts Section 1-07.17(5) is a new section: (******) In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 Delete this section in its entirety and replace with the following: (June 07, 2021, City of Renton modified version of January 4, 2016, APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The City of Renton reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims-made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims-made and, state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 34 termination of this Contract, and the Contractor shall annually provide the City of Renton with proof of renewal. If renewal of the claims-made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self- insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the City of Renton shall be excess of the Contractor’s insurance and shall not contribute with it. E. The Contractor shall provide the City of Renton and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the City of Renton. G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City of Renton may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City of Renton on demand, or at the sole discretion of the City of Renton, offset against funds due the Contractor from the City of Renton. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: the City of Renton and its officers, elected officials, employees, agents, consultants and volunteers. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 35 endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1 07.18(2) as additional insureds and, provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the City of Renton, the Contractor shall forward to the City of Renton evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage: Within 20 days of award of the Contract, the Contractor shall deliver to the City of Renton a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of the City of Renton to demand such verification of coverage with these insurance requirements or failure of the City of Renton to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the City of Renton to be equivalent. 2. Copies of all endorsements naming the City of Renton and all other entities listed in 1 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted. Upon request by the City of Renton, the Contractor shall forward to the City of Renton a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 36 herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City of Renton’s recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the City of Renton. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers’ Liability each accident Limits may be increased for higher than usual or special liability exposures. 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 37 $1,000,000 Combined single limit each accident 1-07.18(5)C Workers’ Compensation The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)D Excess Liability or Umbrella Required only if needed to reach minimum CGL or Automobile liability coverage limits. 1-07.18(5)E Professional Liability Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the City and if those professional services are excluded from the CGL policy. 1-07.18(5)F Pollution Liability Required if work involves a pollution risk to the environment. 1-07.18(5)G Builders Risk May be required up to the amount of the completed value of a new building or major construction project. 1-07.18(5)H Aircraft Liability Only required for aircraft tie-down leases. Such policy must provide the following minimum limit: $1,000,000 Each Occurrence (Single Limit Bodily Injury and Property Damage) 1-07.22 Use of Explosives Section 1-07.22 is supplemented with the following: (******) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 38 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is revised and supplemented with the following: (******) Revise the second paragraph to read: (******) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Accessibility to existing or temporary pedestrian push buttons shall not be impaired. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency’s expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency’s expense, except those damaged due to the Contractor’s operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency’s expense when approved by the Engineer, except when flow is impaired due to the Contractor’s operations. At the request of the Contracting agency, the contractor shall remove steel plates and temporarily backfill and patch utility trenches to allow the Contracting Agency to utilize equipment for snow and ice removal through the project area. This request shall be considered a change of conditions and eligible for reimbursement of costs. Section 1-07.23(1) is supplemented with the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 39 and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners’ access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: (******) Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 40 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highways, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: (******) Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made. 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 hour notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 41 been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is a new section: (******) The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. 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. 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 when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each confined space to be entered. Never leave the confined space open and unattended. The contractor’s or consultant’s point of contact with the City in regard to confined space entry will be the City’s assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: (******) 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: (******) The Engineer will furnish the Contractor with copies of the Contract Documents per CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 42 Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting: Contractor's plan of operation and progress schedule (3+ copies) Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid) List of materials fabricated or manufactured off the project Material sources on the project Names of principal suppliers Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates) Weighted wage rates for all employee classifications anticipated to be used on Project Cost percentage breakdown for lump sum bid item(s) Shop Drawings (bring preliminary list) Traffic Control Plans (3+ copies) Temporary Water Pollution/Erosion Control Plan Shoring Plans (per section 1-0914(2)(B), if applicable 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 Contracting Agency’s employees and representatives Suspension of Work, time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 43 Construction engineering, advance notice of special Work Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: (******) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 44 even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******) Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8- hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to Work overtime hours. The Contractor, by these Specifications, does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Section 1-08.1 is revised and supplemented as follows: (******) Revise the second paragraph to read: (******) The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Contracting Agency for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 45 Documents shall create any contractual relation between any subcontractor and the Contracting Agency. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is deleted and replaced as follows: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Contracting Agency. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule 1-08.3(1) General Requirements Section 1-08.3(1) Delete this sub-section in its entirety and replace 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 the following information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Contracting Agency’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Contracting Agency, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 46 If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Contracting Agency of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Agency 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 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 insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. Work on site shall not commence until the Contracting Agency has received the Contractor’s COVID-19 Health and Safety Plan (CHSP). The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 47 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Following acceptance of high visibility fencing Contractor shall install fencing to limit access, COVID-19 sampling and testing stations, and all other onsite control measures identified in the CHSP and the Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements. 1-08.5 Time for Completion Delete this section in its entirety and replace with the following: (******) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as “the first working day”, and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: New Year’s Day Martin Luther King Day Memorial Day Independence July Labor Day Veteran’s Day Thanksgiving Day the day after Thanksgiving Christmas Day Note for holidays that land on a Saturday or Sunday: The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday, Wednesday, or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 48 with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1 05.11 and 1-05.12. The Engineer will give the Contractor written notice of the completion date of the Contract after all the Contractor’s obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Engineer prior to establishing a completion date: a. Certified Payrolls per Section 1-07.9(5) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal-aid Projects) e. Final Contract Voucher Certification f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors g. Property owner releases per Section 1-07.24 h. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 49 accordance with Section 8-01.3(16), as required by the Contract Provisions. 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: (******) Contracting Agency may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Contracting Agency to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 50 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 Contracting Agency for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Contracting Agency as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Contracting Agency is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Contracting Agency shall be entitled to recover its costs, including reasonable attorney’s fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: (******) The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Contracting Agency shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Contracting Agency of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Contracting Agency nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Contracting Agency. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Contracting Agency will be provided keys for all fenced, secured areas. 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 51 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented with the following: (******) Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Driver’s name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for the Engineer to acknowledge receipt 6. Pay item number 7. Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of 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 the Inspector will not be honored for payment. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 52 Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented with the following: (******) The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor with regard to storage CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 53 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: (******) Contracting Agency has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor’s total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1 09.7 Mobilization Section 1-09.7 is supplemented as follows: (******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Contracting Agency. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): “Mobilization & Demobilization,” Lump Sum. 1-09.9 Payments Section 1-09.9 is revised supplemented as follows: (******) Delete the fourth paragraph and replace it with the following: (******) Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 54 Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: (******) Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including “red line” as-built drawings showing work installed by the contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 55 The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Contracting Agency has no unsatisfied claims against the Contractor. In the event claims are filed, the Contracting Agency shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Contracting Agency shall withhold such amount as is required to satisfy any claims by the Contracting Agency against the Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Contracting Agency a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Contracting Agency against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Contracting Agency all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: (******) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer’s review of the Contractor’s approved progress schedule, which indicates the Work will not 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, CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 56 indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.4. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer’s Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(3) is a new section: (******) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 57 A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30- calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: (******) Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 58 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: (******) …such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: (******) The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: (******) The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: (******) The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the Contracting Agency and the CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 59 Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. 1-09.14 Payment Schedule Section 1-09.14 is a new section: (******) 1-09.14(1) General Measurement and Payment Schedule for Bid Items in This Project Proposal 1-09.14(2) Scope 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 described in these Special Provisions and shown on the Plans. B. The Contracting Agency shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. D. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(3) Bid Items See Technical Specifications Division 18 (Measurement and Payment) for Bid Items. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description Section 1-10.1(2) is revised and supplemented by adding the following: (******) Revise the first paragraph to read: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 60 The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1(2) is supplemented by adding the following: (******) When the bid proposal includes an item for “Traffic Control,” the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signage, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 61 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 Contracting Agency. 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 deleted in their entirety and replaced as follows: (******) A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 62 1-10.3 Traffic Control Labor, Procedures, and 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. 1-10.3(3)A Construction Signs Section 1-10.3(3)A paragraph 3 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 deleted in its entirety and replaced with: (******) No specific unit of measurement will apply to the lump sum item of “Traffic Control”. No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is deleted in its entirety and replaced with: (******) Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: “Traffic Control,” Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******) 1-11.1 General Requirements 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 63 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages, and/or in an electronic field book/data collector format in an unedited, original field-produced state capable of being printed. In all cases, original field notes must be dated with the day the field work was performed and include a sketch and with a CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 64 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-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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 65 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 66 Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 67 In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plan H031. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-1 DIVISION 2 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented as follows: (******) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor’s operations. Any flagged trees, which are damaged, shall be replaced in kind at the Contractor’s expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and/or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days’ written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2-01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2 is supplemented as follows: (******) The Contractor shall dispose of all debris by Disposal Method No. 2 – Waste Site. 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-2 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is revised and supplemented as follows: (******) Item “1” is deleted and replaced as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul broken-up pieces to some off-project site. Section 2-02.3(3) is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: (******) Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheel cutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2-02.5 Payment Section 2-02.5 is supplemented by adding: (******) "Saw Cutting", per lineal foot. "Remove Sidewalk", per square yard. "Remove Curb and Gutter", per lineal foot. "Cold Mix", per ton "Remove Asphalt Concrete Pavement," per square yard. "Remove Cement Concrete pavement," per square yard. "Remove existing ___________," per ___________. All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation, backfilling, and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items, their removal CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-3 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-4 It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Gravel Borrow shall be used. If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9- 03.14 of the Standard Specifications, shall be used. 2-03.4 Measurement Section 2-03.4 is supplemented by adding the following: (******) At the discretion of the Engineer, roadway excavation, borrow excavation, and unsuitable foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-5 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. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)D is revised as follows: (******) The second paragraph is deleted and replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation, Class A or B. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-6 The third paragraph is deleted and replaced with: If the Contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the Work. 2-09.4 Measurement Section 2-09.4 the 9th paragraph 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 2-7 excavation or backfill material being paid by unit price shall be calculated by the Engineer only for the neat line measurement of the excavation and shall not include the extra excavation beyond the neat line. If there is no bid item for shoring or extra excavation Class B on a square foot basis and the nature of the excavation is such that shoring or extra excavation is required as determined by the Engineer, then shoring or extra excavation shall be considered incidental to the Work involved and no further compensation shall be made. “Gravel Backfill (Kind) for (Type of Excavation)”, per cubic yard or per ton. “Controlled Density Fill”, per cubic yard. When gravel backfill is paid by the ton, the Contractor shall take care to assure to the satisfaction of the Engineer that such per ton backfill is only being used for the specified purpose and not for purposes where backfill is incidental or being paid by cubic yard. Evidence that per ton gravel backfill is not being used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 3-1 DIVISION 3 Blank CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 4-1 DIVISION 4 Blank CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-1 DIVISION 5 5-04 ASPHALT CONCRETE PAVEMENT Section 5-04 is deleted are replaced with the following: (******) 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.), unless otherwise directed by the Engineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand (As noted in 5-04.3(5)C for crack sealing) 9-03.1(2) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-2 The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined as follows: Comply with each of the following: Develop the mix design in accordance with WSDOT SOP 732. Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-3 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 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 of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design report shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation. Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-4 the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) appropriate for the required use. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5- 04.3(6) in the production of mixtures. Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-5 Minimum Surface Temperature for Paving Compacted Thickness (Feet)Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to .20 45◦F 35◦F More than 0.20 35◦F 35◦F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1.Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2.Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial- scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-6 shall be in full view of the plant operator. 3.Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4.Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5.Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-7 shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or directed by the Engineer, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer’s approval, unless otherwise required by the contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-8 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(1). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-9 Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width – fill with sand slurry. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-10 Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-11 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-12 the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1”0.35 feet HMA Class ¾” and HMA Class ½” wearing course 0.30 feet other courses 0.35 feet HMA Class ⅜”0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1.Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall conform to the following tolerances: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-13 Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6%+/- 8% No. 4 sieve +/-6%+/- 8% No. 8 Sieve +/- 6%+/-8% No. 200 sieve +/- 2.0%+/- 3.0% Asphalt Binder +/- 0.5%+/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100 percent passing will be 99- 100. 2.Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a.Aggregates – 2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b.Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-14 Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed by the Contracting Agency for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable)20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3(9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-16 a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 92 percent of the maximum density. The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item “Roadway Core” the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item “Roadway Core” the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-17 Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-18 operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-19 of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-20 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-21 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5- 04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5- 01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than ⅛ inch ¼ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. of the existing street surface. When deviations in excess of the above tolerances are found that result from a high place in the CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-22 HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5- 04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre-planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor’s planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter-mined by the Engineer. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-23 A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-24 Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-25 including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-26 planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5- 02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(21) HMA Road Approaches Temporary Pavement is required to open areas to traffic during construction. These areas include paving over excavated roadway and utility trenches, to provide paved access to private properties, and ramps for pedestrian access. All temporary paving shall be placed with a minimum thickness of 2 inches. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall also be approved by the Engineer before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. Temporary Pavement, hot mix asphalt, will be used for any trench restoration within the traveled way. Whether temporary or permanent, sawcut and treat edges with CSS-1 asphalt emulsion. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed with a minimum thickness of 2 inches. Placement of temporary pavement without prior approval of the Engineer shall be CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-27 considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of temporary pavement, to subgrade depth, shall be considered included in the unit cost for “Temporary Pavement”. 5-04.4 Measurement HMA Cl. ___ PG ___, HMA for ___ Cl. ___ PG ___, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Planing bituminous pavement to a 2 inch depth will be measured by the square yard. Planing bituminous pavement to a 4 inch depth will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. Adjust Manhole Cover will be measured per each. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-28 Adjust Water Valve Box will be measured per each. Adjust Gas Valve will be measured per each. Adjust Monument Case will be measured per each. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “HMA Cl. ___ PG ___”, per ton. “HMA for Approach Cl. ___ PG ___”, per ton. “HMA for Preleveling Cl. ___ PG ___”, per ton. “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Commercial HMA”, per ton. The unit Contract price per ton for “HMA Cl. ___ PG ___”, “HMA for Approach Cl. ___ PG ___”, “HMA for Preleveling Cl. ___ PG ___”, “HMA for Pavement Repair Cl. ___ PG ___”, and “Commercial HMA” shall be full compensation for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. “Preparation of Untreated Roadway”, per mile. The unit Contract price per mile for “Preparation of Untreated Roadway” shall be full pay for all Work described under 5-04.3(4), with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Untreated Roadway”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Preparation of Existing Paved Surfaces”, per mile. The unit Contract Price for “Preparation of Existing Paved Surfaces” shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for “HMA Cl. ___ PG ___” which was used for patching. If the Proposal does not include a Bid item for “Preparation of Existing Paved Surfaces”, the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. “Crack Sealing”, by force account. “Crack Sealing” will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-29 “Pavement Repair Excavation Incl. Haul”, per square yard. The unit Contract price per square yard for “Pavement Repair Excavation Incl. Haul” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for “HMA for Pavement Repair Cl. ___ PG ___”, per ton. “Asphalt for Prime Coat”, per ton. The unit Contract price per ton for “Asphalt for Prime Coat” shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). “Prime Coat Agg.”, per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for “Prime Coat Agg.” shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. “Asphalt for Fog Seal”, per ton. Payment for “Asphalt for Fog Seal” is described in Section 5-02.5. “Longitudinal Joint Seal”, per linear foot. The unit Contract price per linear foot for “Longitudinal Joint Seal” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). “Planing Bituminous Pavement”, per square yard. “Planing Bituminous Pavement – 2 inch depth”, per square yard. “Planing Bituminous Pavement – 4 inch depth”, per square yard. The unit Contract price per square yard for “Planing Bituminous Pavement”, “Planing Bituminous Pavement – 2 inch depth”, “Planing Bituminous Pavement – 4 inch depth” shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). “Temporary Pavement Marking”, per linear foot. Payment for “Temporary Pavement Marking” is described in Section 8-23.5. “Water”, per M gallon. Payment for “Water” is described in Section 2-07.5. “Job Mix Compliance Price Adjustment”, by calculation. “Job Mix Compliance Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(9)C6. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-30 “Compaction Price Adjustment”, by calculation. “Compaction Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)D3. “Roadway Core”, per each. The Contractor’s costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. “Cyclic Density Price Adjustment”, by calculation. “Cyclic Density Price Adjustment” will be calculated and paid for as described in Section 5- 04.3(10)B. 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description Section 5-05.1 is supplemented with the following: (******) This work shall also consist of constructing scored cement concrete pavement for roadway (including roadway ramps) and scored colored cement concrete crosswalk pavement with architectural scoring and finishes for the raised intersections, in conformity with the lines, grades, thicknesses, and typical cross sections shown on the Plans. 5-05.2 Materials Section 5-05.2 is supplemented with the following: (******) Curing compound and sealer for pavement (including roadway ramps) installation shall be water based, non-flammable, low gloss, non-yellowing, non-clouding and wear resistant. Compound and sealer shall protect against water damage, oil and common stains, formulated for exterior use. Cement Concrete Pavement for raised roadway intersections and roadway ramps shall be Type II Gray Portland Cement with saw-cut scored in a 4 feet x 4 feet pattern per Plans, with medium broom finish as shown per Plans and per the City of Renton Downtown Streetscape Design Standards and Guidelines. All cement concrete pavement used for constructing the driveway entrances shall be high early Portland cement concrete Class 4000 with 1-day cure and meets the requirements of Section 5- 05.3(17). Scored Colored Cement Conc. Crosswalk Pavement CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-31 Color additives shall contain pure concentrated mineral pigments, containing no fillers, adulterants or admixtures, specially processed for mixing into concrete and complying with ASTM C979. Calcium chloride shall not be permitted in the mix. Type II Gray Portland Cement with integral color additive. Coloring concrete shall be uniform, color, “Flagstone Brown” No. 641, by Davis Colors, with a medium broom finish as shown per plans. Scored Colored Cement Conc. Crosswalk Pavement shall be cured and sealed with a curing compound and sealer to be approved by color additive manufacturer, for use with colored concrete, and shall comply with ASTM C309. Colored Cement Concrete shall be cured per manufacturer’s recommendation. 5-05.3 Construction Requirements Section 5-05.3 is supplemented with the following: (******) Scored Colored Cement Conc. Crosswalk Pavement shall receive a medium broom finish perpendicular to the thermoplastic striping and saw-cut scored in a 2 feet x 2 feet pattern per Plans. Submittal The Contractor shall submit for approval to the Engineer a Placing and Jointing Plan at least three (3) working days prior to the commencement of any pavement construction. Transverse and longitudinal joints shall be contraction or through joints (including construction joints). Joints shall be constructed in accordance with the details shown in the Contract Plans. The faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement. Sample for integral concrete color selection: Contractor shall submit color additive from manufacturer’s sample chip set and indicate color additive numbers and required color pigment dosage rates, for approval by Engineer. Mock-Up The Contractor shall provide a 4 feet x 4 feet area test panel of the integral concrete color, texture, and finish: Scored Colored Cement Conc. Crosswalk Pavement with medium broom finish, to demonstrate methods of obtaining consistent visual appearance, including materials, workmanship, finishes, and curing method to be used throughout the Project. No additional concrete shall be placed prior to the test panel being approved by the Engineer. The approved sample shall be the standard for acceptance of the rest of the work installed and shall be protected from damage until final acceptance and approval. Completed work not meeting the visual quality of the approved sample shall be removed and replaced by the Contractor at no additional cost to the City. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-32 5-05.3(8) Joints Section 5-05.3(8) is supplemented with the following: (******) When new pavement abuts an existing pavement, the locations of the joints in the new pavement shall match with the joints in the existing pavement unless otherwise shown on the plans. 5-05.3(8)D Isolation Joints Section 5-05.3(8)D is supplemented with the following: (******) The joint alignment shall be at right angles to the pavement structure centerline unless otherwise specified in the Contract. Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and conform to Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown on the Standard Details in these Specifications. The joint material and backer rod shall be held accurately in place during the placing and finishing of the concrete by a bulkhead, a holder, metal cap or other approved method. The joint shall be perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging of the joint material. A wood filler strip or metal cap shall be placed on the top of the backer rod and pre-molded joint filler to form the groove, and shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled together at the ends to preserve continuity. Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth. 5-05.3(8)E Sealing Through Joints Add New Section 5-05.3(8)E: (******) After the pavement is cured and before carrying any traffic, the space left by the removal of the wood filler strip, the metal cap, above the top of the backer rod and expansion joint filler strip, or construction joint shall be thoroughly cleaned of all loose material. The groove shall be completely free of any projecting concrete from the sides and the groove shall be continuous across the slab to each edge. It shall then be filled level with the pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants. The joint sealant material shall be heated and placed in accordance with the manufacturer’s instructions. Burned material will be rejected. The through joint groove shall be dry at the time of pouring the sealing compound. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 5-33 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. Within paved streets, the Contractor may use temporary pavement or steel trench plates to allow vehicular traffic to travel over the construction areas. 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. Cold mix asphalt may be used around plates to provide transition. 5-06.3 Construction Requirements The Contractor shall maintain temporary 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 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 6-1 DIVISION 6 Blank CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-1 DIVISION 7 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), corrugated polyethylene (PE), or corrugated polypropylene (PP) at the option of the Contractor unless the Plans specify the type to be used. 7-01.3(1) Drain Pipe Section 7-01.3(1) 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. 7-01.3(2) Underdrain Pipe The second 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 with the following: (******) When the Contract does not include "Structure Excavation Class B" or "Structure Excavation Class B Including Haul" as a pay item all costs associated with these items shall be included in other contract pay items. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-2 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 Section 7-04.2 is revised and supplemented with the following: (******) The first paragraph of Section 7-04.2 is deleted in its entirety and replaced as follows: (******) Unless a pipe material is specifically called out on the Plans, materials shall meet the following requirements. Size Pipe Material Allowed Specification 6-12” Polypropylene Storm Sewer Pipe Ductile Iron Pipe Corrugated Polyethylene Storm Sewer Pipe (CPEP) 9-05.24(2) 9-05-13 9-05.20 Where bends are specifically called out on the plans, they shall be of the same material and manufacturer as the main pipe and meet the manufacturer’s recommendations. The second paragraph of Section 7-04.2 is supplemented as follows: (******) The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his/her responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship and Contractor’s own expense. Section 7-04.2 is supplemented with the following: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-3 (******) Dense foam shall meet 9-05.52 of these Special Provisions. Direct Pipe Tee Connections: Direct pipe tee connections for use in gravity-flow sewer and storm drainage direct connections to pipe shall be Inserta Tee service connections, as manufactured by Inserta Tee and shall meet ASTM F2946 and consist of a PVC hub, rubber sleeve, and stainless steel band. Connection shall be a compression fit into the cored wall of a mainline pipe. Hub shall be made from heavy-duty PVC material. Stainless steel clamping assembly shall be of SS #301 for the band and housing and SS #305 for screws. Rubber sleeve and gasket, when applicable, shall meet the requirements of ASTM F477. Gaskets shall be installed by the manufacturer. A water-based solution provided by the manufacturer shall be used during assembly. Inserta Tee product shall provide a water connection according to the requirements of ASTM D3212. 7-04.3(1) Cleaning and Testing Section 7-04.3(1) is supplemented with the following: (******) Before testing begins and in adequate time to obtain approval through submittal process, prepare and submit test plan for approval by Engineer. Include testing procedures, methods, equipment, and tentative schedule. Obtain advance written approval for any deviations from Drawings and Specifications. Repair, correct, and retest sections of pipe which fail to meet specified requirements when tested. Perform testing as work progresses. Schedule testing so that no more than 1000 linear feet of installed pipeline remains untested at one time. Perform testing under observation of Engineer or Inspector. Schedule testing during no rain. Plug the lower end of the pipe if needed to test pipe. All pipe larger than 30-inch diameter shall have joints individually tested for Joint Tightness. Prior to final backfill, all joints shall be individually tested using low-pressure air per ASTM C1103. For the installation of any flexible pipe larger than 30-inches in diameter, the Contractor shall retain the services of a pipe manufacturer representative, knowledgeable in the installation methods and practices for the specific pipe product used on this project, as well as on the installation practices for flexible pipelines in general. The manufacturer’s representative shall be present full time on site during the construction of the first 300 feet of pipe installation, and part-time, as required, thereafter until the entire pipeline installation is complete. The manufacturer’s representative shall observe pipe foundation, pipe installation, placement and compaction of pipe zone bedding and backfill, and testing procedures. The manufacturer’s representative shall notify Engineer and Contractor of any non-conforming installation, identifying the manufacturer recommended corrective action(s), within 24 hours of such occurrence. All flexible pipe shall be tested for maximum pipe deflection by pulling a rigid mandrel through the entire (i.e., 100%) flexible pipe length installed. Maximum deflection shall not exceed 5%. Mandrel testing shall conform to CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-4 ASTM D3034, and be performed no sooner than 30 days after backfilling and prior to final acceptance testing of the segment. Submit test results to the Engineer. 1. Rigid mandrel shall have outside diameter (O.D.) equal to 95 percent of inside diameter (I.D.) of pipe. Inside diameter of pipe, for purpose of determining outside diameter of mandrel, shall be average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and average inside diameter for I.D. controlled pipe, dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 2. Rigid mandrel shall be constructed of metal or rigid plastic material that can withstand 200 psi without being deformed. Mandrel shall have nine or more "runners" or "legs" as long as total number of legs is odd number. Barrel section of mandrel shall have length of at least 75 percent of inside diameter of pipe. Rigid mandrel shall not have adjustable or collapsible legs which would allow reduction in mandrel diameter during testing. Provide and use proving ring for modifying each size mandrel. 3. Furnish "proving ring" with each mandrel. Fabricate ring of 1/2-inch-thick, 3-inch-wide bar steel to diameter 0.02 inches larger than approved mandrel diameter. 4. If a rigid mandrel is not available, the Contractor may substitute a round steel bar meeting #3 above. “Testing Storm Sewer Pipe” shall be incidental to and included in storm sewer pipe bid items. 7-04.3(1)G Abandon Existing Storm Sewer Pipes Section 7-04.3(1)G is a new section: (******) Where it is shown on the plans that existing storm sewer pipe is to be abandoned by filling with grout, all abandonment of storm drain lines shall conform to Section 7-17.3(2)I. 7-04.3(2) CCTV Inspection Section 7-04.3(2) is a new added section: (******) All storm drain main lines constructed as part of this project shall be inspected by the use of closed-circuit television (CCTV) before substantial completion. The costs incurred in making the inspection shall be paid for under “CCTV Inspection”. All CCTV inspections for storm drain lines shall conform to Section 7-17.3(2)H. 7-04.3(3) Direct Pipe Connections Section 7-04.3(3) is a new added section as follows: (******) Field Pipe and Joint Performance: To assure water tightness, field performance verification may be accomplished by testing in accordance with ASTM F2487, ASTM F1417 or ASTM C1103. Appropriate safety precautions must be used when field-testing any pipe material. Contact the manufacturer for recommended leakage rates. Installation: Installation shall be accordance with the manufacturer’s recommended installation CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-5 guidelines. Backfill around the Inserta Tee service connection shall be, at a minimum, of the same material type and compaction level as specified for the mainline pipe installation. 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Section 7-05.3 is supplemented by adding the following: (******) All manholes shall be in accordance with City of Renton Standard Plans. Connection to manholes or catch basins for storm sewer pipe less than 24-inch shall be “Kor-n- Seal” boot or approved equal. Sanitary sewer pipe to sanitary sewer manhole connections shall be “Kor-n-Seal” boot or approved equal. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is replaced with: (******) Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the Construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per Standard Plan 106 prior to final acceptance of the Work. Manholes in unimproved areas shall be adjusted to 6” above grade. In unpaved streets: manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street Work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: manholes, catch basins, and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-6 shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete grade rings and mortar. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in asphalt also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared. Monuments and cast iron frame and cover: monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-7 be accepted at the location of new installation, relocation and adjustment of line manholes, catch basins, or curb inlets. The unit bid price per each shall be full compensation for all labor, materials and equipment required. 7-06 TRENCH DRAINS (NEW SECTION) Section 7-06 is a new section. (******) 7-06.1 Description This Work consists of the construction of new trench drain in accordance with the plans and specifications. 7-06.2 Materials Trench drain shall be Polydrain PDX 15” wide, or acceptable equal. Trench drain and supporting concrete shall be designed for HS20 loading. Grate shall be either Model #603 or #606 as determined by the City. Submittals: A. Shop Drawings: Show a schematic plan of the total drainage system including fabrication details. Shop drawing shall indicate the number and type of each pre-sloped channels and non pre-sloped channels. B. Product Data: Manufacturer's catalog sheets, specifications, and installation instructions for each item specified. C. Samples: Section of trench drain and grate (minimum 6-inch length) D. Product Data: 1. Concrete Design Mix: Submit proposed concrete design mix together with name and location of batching plant at least 28 days prior to the start of concrete work. 2. Portland Cement: Brand and Manufacturer’s name. 3. Air-entraining Admixture: Brand and manufacturer’s name. 4. Water-reducing or High Range Water-reducing Admixture: Brand and manufacturer’s name. 5. Curing and Anti-Spalling Compound: Manufacturer’s specifications and application instructions. 7-06.3 Construction Requirements Cement concrete shall be constructed with air entrained concrete Class 4000 confirming to the requirements of Section 6-02. Applicable requirements for concrete curbs and gutters in Section 8-4.2 shall apply. Trench drain shall be installed per manufacturer’s recommendations and product installation procedures. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-8 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)A Trenches Section 7-08.3(1)A is supplemented by adding the following: (******) Trench Excavation Incl. Haul includes the trench excavation for the storm sewer, sanitary sewer, and water main construction in accordance with the trench limits outlined on the plan drawings. All trench excavated materials shall be disposed of off-site at an approved Contractor-provided disposal site. Excavation outside the excavation limits shown on the plan drawings shall be at no additional expense to the City. Contaminated Trench Excavation includes the trench excavation of materials characterized as contaminated based on sampling results for the storm sewer, sanitary sewer, and water main construction. This excavated soil shall be managed in accordance with applicable state and federal regulations outlined in the Contract Documents. Handling and disposal of materials shall adhere to all transportation requirements, receive pre-approval from a disposal facility, manifesting, and record keeping, etc., as outlined in the Contractor’s Contaminated Soil and Groundwater Handling and Management Plan . Excavations will require a shoring system to limit the volume of excavation. Excavation outside the trench limits shown on the plan drawings shall be at no additional expense to the City. 7-08.3(1)C Bedding the Pipe Section 7-08.3(1)C is supplemented by adding the following: (******) Pipe bedding for PVC sewer pipe shall consist of pea gravel or material 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. For all pipe bedding, hand compaction of the bedding materials under the pipe haunches will be required. Pipe bedding should provide a firm uniform cradle for support of the pipes. Prior to installation of the pipe, the pipe bedding should be shaped to fit the lower part of the pipe exterior with reasonable closeness to provide uniform support along the pipe. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bedding material should be used as pipe zone backfill and placed in layers and tamped around the pipes to obtain complete contact. Bedding material shall meet the requirements of Gravel backfill for Pipe Zone Bedding in accordance with Standard Specification Section 9-03.12(3). Pipe bedding shall be considered incidental to the pipe and no further compensation shall be made. In areas where the subgrade soils in the trench excavation consist of fine-grained soils, such as CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-9 silt/clay, or organic rich soils, the Engineer may direct the Contractor to use a geotextile separator fabric be placed over the native soils prior to placement of the pipe bedding. The geotextile shall meet the requirements of Section 9-33.2(1) Table 3 for Separation. Geotextile shall be paid for by other items. 7-08.3(1)D Pipe Foundation Section 7-08.3(1)D is a new section: (******) Pipe foundation in poor soil: When soft or unstable material is encountered at the subgrade which, in the opinion of the Engineer, will not uniformly support the pipe, such material shall be excavated to an additional depth as required by the Engineer and backfilled with foundation gravel material placed in maximum 12-inch lifts. Foundation gravel shall be CSBC and conform to the requirements of Section 9-03.9(3) of the Standard Specifications. Corrections faulty grade: Excess excavation below grade shall be backfilled with foundation gravel as specified above and thoroughly compacted to the required grade line at no expense to the City. 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 ensure that there are not damaged portions of the pipe. Any defective, damaged, or unsound pipe shall be repaired or CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-10 replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipeline shall be closed with watertight expandable type sewer plugs at the end of each day's operation, or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and/or the grades. Except for short runs, which may be permitted by the Engineer, pipes shall be laid uphill on grades that exceed 10 percent. Pipe, which is laid on a downhill grade, shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment, and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joints have been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7-08.3(2)E Rubber Gasketed Joints Section 7-08.3(2)E is supplemented as follows: (******) Care shall be taken by the Contractor to avoid over-inserting the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-08.3(2)H Sewer Line Connections Section 7-08.3(2)H is supplemented by adding the following: (******) All connections not occurring at a manhole or catch basin shall be done utilizing pre- manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be as follows: A.Vitrified Clay Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). B.Concrete Main Cut in new PVC “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). C.PVC & C900 PVC Main Core-drilled with Romac Saddle (or approved equal) or cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-11 D.Ductile Iron Main Core-drilled with Romac Saddle (or approved equal). E.Lined Sewer Main Connection to sewer mains that have been lined (CIPP, Etc.); cut in new “Tee” using “Strong-Back” Flexible Couplings (Fernco or approved equal). F.HDPE Core-Drilled with Romac Saddle. “Inserta- Tee” may be used on sewer mains 12” diameter or larger. Connections (unless booted connections have been provided for) to existing concrete manholes shall be per Section 7-05.3(3). 7-08.3(2)J Placing PVC Pipe 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 with the bell end upgrade. Gravel Backfill for Pipe Zone Bedding or Pea Gravel will be used as the bedding material and extend from 6" below the bottom of the pipe to 6" above the top of the pipe. When it is necessary to connect to a structure with a mudded joint, a rubber gasketed concrete adapter- collar will be used at the point of connection. 7-08.3(3)A Backfilling 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 or pond excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 6 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper three feet of trench backfill. Rock or stones within the allowable size limit incorporated in the remainder of fills shall be distributed so that they do not congregate or interfere with proper compaction. The existing soils shall not be reused as trench backfill unless otherwise required by the Engineer. Structural fill shall consist of Gravel Borrow, meeting the requirements of Section 9- 03.14(1) of the Standard Specifications. It should be free of organics and other debris. The structural trench backfill should be moisture conditioned to within approximately 3 percent of optimum moisture content, placed in loose horizontal lifts less than 6 inches in thickness, and compacted to at least 95 percent of the maximum dry density (MDD) as determined by the Modified Proctor compaction test method ASTM D 1557. Trench backfill shall be densely compacted in a systematic manner using methods that consistently produce adequate compaction levels. During placement of the initial lifts, the trench backfill material shall not be bulldozed into the trench or dropped directly on the pipe. Heavy vibratory equipment shall not be permitted to operate directly over the pipe until a minimum of 2 feet of backfill has been placed over the pipe bedding. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-12 Contactor shall take special care to obtain good compaction up to the edges of the excavation as the shoring is removed. The Engineer may be on-site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench which fail to meet the compaction requirements shall be removed and replaced and re-compacted at the Contractor’s expense. The Contractor shall be responsible for any settlement of backfill, sub-base, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at his expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified proctor compaction test, ASTM D1557. The Contractor shall be responsible for the disposal of any excess excavated material. Section 7-08.3(5) Temporary Stormwater Diversion Section 7-08.3(5) is an added new section (******) It shall be the Contractor’s responsibility to maintain operation of the existing storm sewer system throughout the duration of the project without any disruption of service until the new storm drain has been accepted by the City to receive stormwater flows, and connections are made between the existing and new storm based on scheduling approved by the Engineer. A temporary stormwater diversion shall be capable of bypassing at least the 2-year peak flow during construction. The Contractor shall submit proposed methods for providing the diversions to the Engineer for approval prior to construction. The diversions shall have the least impact on property owners and traffic flow through the site. The diversions shall be installed, operated, and maintained only when needed where the existing storm drain system must be demolished to allow construction of the new system. Where shown on the Plans, Contractor shall time work of bypasses during period of anticipated no or little rain. If bypass pumping is provided, it shall be scheduled for continuous operation with backup equipment available at all times for periods of maintenance and refueling or failure of the primary bypass pump(s) or diversion system. The Contractor shall submit a Temporary Stormwater Diversion Plan in accordance with Section 1-05. The Contractor’s plan shall be reviewed by the City before the plan is implemented. The review of the flow diversion plan shall, as well as the Contractor’s proposed size of the bypass, in no way relieve the Contractor of his responsibility to provide a bypass system that conveys encountered flows without property damage or damage to the project or construction area. As risk associated with sizing the bypass and impacts to construction is born by the Contractor. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-13 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 curves with radius of 400 feet or more, either horizontal or vertical, pipe may be laid with standard pipe lengths by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed 50% of the manufacturer’s printed recommended deflections. The Contractor shall submit to the Engineer the pipe manufacturer's joint deflection recommendations prior to pipe installation indicating deflections are within allowable AWWA specification tolerances. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, or for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings as provided in Section 1-09.6. When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. Where pipe installation on curves requires the use of special fittings, concrete blocking shall be used per Section 7-09.3(21). Where restrained joint pipe is installed on a curve, the Contractor shall submit the pipe manufacturer’s recommendations to the Engineer for approval. 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 inches and Over) Section 7-09.3(15)B is deleted in its entirety and replaced 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-14 Installation of the polyethylene encasement shall be considered incidental to the installation of the pipe and no additional payment shall be allowed. 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) is revised to read as follows: (******) The Contractor shall not operate any valve on existing Water Main. The City of Renton Water Operations and Maintenance staff will make all connections to charged water mains and will operate all valves to accomplish shutdowns and subsequent reactivation. The draining of existing water mains will be done by City water maintenance staff. The Contractor shall provide pumping and disposal of the water from the draining of the existing water mains including de-chlorination of the water prior to disposal. Connections to the existing water main shall not be made without first making the necessary scheduling arrangements with the Engineer in advance. The Contractor shall request water main shut-offs for connections of new water mains to existing water mains at least ten (10) working days in advance for each connection. Approval of connections to existing water main is contingent on the Water Main and appurtenances being completely installed, tested, cleaned with polypig, disinfected and flushed per Contract requirements. City’s water operations and maintenance staff will notify in writing all water customers affected by the shut-offs of the water mains at least 48 hours in advance (not including weekends and holidays) of any water shut-offs. The Contractor may be required to perform the connection during times other than normal working hours. Water main shut-offs shall occur during non- holiday weekdays unless otherwise specified in the contract documents. Water main shut-offs shall not occur in the five (5) weekdays preceding or the day after the major holidays listed below: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Christmas Day. Due to the needs of various water customers in the project vicinity, water shut-off periods are limited to the times set forth below: Days Hours CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-15 Monday to Thursday 9:00 AM TO 3:00 PM Friday to Sunday DO NOT SCHEDULE The City of Renton’s Water Maintenance Manager, at his/her sole discretion, may adjust the above shut-off periods in order to address specific project circumstances and customer needs. No water main shutoffs affecting public schools will be allowed during scheduled school hours. The City reserves the right to re-schedule the connection if the work area is not ready at the scheduled time for the connection. Points of connection to existing water mains shall be exposed by hydro excavation or potholing prior to trenching of the new water mains. Before the installation of the new water mains, the Contractor shall field verify, in the presence of the Engineer, the actual location and depth of the existing water mains where new connections will be made to assure proper fit. Care shall be taken not to disturb existing thrust blocks and soil bearing areas. After excavation, the Contractor shall verify the dimensions, type, condition, and roundness of the exposed water main. The Contractor shall immediately notify the Engineer if the connection cannot be made as specified by the Contract Plans in order that the connection detail may be revised. When necessary, the profile shall be adjusted as directed by the Engineer to prevent abrupt changes in grade and alignment of the water main and connection. The Contractor shall provide all saw-cutting, removal and disposal of existing surface improvements, excavation, haul and disposal of unsuitable materials, shoring, de-watering, foundation material, at the connection areas before the scheduled time for the connection by the City. The Contractor shall provide all materials necessary for the City Water Maintenance personnel to install all connections to existing water mains as indicated on the contract plans, including fittings, couplings, pipe spools, shackle materials to complete the connections. The City Water Operations and Maintenance staff will: a) Deactivate and dewater the existing and new water main to perform the connections. The Contractor shall provide pumping and disposal of the water from the draining of the water mains including de-chlorination. b) Cut, remove and dispose pipe sections as necessary to install the new Materials with Contractor’s assistance c) Swab all connecting pipe and fittings with 5-6%chlorine solution d) Perform the connection work e) Reactivate and flush the Water Main The Contractor shall install the polywrap on all pipe and fittings at the connection points and installed concrete thrust blocks per Contract standard plans and specifications. In addition to those connections shown on the Plans, segments of a new Water Main may be placed in service prior to completion of the new Water Main. All connection between the charged and uncharged segments of the new Water Main, including connection to a new Tapping Tee and Valve will be done by the City of Renton Water Operations and Maintenance staff. Connections to existing water mains which include the cutting of the existing water main for the installation of new in-line tee and valves shall be done in two steps: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-16 Step 1: Cut-in of existing water main for installation of in-line tee, valves and appurtenances The Contractor shall provide all materials necessary for the City Water Maintenance personnel to cut the existing water main as indicated on the contract plans for the installation of the in-line tee and valves, including but not limited to the required fittings, couplings, pipe spools, shackle materials to complete the cut-in. After the cut-in of the in-line tee and valves by City personnel, the Contractor shall provide and install concrete blocking and polyethylene encasement behind the tee and other fittings. A minimum 3-day curing period is for all concrete blockings before a connection can be made to the new water mains or new tapping valve. Step 2: Connection of new water main to the above cut-in tee and valves, or to a new tapping valve on existing water mains 7-09.3(21) Concrete Thrust Blocking and Dead-Man Block Section 7-09.3(21) is deleted in its entirety and replaced as follows: (******) Concrete thrust blocking shall be placed at bends, tees, dead ends, crosses and on other fittings in conformance to the City of Renton Standards Plans, latest revisions and Contract Plans. Concrete thrust collar and blocking and dead-man thrust blocking shall be installed at locations shown on the plans and shall be in conformance with the Standard Plans and contract Plans. Reinforcement steel shall be Grade 40 or better. Blocking shall be poured in place Ready-Mix Concrete Class 3000 with a minimum compressive strength at 28 days of 3,000 psi. Job site mixing, hand-mixed concrete and mobile concrete mixers are not allowed. All fittings to be blocked shall be wrapped with 8-mil polyethylene plastic. Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of the trench excavation and shall be shaped and properly formed with plywood or other acceptable forming materials so as not to obstruct access to the joints of the pipe, bolts or fittings. The forms shall be removed prior to backfilling. Unacceptable concrete blocking shall be replaced at the Contractor’s expense. The Contractor shall provide the Engineer at least 1 Working Day advance notice before pouring concrete thrust blocking and 1 Working Day advance notice for inspection and approval of all concrete blocking prior to backfilling. 7-09.3(23) Hydrostatic Pressure Test Section 7-09.3(23) is supplemented and revised as follows: (******) Water main and appurtenances including service connections to the meter setter shall be tested in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess of that under which they will operate or in no case shall the test pressure be less than 225 psi at the highest point on the water main. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-17 The Contractor shall obtain a hydrant meter permit from the City by completing a permit application and making the required security deposits. The Contractor shall use the City’s issued hydrant meter with an attached backflow prevention assembly to draw water from the City’ water system to fill the water mains for poly-pigging, testing, cleaning, disinfection and for subsequent flushing purposes. There will be a charge for the water used for filling, testing, cleaning and disinfection of the water mains. Sections to be tested shall normally be limited to 1,500 feet or less. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the Contractor’s crews, be tested in order to qualify the crew and the materials. Pipe laying shall not be continued more than an additional 1,000 feet until the first section has been tested successfully. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. Thrust blocks shall be in place and time allowed for the concrete to cure before testing. Where permanent blocking is not required, the Contractor shall furnish and install temporary blocking and remove it after testing. Before applying the specified test pressure, the water main shall be slowly filled and air shall be expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. After all the air has been expelled, the corporation cocks shall be closed and the test pressure applied. At the conclusion of the pressure test, the corporation cocks shall be removed and plugged. The Contractor shall perform a leakage test concurrently with the pressure test. The pressure test shall be conducted for a 2-hour period. The test shall be accomplished by pumping the main up to the required pressure, stopping the pump for 2 hours, and then pumping the main up to the test pressure again. During the test, the section being tested shall be observed to detect any visible leakage. A clean container shall be used for holding water for pumping up pressure on the main being tested. This makeup water shall be sterilized by the addition of chlorine to a concentration of 50 mg/l. The acceptability of the pressure test and leakage test will be determined by two factors as follows: 1. The loss in pressure shall not exceed 5 psi during the 2-hour test period. 2. The quantity of water lost from the main and appurtenances shall not exceed the number of gallons during the 2-hour test period as listed in the following table. Allowable leakage in gallons per 1000 ft. of pipeline* for a 2-hour test period Nominal Pipe Diameter in inches Test Pressure in psi 4” 6"8"10"12"16" 20"24" 400 0.60 0.90 1.20 1.50 1.80 2.40 3.00 3.60 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-18 375 0.58 0.87 1.16 1.45 1.74 2.33 2.91 3.49 350 0.56 0.84 1.12 1.40 1.69 2.25 2.81 3.37 275 0.50 0.75 1.00 1.24 1.49 1.99 2.49 2.99 250 0.47 0.71 0.95 1.19 1.42 1.90 2.37 2.85 225 0.45 0.68 0.90 1.13 1.35 1.80 2.25 2.70 200 0.42 0.64 0.85 1.06 1.28 1.70 2.12 2.55 *If the pipeline under test contains sections of various diameters, the allowable leakage will be the sum of the computed leakage for each size. For those diameters or pressures not listed, the formula below shall be used: The quantity of water lost from the main shall not exceed the number of gallons per hour as determined by the formula: 𝐿= 𝑆𝐷√𝑃 266,400 where: L = Allowable leakage in gallons/hour S = Gross length of pipe tested, feet D = Nominal diameter of the pipe in inches P = Test pressure during the leakage test in psi The quantity of water required to restore the pressure shall be accurately determined by either 1) pumping from an open container of suitable size such that accurate volume measurements can be made by the Engineer or, 2) by pumping through a positive displacement water meter with a sweep unit hand registering one (1) gallon per revolution. The meter shall be approved by the Engineer. Pressure gauges used in the test shall be accompanied with certifications of accuracy from a testing Laboratory approved by the Engineer. Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the tested section fail to meet the pressure test successfully as specified, the Contractor shall, at no additional expense to the Contracting Agency, locate and repair the defects and then retest the pipeline. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant inlet valve. After the test is completed, each valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if there is no immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The Contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. Prior to calling out the Engineer to witness the pressure test, the Contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to ensure that the pipe is in satisfactory condition. Defective materials or workmanship, discovered as a result of hydrostatic field test, shall be replaced by the Contractor at no additional expense to the Contracting Agency. Whenever it is CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-19 necessary to replace defective material or correct the workmanship, the hydrostatic test shall be re-run at the Contractor’s expense until a satisfactory test is obtained. 7-09.3(24)A Flushing and "Poly-pigging" Section 7-09.3(24)A shall be revised and supplemented as follows: (******) Prior to disinfection and prior to final flushing of the Water Mains for bacteriological sampling and testing, all Water Mains shall first be poly-pigged to remove any solids or contaminated materials that may have entered or become lodged in the pipes during installation. The "Poly-pig" shall be light density foam (1-2 lbs/cubic-foot) with 90A durometer urethane rubber coating on the rear of the "Poly-pig" only. The "Poly-pig" shall be cylinder shaped with bullet nose or squared end. The “Poly-pigs” shall be inserted in the pipes and retrieved form the pipes through launching stations with vertical crosses and blow-off assemblies as shown and on the Contract Plans and Standard Plans. If the main cannot be poly-pigged, then a tap shall be provided large enough to develop a flow velocity of at least 2.5 fps in the water main. Taps required by the Contractor for temporary or permanent release of air, chlorination or flushing purposes shall be provided by the Contractor as part of the construction of water mains. The Contractor shall be responsible for disposal of treated water flushed from mains and shall neutralize the wastewater for protection of aquatic life in the receiving water before disposal into any natural drainage channel, i.e., receiving water, waters of the State, including wetlands. The Contractor shall be responsible for disposing of disinfecting solution to the satisfaction of the Contracting Agency and local authorities. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 – 8.5 standard units before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. If approved by the Engineer and by the local authority responsible for the sanitary sewer system, disposal of treated water from mains may be made to an available sanitary sewer, provided the rate of disposal will not overload the sewer. 7-09.3(24)D Dry Calcium Hypochlorite Section 7-09.3(24)D is deleted in its entirety and replaced as follows: (******) Dry calcium hypochlorite shall not be placed in the pipe as laid. 7-09.3(24)K Retention Period Section 7 09.3(24)K is deleted in its entirety and replaced as follows: (******) Treated water shall be retained in the pipe at least 16 hours but no longer than 48 hours. After the retention period, the chlorine residual shall be tested at all pipe extremities and at other CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-20 representative points and shall measure at least 10 mg/L. If a measurement of less than 10 mg/L is obtained repeat disinfection is required. 7-09.3(24)N Final Flushing and Testing Section 7 09.3(24)N is deleted in its entirety and replaced as follows: (******) Following chlorination, treated water shall be flushed from the newly-laid pipe until the replacement water throughout its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests shall show a residual not in excess of that carried in the water supply system. A sample tap shall be located ahead of the flushing hose for convenience and for sanitary sampling. Before placing the lines into service, two satisfactory reports taken at least 15 minutes apart from each sampling point shall be received from the local or State Health Department or from a State accredited testing laboratory on samples collected from representative points in the new system. Samples will be collected and bacteriological tests obtained by the Engineer. At a minimum, chlorinated water shall be dechlorinated to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 to 8.5 standard units, if necessary, before discharging to surface waters of the State or to a storm sewer system that drains to surface waters of the State. 7-09.3(25) Joint Restraint Systems Section 7-09.3(25) is a new section: (******) 7-09.3(25)A General Where shown in the Plans, in the Specifications or required by the Engineer, joint restraint system (shackle rods) shall be used. All joint restraint materials used shall be those manufactured by Star National Products, 1323 Holly Avenue, PO Box 258, Columbus Ohio 43216, unless an equal alternate is approved in writing by the Engineer. 7-09.3(25)B Materials Steel types used shall be: High strength low-alloy steel (cor-ten), ASTM A242, heat-treated, superstar "SST" series. High strength low-alloy steel (cor-ten), ASTM A242, superstar "SS" series. Items to be galvanized are to meet the following requirements: ASTM A153 for galvanizing iron and steel hardware. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-21 ASTM A123 for galvanizing rolled, pressed and forged steel shapes. Joint restrainer system components: Tiebolt: ASTM A242, type 2, zinc plated or hot-dip galvanized. SST 7:5/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" mechanical joints, ASTM A325, type 3D, except tensile strength of full-body threaded section shall be increased to 40,000 lbs. minimum for 5/8" and 60,000 lbs. minimum for 3/4" by heat treating (quenching and tempering) to manufacturer’s reheat and hardness Specifications. SST 753: 3/4" for 14" to 24" mechanical joints. Same ASTM Specification as SST 7. SST 77: 3/4" same as SST 7, except 1" eye for 7/8" rod. Same ASTM Specification as SST 7. Tienut: Heavy hex nut for each tiebolt: SS8: 5/8" and 3/4", ASTM A563, grade C3, or zinc plated. S8: 5/8" and 3/4", ASTM A563, grade A, zinc plated or hot-dip galvanized. Tiecoupling: Used to extend continuous threaded rods and are provided with a center stop to aid installation, zinc plated or hot-dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10: for 5/8" and 3/4" tierods, ASTM A563, grade A. Tierod: Continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12: 5/8" and 3/4" diameter, ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, ASTM A36, A307. Tiewasher: Round flat washers, zinc plated or hot-dip galvanized. SS17: ASTM A242, F436. S17: ANSI B18.22.1. 7-09.3(25)C Installation Install the joint restraint system in accordance with the manufacturer’s instructions so all joints are mechanically locked together to prevent joint separation. Tie-bolts shall be installed to pull against the mechanical joint body and not the MJ follower. Torque nuts at 75-90 foot pounds for 3/4" nuts. Install tie-couplings with both rods threaded equal distance into tie-couplings. Arrange tie- rods symmetrically around the pipe. Pipe Diameter Number of 3/4" Tie Rods Required 4”2 6”2 8”2 10”4 12”4 14”6 Pipe Diameter Number of 3/4" Tie Rods Required 16”6 18”8 20 10 24”12 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-22 Where a manufacturer’s mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adapter shall be used instead, so as to provide adequate space for locating the tie-bolts. Where a continuous run of pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length between fittings. Insert long body solid sleeves as required on longer runs to keep tie-rod lengths to the 60 foot maximum. Pipe used in continuously restrained runs shall be mechanical joint pipe and tie-bolts shall be installed as rod guides at each joint. Where poly wrapping is required all tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers, shall be galvanized. All disturbed sections will be painted, to the Inspector’s satisfaction, with Koppers Bitomastic No. 300-m, or approved equal. Where poly wrapping is not required all tie-bolts, tie-nuts, tie-couplings, tie-rods and tie-washers may be galvanized as specified in the preceding paragraph or plain and painted in the entirety with Koppers Bitumastic No. 800-m, or approved equal. Tie-bolts, tie-nuts, tie-couplings, tie-rods, and tie-washers shall be considered incidental to installation of the pipe and no additional payment shall be made. 7-09.4 Measurement Section 7-09.4 is revised 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 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-23 Anchor Blocks " shall be full pay for the bid item as described in Section 1-09.14. "Connection to Existing Water Mains", per each. The unit contract price per each for “Connection to Existing Water Mains” shall be full pay for the bid item as described in Section 1-09.14. “Select Imported Trench Backfill”, per cubic yard or ton. The unit contract price per cubic yard or ton for “Select Imported Trench Backfill” shall be full pay for the bid item as described in Section 1-09.14. "Removal and Replacement of Unsuitable Foundation Material", per ton or cubic yard. The unit contract price per cubic yard or ton for "Removal and Replacement of Unsuitable Foundation Material" shall be full pay for the bid item as described in Section 1-09.14. 7-12 VALVES FOR WATER MAINS 7-12.3(1) Installation of Valve Marker Post Section 7-12.3(1) is deleted in its entirety and replaced 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. 7-12.3(2) Adjust Existing Valve Box to Grade Section 7-12.3(2) is a new section: (******) Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7-05.3(1) and the City of Renton Standard Details. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 7-12.4 Measurement Section 7-12.4 is supplemented by adding the following: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-24 Adjustment of existing valve boxes to grade shall be measured per each, if included as a separate pay item in the Contract; if not a separate pay item but required to complete the Work, then value box adjustment shall be considered incidental. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7-12.5 Payment Section 7-12.5 is deleted in its entirety and replaced as follows: (******) "Furnish and Install ____-Inch Gate Valve Assembly”, per each. The unit contract price per each for "Furnish and Install ____-Inch Gate Valve Assembly" shall be full pay for the bid item as described in Section 1-09.14. "Air-Release/Air-Vacuum Valve Assembly," per each. The unit contract price per for air-release/air-vacuum valve assembly shall be for all, labor, equipment and material to complete the installation of the assembly including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection, meter box and cover, at location shown on the plans, and per the City of Renton Standard Details, latest revision. "Adjust Existing Valve Box to Grade (RC)," per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the Work as defined in the Contract Documents, including all incidental Work. If not included as a separate pay item in the Contract, but required to complete other Work in the Contract, then adjustment of valve boxes shall be considered incidental to other items of Work and no further compensation shall be made. 7-14 HYDRANTS 7-14.3(1) Setting Hydrants Section 7-14.3(1) is deleted in its entirety and replaced as follows: (******) Where shown on the Plans, hydrants shall be installed in accordance with the Standard Plans and Contract specifications. A minimum 3-foot radius unobstructed working area shall be provided around all hydrants. The bottom surface of the breakaway flange shall be set 2-inches minimum and 7-inches maximum above the concrete shear block finished grade. For each hydrant requiring vertical adjustment, see Section 7-14.3(6). Fire hydrants shall be of such length as to be suitable for installation with connections to 6", 8" CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-25 and 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12" and larger pipe is shown unless otherwise noted in the Plans. After installation hydrants shall be subjected to a hydrostatic test as specified in Section 7- 09.3(23). The hydrant excavation shall be backfilled and compacted when installation and testing are complete and accepted by the Engineer. A concrete shear block as shown by the hydrant details on the Standard Plans shall be constructed for all hydrants. Construction, Materials, and finishing of the concrete shear block shall conform to Section 8-14, Cement Concrete Sidewalk. The shear block shall be set flush with the immediately surrounding finish grade. The Contractor shall flush, test and disinfect furnished hydrants and hydrant barrel extensions according to Section 7-14.3(6). Upon completion of the project, all fire hydrants shall be painted with two field coats of Kelly- Moore/Preservative paint No. 5780-563 DTM Acrylic Gloss Safety Yellow or approved equal. Any hydrants not in service shall be identified by covering with a burlap or plastic bag properly secured. Fire hydrant assembly shall include: main line cast-iron or ductile iron tee (MJ x FL), 6" gate valve (FL x MJ), 6" DI spool (PE x PE) up to 18 feet in length, 5-1/4" MVO fire hydrant (MJ connection), 4" x 5" Storz adapter with stainless steel cable, cast iron valve box, cover, valve operating nut extension, 2-3/4" Cor-Ten shackle rods and accessories, concrete blocks, shear block and blue pavement marker. 7-14.3(3) Resetting Existing Hydrants Section 7-14.3(3) is supplemented with the following: (******) All existing hydrants to be reset shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4) is supplemented with the following: (******) All existing hydrants to be moved shall be rebuilt to the approval of the Engineer. All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-26 Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.3(7) Remove and Salvage Hydrant Section 7-14.3(7) is a new section: (******) Existing hydrants shall be removed where shown in the Plans. Removed hydrants shall be delivered to the City of Renton shops by the Contractor. The existing hydrant lateral tee shall be removed from the main. Unless a specific bid item has been included in the Proposal/Contract Document, resetting existing hydrants shall be incidental to and included in the various bid items. 7-14.5 Payment Section 7-14.5 is revised as follows: (******) Payment will be made in accordance with Section 1 04.1, for each of the following bid items that are included in the proposal: “Furnish and Install Hydrant Assembly”, per each. The unit contract price per each for " Furnish and Install Hydrant Assembly”, shall be full pay for the bid item as described in Section 1-09.14. “Resetting Existing Hydrants”, per each. The unit contract price per each for “Resetting Existing Hydrant” shall be full pay for all Work to reset the existing hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. “Moving Existing Hydrants”, per each. The unit contract price per each for “Moving Existing Hydrant” shall be full pay for all Work to move the existing hydrant, including new tee, rebuilding (or replacement with a new hydrant), shackling, blocking, painting, and guard posts and reconnecting to the main. The new pipe connecting the hydrant to the main shall be considered incidental and no additional payment shall be made. Guard posts, shown on the Plans shall be incidental to the contract. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-27 7-15 SERVICE CONECTIONS 7-15.3 Construction Details Section 7-15.3 is supplemented as follows: (******) All pipe materials for new water service lines and for extension or replacement of existing water service lines shall be copper and lead free in accordance with the Federal Reduction of Lead in Drinking Water Act. Pipe materials for water service line installation for size 2-inch or less and connection to ductile iron water main shall be copper type “K” annealed tubing and seamless (ANSI H33.1). Ductile iron pipe Class 52 or stronger shall be direct-tapped with 1-inch corporation stops for 1- inch service lines. All meter setters for residential domestic use shall be 1-inch by 1-inch setters unless otherwise specified on the Contract Plans. For existing 3/4-inch meters, the Contractor shall furnish and install reducing couplings to adapt the 1-inch setter to the standard 3/4-inch domestic meter. Where installation of service lines is within existing paved streets, the service lines shall be installed by a trenchless percussion and impact method (hoe-hogging). If the trenchless percussion and impact method fails, regular open trench methods may be used. Where shown in the Plans, the Contractor shall: Furnish and install new water service lines from the new water main to the new meter setters and new meter boxes near the existing meters Furnish and install adaptors for the relocation of the existing water meters to the new meter setters and re-install the existing meters in the new meter setters Connect the new meter setters to the customers’ private service lines Restore disturbed areas to their approximate original condition as directed by the Engineer. 7-15.5 Payment Section 7-15.5 is deleted in its entirety and replaced 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-28 7-17 SANITARY SEWERS 7-17.2 Materials Section 7-17.2 is deleted in its entirety and replaced as follows: (******) 7-17.2(1) Pipe Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide two electronic copies of the pipe manufacturer’s technical literature and tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance of the respective pipe. Materials shall meet the requirements of the following sections: SDR 35 Sewer Pipe (ASTM D3034 & ASTM F679)Section 9-05.12(1) Ductile Iron Sewer Pipe Section 9-05.13 C900 Sewer Pipe (AWWA)Section 9-30.1(5)A All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 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 during construction of the new sewer and then remove it once the new system is placed into service. The Contractor shall remove any construction debris that enters the existing downstream system as a result of his work at his expense. When the first manhole is set, its outlet shall be plugged until acceptance of the new construction by the Engineer. 7 17.3(2)H Television Inspection Section 7-17.3(2)H is supplemented by adding the following: (******) CCTV Inspection 1. All newly-installed and newly-rehabilitated (public and private) Sanitary Sewer and Storm Drain main lines shall be inspected by means of remote CCTV. CCTV inspections and reports shall be submitted to the City of Renton inspector assigned to the project prior to receiving approval to install project curbs, gutters and/or pavement. 2. The Contractor shall perform all CCTV inspections in accordance with the National CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-29 Association of Sewer Service Companies (NASSCO) Pipeline Assessment Certification Program (PACP). 3. All CCTV operators shall have current NASSCO PACP certification. 4. CCTV inspections shall be recorded in a GraniteNet compatible format database using the latest software version and submitted with electronic links between the data and the video on an External HDD, DVD or Flash Drive. 5. All CCTV inspection reports shall be within +/- two (2) feet of the measured linear footage between manholes along the existing pipeline centerline from the start of pipe to end of pipe. 6. All Owner and PACP required header information must be fully and accurately entered on all CCTV reports. Work not following these specifications will be rejected and the Contractor shall be required to re-CCTV the work. 7. The documentation of the work shall consist of PACP CCTV Reports, PACP database, logs, electronic reports, etc. noting important features encountered during the inspection. The speed of travel shall be slow enough to inspect each pipe joint, tee connection, structural deterioration, infiltration and inflow sources, and deposits, but should not, at any time, be faster than 30 feet per minute, except as noted otherwise in this document. 8. The camera must be centered in the pipe to provide accurate distance measurements to provide locations of features in the sewer and these footage measurements shall be displayed and documented on the video. All PACP Observations shall be identified by audio and on a PACP log. All video must be continuously metered from manhole to manhole. All video recording shall be continuous from structure to structure with no “pausing” of the video recording during each pipeline inspection. The pipe shall be cleaned prior to the CCTV inspection to ensure all defects, features and observations are seen and logged. 9. Just prior to beginning the CCTV inspection, while the CCTV camera is in place and recording, water (containing dye) shall be introduced into the upstream manhole of each pipe segment until it is observed and recorded flowing past the camera’s field of vision in its entirety. 10. The CCTV camera shall have a water-level measuring device (ball, cylinder, etc.) attached that has ¼” markings to show the depth of water in the pipe during the CCTV inspection. 11. All manholes shall be channeled and coated prior to CCTV inspection. 12. Per City of Renton specification 7-08.3(2)B, sewer and storm drain pipeline shall have no more than ½” of ponding to be considered acceptable. 7-17.3(2)I Abandon Existing Sanitary Sewer Pipes Section 7-17.3(2)I is a new section: (******) Where it is shown on the plans that existing sanitary sewer pipe(s) is to be abandoned by filling with grout, both ends of the abandoned pipe and all lateral connections to the pipe shall be plugged with 3,000 psi cement concrete and the pipe shall be filled with cement-based grout. The grout mix design and method of installation shall be approved by the Engineer prior to beginning the operation (See Section 9-03.22 for Grout Mix requirements). CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-30 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 Section 7-17.5 is revised and supplemented as follows: (******) Payment will be made in accordance with Section 1 04.19, for each of the bid items that are included in the proposal. The unit contract price per linear foot for “Testing Sewer Pipe” shall be full pay for all labor, material and equipment required to conduct the leakage tests required in Section 7 17.3(2). If no unit price for “Testing Sewer Pipe” is included it shall be considered incidental to the pipe items. 7-21 GENERAL SPECIFICATIONS FOR CURED-IN-PLACE PIPE (CIPP) Section 7-21 is a new Section (******) 7-21.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated liner cured-in-place piping. Service connections and manholes may be rehabilitated with products specified in other Sections. Contractor shall coordinate rehabilitation of manholes, mainlines, lateral interfaces, and laterals with product installers. Contractor shall ensure that resin systems are compatible with all rehabilitation products that they will contact. A portion of the pipeline rehabilitation work is located outside of public rights-of-way behind single family homes. The Contractor shall be responsible to properly secure materials and equipment utilized to perform the work required for this project. The Contractor shall coordinate with property owner(s) to preserve access within the site and maintain the site in a safe manner. 7-21.1(1) Related Work Specified Elsewhere Resin Impregnated Fabric CIPP, Section 7-22. Resin Impregnated Fiberglass CIPP, Section 7-23. 7-21.1(2) Licensing The Contractor or sub-contractors shall be registered to work in the City of Renton. The Contractor or sub-contractor installing the CIPP shall have a current license agreement with CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-31 the product Manufacturer or Assembler. Individuals installing the CIPP shall be certified by the product Manufacturer or Assembler. Lining installation shall be in accordance with the requirements of the product Manufacturer or Assembler and as directed by their Technical Representative. This includes the correction of defective work. Certification showing that the Installer is currently licensed by the appropriate licensor to perform CIPP installation shall be provided. 7-21.1(3) Contractor and Manufacturer Qualifications The Manufacturer of the CIPP liner shall have a minimum of 200,000 linear feet of CIPP successfully installed in accordance with these specifications. Manufacturer’s using standards other than those listed in these specifications shall demonstrate to the satisfaction of the Owner that the standards followed produce a product that is, at a minimum, equal to the quality of product developed using the listed standards. The CIPP lining Contractor shall have a minimum of five (5) successfully completed projects totaling a minimum of 50,000 lineal feet using the proposed CIPP rehabilitation technology. In addition, the Contractor’s project superintendent shall have a minimum of three (3) successfully completed projects totaling a minimum of 25,000 lineal feet using the proposed CIPP rehabilitation technology. The Contractor’s identified project superintendent shall be on the project for the duration of the project and shall be available at all times during the CIPP rehabilitation. At least one person on the Contractor’s installation crew shall have a minimum of one (1) year of CIPP installation experience and shall be on the project site at all times. The Contractor’s identified Lateral Cutting Technician shall have minimum of one (1) year of experience reinstating laterals. Wastewater collection system rehabilitation products submitted for approval shall be provided with third party test results supporting long-term performance and structural strength of the product. Third party test result data shall be satisfactory to the Engineer. Test samples shall have been prepared so as to simulate the installation methods and trauma of project conditions. 7-21.1(4) Contractor Submittals All procedures or material descriptions requiring the Engineer's approval shall be submitted not less than 15 calendar days prior to mobilizing or commencing any CIPP activities at the site of the work and shall include the following information: 1. CIPP Lining Plan to include the following: Work sequence organized by pipeline section with installation schedule. Confirmation of liner length. Locations of all service connections with disposition for each. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-32 Anticipated cleaning and preparation requirements. Sewer Service Interruption Notification Plan. 2. Manufacturer’s certificate(s) indicating that the supplied lining materials meet the requirements of the Specifications, ASTM standards and a certificate of compliance from an independent third party lab. 3. Details on all lining materials and resins. 4. Name of resin supplier and liner fabric supplier. 5. Manufacturer’s or Assembler’s certification that the liner materials and system are in compliance with the specifications, codes, and standards referenced in these specifications. 6. Test reports on testing of CIPP products 7. Manufacturer’s or Assembler’s recommendations for factory and field (whichever applies) wet out procedures including: volume of resin per unit of liner, mixing ratios and procedures for resin and catalyst/hardener, shelf life of resin, pot life of resin, required wet out procedure to ensure full saturation, and other criteria deemed necessary to ensure proper wet out of the liner. 8. Manufacturer’s or Assembler’s data sheets for factory wet out and/or Contractor’s data sheets for field wet out showing: quantity of resin and catalyst used for each length of liner, at or prior to time of installation. 9. Manufacturer’s or Assembler’s certification that all Manufacturer’s or Assembler’s wet out recommendations have been followed on all lengths of CIPP which have factory wet out, at or prior to time of installation. 10. Manufacturer’s or Assembler’s recommendations for storage procedures and temperature control, handling and inserting the liner, curing details, service connection methods, trimming and finishing, and minimum equipment requirements to allow for an adequate installation. 11. Manufacturer’s or Assembler’s recommendations and procedures for minimum and maximum pressures, temperatures, and time durations to be used. 12. Data on Contractor’s equipment to be used on site including: type and tolerance of temperature gages and thermocouples used to monitor cure temperature; type and tolerance of equipment used to generate liner inversion pressure; make model, and technical data of all equipment used to generate heat for the curing process; make, model and technical data of backup equipment used to maintain curing temperature; rough size of vehicle(s) which carries the CIPP pipe and installation equipment. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-33 13. Pipe sizing certified calculations demonstrating that the liner has been properly sized to avoid the creation of wrinkles or folds. 14. Manufacturer or Assembler onsite Representative’s Certification that the Contractor’s installation meets all requirements of the Manufacturer or Assembler and will not void the Owner’s warranty. 15. CIPP field samples from previous field installations of the same resin system and tube materials as proposed for the actual installation. Field sampling procedure shall be in accordance with the latest version of ASTM F1216 or ASTM F1743 and in accordance with ASTM D5813. 16. Material Safety Data Sheets for resins, hardeners, catalysts, solvents, and all other compounds or chemicals to be used on the job site. 17. Data logger output in graphic format showing pipe section, time, pressure, and temperature during activation, heating, curing, and cool down. 18. Informational hand out that describes the materials, processes, and odors associated with the lining process. This handout shall be provided at the request of concerned residents. 19. Post-Installation CCTV inspection videos. 7-21.1(5) Quality Assurance The Manufacturer or Assembler shall provide the following: 1. List of inspection items that should be observed and recorded. Inspection items include pre-installation activities, product identification, installation procedures, equipment operations, and post-installation activities. 2. Review all post-installation CCTV tapes of the installed liner. Following this review the Manufacturer’s or Assembler’s representative shall provide certification to the Engineer ensuring that the Contractor’s installation meets the Manufacturer’s or Assembler’s requirements and will not void the warranty. The finished CIPP shall be continuous over the entire length of an insertion run between two manholes or access points and shall be free from visual defects such as foreign inclusions, dry spots, pinholes, and de-lamination. Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall be removed and repaired by the Contractor at the Contractor’s expense. Methods of repair shall be proposed by Contractor and submitted to the Engineer for review and approval. 7-21.1(6) Warranty The Contractor shall warrant each mainline sewer lined with the specified product against defects in materials, surface preparation, lining application, and workmanship for a period of 12 months CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-34 from the date of final acceptance of the project. The Contractor shall, within one month of written notice thereof, repair defects in materials or workmanship that may develop during said 12-month period. Defects shall be defined as: visible leakage of groundwater through the CIPP system, de-lamination of any portion of the CIPP system as visible from CCTV inspection, or separation of any part of the CIPP system from the host pipe to the extent that the CIPP system inside diameter in the separated area is 90 percent or less of the completed CIPP system inside diameter. The Contractor shall also repair any damage to other work; damage to sewer system components (including pump stations) damages to buildings, houses or environmental damage caused by the backup of the sewer because of the failure of the lining system or repairing of the same at the expense of Contractor, and without cost to the Owner. Repairs shall include removal of the existing liner and re-lining if possible, or excavation and replacement of the section of pipe where the defect occurs. 7-21.2 Materials 7-21.2(1) Cured in Place Resin Impregnated Material in General The liner shall be designed for a “fully deteriorated” pipe condition in accordance with the procedures of the latest edition of ASTM F1216, Appendix XI and these specifications. All material properties used in design calculations shall be long-term (time-corrected) values. The Contractor shall be familiar with the existing site conditions when preparing the liner design. The CIPP will be continuous in length and the wall thickness shall be uniform. No overlapping sections shall be allowed in the circumference or the length of the liner. The CIPP will be capable of conforming to offset joints, bells, and disfigured pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate bends. The CIPP resin shall be compatible with the liner fabric, other rehabilitation systems it may contact, and the host pipe materials. The CIPP shall be marked at a distance of regular intervals along its entire length, not to exceed 5 feet. Markings shall include Manufacturer’s or Assembler’s name or identifying symbol. The CIPP liner shall be manufactured with materials from a consistent supplier. All materials of similar type shall be from a single source for the entire project. The composite materials of the liner tube and resin shall, upon installation inside the host pipe, exceed the following minimum test standards, based on restrained sample cured in host pipe and flat plate sample: Physical Properties Flexural Strength (ASTM D790)4,500 psi Flexural Modulus (ASTM D790) Short Term 300,000 psi Flexural Modulus (ASTM D2990) Long Term 150,000 psi Tensile Strength (ASTM 1216 [pressure pipe only])3,000 psi The CIPP shall be fabricated to a size that, when installed, will tightly fit the internal circumference CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-35 and length of the original pipe. 1. Allowance shall be made for circumferential and longitudinal stretching during the installation process. 2. Diametric shrinking during the curing process shall meet the requirements of ASTM D 5813, Section 6.3.1 or better. The liner thickness shall be designed based on the engineering formulas listed in ASTM D638 and F1216 for fully deteriorated pipes. The thickness shall be sufficient to prevent groundwater from entering the pipe, while maintaining the maximum cross-sectional pipe area possible. Contractor shall prepare design calculations for approval prior to performing the lining work. The submitted design calculations shall provide the following information as a minimum: 1. Manhole to Manhole designation XXXX-XXX to XXXX-XXX 2. Pipe Nominal Diameter (inches) 3. Minimum Liner thickness (inches) 4. Proposed Liner Thickness (inches) The following parameters shall be assumed for the liner design: 1. Modulus of soil reaction, E’S = 1,500 psi (fully deteriorated) 2. Unit weight of soil = 140 pcf 3. The minimum ovality for straight runs shall be 2.0 percent 4. AASHTO H20 traffic loads 5. AREMA E-80 railroad loads 6. Groundwater at the surface 7. Factor of Safety, N=2.0 For liners inserted by the inversion method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane For liners inserted by the pull/winch method, the CIPP shall be coated on one side with a translucent waterproof coating of: 1. Polyvinyl chloride (PVC) 2. Polyurethane 3. Polyethylene 4. Polypropylene 7-21.2(2) Resin The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods of ASTM D 5813. Prior to construction, the Contractor shall submit an infrared spectrum chemical fingerprint of the type of resin to be used for this project. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-36 7-21.2(3) Physical Properties The CIPP shall be corrosion resistant to withstand exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, diluted sulfuric acid, and other chemical reagents typical of sewage conveyance. Chemical resistance of the installed CIPP shall meet the chemical resistance requirements of ASTM D543 when subjected to the following solutions: Chemical Solution Concentration, percent Tap Water (pH 6-9) Nitric Acid Phosphoric Acid Sulfuric Acid Gasoline Vegetable Oil Detergent Soap 100 5 10 10 100 100 0.1 0.1 The hydraulic profile of the installed CIPP shall be maintained as large as possible. The CIPP shall have at a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using commonly accepted roughness coefficients for the existing pipe material taking into consideration its age and condition. Physical properties shall be subject to ASTM D 2122. 7-21.3 Construction Requirements 7-21.3(1) Preparation The Contractor shall make all necessary provisions to ensure service conditions and structural conditions of host pipe are suitable for installation and warranty of the liner. The Contractor shall verify the lengths in the field prior to ordering and prior to impregnation of the tube with resin, to ensure that the tube will have sufficient length to extend the entire length of the run. The Contractor shall also measure the inside diameter of the existing pipelines in the field prior to ordering liner so that the liner can be installed in a tight-fitted condition. 7-21.3(1)A Flow Management It shall be the Contractor's responsibility to maintain operation of the existing sewer systems throughout the duration of the project without any interruption of sewer service. The Contractor shall divert all flows around each segment of the pipe designated for rehabilitation. This diversion shall consist of redirecting flow from an upstream manhole and discharging it to a manhole downstream of the rehabilitation operation. This can be accomplished via a combination of pumping and/or gravity flow. After the work is completed, flow shall be returned to the rehabilitated sewer system. The area affected by the bypass operation shall be fully restored. Bypass pumping shall be scheduled for continuous operation. Back-up equipment shall be on- site and available for periods of maintenance, refueling or failure of the primary bypass pump(s) or diversion system. Bypass pumping shall be done in such a manner as not to damage private CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-37 or public property, or create a nuisance or public menace. The bypass-pumping pipe shall not block any driveways or intersections unless approved by the Engineer. The sewage shall be pumped through a watertight hose or pipe that is adequately protected from traffic. The discharge of raw sewage to private property, city streets, sidewalks, storm sewer, or any location other than an approved sanitary sewer is prohibited. The Contractor shall be liable for all cleanup, damages, and resultant fines should the Contractor's operation cause any backups or overflows. The Contractor's bypass operation shall be sized to handle, at a minimum, the full pipe capacity in each subject line removed from service. If flow conditions are greater than full pipe, the Contractor may elect to wait for flow conditions to subside prior to removing the subject line from service. Working days will not be charged for the period of time during which the flow is greater than full pipe. No additional payment will be made for periods of high flows during which the Contractor elects to wait for lower flows. Once the Contractor removes a section of line from service he/she is responsible to bypass any and all flow in the system during construction, even in the event the system surcharges and exceeds the full pipe capacity, until the line is returned to service. All bypassing systems shall be approved by the Engineer. A plan for bypassing the existing sewer system shall be submitted by the Contractor for review. The Contractor's plan for bypass pumping shall be satisfactory to the Owner before the Contractor will be allowed to commence bypass pumping. The sewage bypass pumping plan shall include an emergency response plan to be followed in the event of a failure of the bypass pumping. The review of the bypassing system and equipment by the Engineer shall in no way relieve the Contractor of his responsibility and public liability. The Contractor shall coordinate activities with impacted property owners. Property Owners shall be notified that their side sewer will be out of service for a specified period of time, as approved by the Engineer. When there exist situations where impacted properties cannot be disconnected, plugged, or subjected to any other service interruption, i.e., hospitals, care facilities, restaurants, etc., bypass pumping of the side sewer to the downstream sanitary sewer system shall be required prior to insertion of the liner system. The Contractor shall verify whether a property is able to be interrupted prior to lining operations. If the subject property’s side sewer requires bypass pumping, the costs for the bypass pumping shall be covered by Force Account. 7-21.3(1)B Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-21.3(1)C Point Repairs Advise the Engineer of any point requiring repairs that can only be performed by excavating the defect and removing or repairing the obstruction. Grout defects in the host pipeline including but not limited to open joints, fractures, cracks, and holes in the pipeline as follows: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-38 1. Grout all defects as recommended by liner manufacturer or installer. 2. Grout all locations with active infiltration. The determination of an excessive leak shall be made by the Owner’s representative and shall be based on PACP leak designations. Leaks that would be categorized as a Runner(IR) – Severity 4 or Gusher(IG) – Severity 5 shall be considered as excessive. Leaks categorized as Weeper(IW) – Severity 2 or Dripper(ID) – Severity 3 shall be considered incidental to the unit price for CIPP rehabilitation. Make point repairs of any host pipe defect that can be removed by conventional sewer cleaning equipment or by remotely performed repair methods acceptable to the Engineer. Remove protruding laterals, rolled gaskets, roots, mineral deposits, and other objects protruding into the host pipe, internally with a remote controlled cutter. Pipelines that cannot be rehabilitated due to excessive leakage may be deleted from the project at the Engineers discretion. 7-21.3(1)D Manholes Protect all manholes to withstand forces generated by the equipment while installing the liner. 7-21.3(2) Liner Installation 7-21.3(2)A Inversion Method The impregnated tube shall be inserted through an existing manhole or other access point by means of the Manufacturer’s or Assembler’s recommended installation process. The application of a hydrostatic head, compressed air, or other means shall fully extend the liner to the next designated manhole or termination point and inflate and firmly adhere the liner to the pipe wall. The liner shall be installed at a rate less than 10 feet per minute at all times. Liner shall not be installed through intermediate manholes unless specifically requested in advance in writing and approved by the Engineer. Liner installation shall be in accordance with ASTM F 1216, Section 7. When inversion is by hydrostatic head, the Contractor shall use methods that control the installation rate, accounting for the increase in hydrostatic head in pipes that have significant elevation change. 7-21.3(2)B Pull/Winch Method The impregnated tube shall be pulled into place within the host pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation. The maximum allowable longitudinal elongation, or stretch, of the material shall be one (1) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-39 percent. The longitudinal stretch of the tube shall be gauged by comparing marker on the fully inserted tube to the actual length of pipe being rehabilitated. The Contractor shall use a flexible and impermeable calibration hose to inflate the tube. The calibration hose may or may not remain in the complete installation. Hose materials remaining in the installation shall be compatible with the resin system used, shall bond permanently with the tube, and shall be translucent to facilitate post-installation inspection. Hose materials that are to be removed after curing shall be of non-bonding material. Liner installation shall be in accordance with ASTM 1743, Section 6. 7-21.3(2)C Finished Pipe Liner The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de-lamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe. Any defect, which will or could affect the structural integrity, strength, capacity, or future maintenance of the installed liners, shall be repaired at the Contractor's expense, in a manner approved by the Engineer. The beginning and end of the CIPP liner shall be cut flush at the inlet and outlet points in the manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal. Sealing material and installation method shall be submitted to and approved by the Engineer prior to start of construction. Hydraulic cements and quick-set cement products are not acceptable. 7-21.3(3) Service Connection Restoration Internally restore by using a pivot-headed CCTV camera and a remote cutting tool to locate the service connections from inside the lined pipe and cutting a hole matching the service connection diameter. Provide a hole free from burrs or projections and with a smooth and crack-free edge. The hole shall be 95 percent minimum of the original service connection interior diameter. The invert of the reinstated service opening shall match the invert of the service connection. Service connection restoration shall be recorded on DVD disc and shall include a pan and tilt view of the entire lateral circumference following cutting. Other methods may be used as approved by the Engineer. 7-21.3(4) Testing 7-21.3(4)A Material Testing Provide certified test results of the properties of the cured lining material from the actual installed CIPP at a minimum of one location per each liner insertion setup. The cured CIPP shall be sampled and tested for flexural strength and flexural modulus in accordance with the requirements of ASTM D790. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-40 Liner thickness shall be determined at a minimum of three (3) locations on a cut section of the liner using a method of measurement accurate to the nearest 0.005 inch. Wall thickness of samples shall be determined as described in ASTM F1743, Section 8.1.6. The minimum wall thickness at any point shall not be less than 87-1/2 percent of the design thickness. 7-21.3(4)B Field Testing Low Pressure Air Test: Mainlines without service connections shall be low pressure air tested in accordance with Section 7-17 of these specifications. 7-21.3(4)C Post Installation CCTV Inspection Following installation of the CIPP liner, reinstatement of the existing side sewer laterals and final trimming of the liner at the manholes/end of culverts, the new liner shall be inspected for defects using CCTV cameras. The CCTV inspection shall meet the same requirements as the Pre- Installation Inspection as specified in Section 7-20 of these special provisions. The post-installation CCTV inspection shall not be conducted until the side sewers have been reinstated and the cuttings from the reinstatement have been cleaned and removed. CCTV inspections performed by the Contractor at the time of the side sewer reinstatements will not be accepted. 7-21.4 Measurement The length of sewer pipe CIPP rehabilitation will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees and fittings. The number of linear feet will be measured from the center of manhole to center of manhole. Measurement for “CIPP Lateral Reinstatement” will be per each. 7-21.5 Payment Measurement and Payment Schedule for X” Cured-in-Place Pipe (CIPP) and Reinstate CIPP Laterals is shown in Section 1-09.14 7-22 RESIN IMPREGNATED FABRIC CIPP Section 7-22 is a new Section (******) 7-22.1 Description This Section specifies rehabilitation of pipelines by the installation of resin-impregnated fabric liners. 7-22.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-41 7-22.2 Materials 7-22.2(1) Cured in Place Pipe Liner The CIPP shall consist of one or more layers of flexible needled felt or an equivalent non-woven material, or a combination of non-woven and woven materials capable of carrying resin, withstanding installation and curing pressures, as required in ASTM F 1216, Section 5; ASTM F 1743, Section 5; and ASTM D 5813, Sections 5, 6, and 8. Seams in the CIPP shall be stronger than the non-seamed felt. 7-22.2(2) Resin The resin shall be a chemically resistant isopthalic based polyester thermoset resin and catalyst system, or epoxy resin and hardener that is compatible with the installation process. Vinyl Esters may be used, however, they shall only be used when specifically called for by the Engineer. The resin should be able to cure both in the presence, and without the presence of water, and the initiation temperature for cure should be less that 180 degrees Fahrenheit. When properly cured the resin liner system shall meet the structural and chemical resistance requirements of ASTM F1216 and ASTM F1743. The activated resin shall contain a colorant compatible with the resin, organic peroxides and the installation and curing process, such as CreaNova® CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035 % by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding it to the resin, to serve as a multi-purpose visual quality assurance indicator. 7-22.2(3) Physical Properties The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color. 7-22.3 Construction Requirements 7-22.3(1) Preparation 7-22.3(1)A Cleaning Clean and prepare pipe per CIPP Manufacturer’s or Assembler’s requirements. 7-22.3(2) Installation 7-22.3(2)A Resin Impregnation The quantity of resin used for the fabric tube impregnation shall be sufficient to fill the volume of all voids in the fabric tube material with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the host pipe wall. A vacuum impregnation process shall be used. To insure thorough resin saturation throughout the CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-42 length of the felt tube the level of the vacuum and the speed of the resin advance shall be coordinated so that white spots (dry areas) at the inside surface of the flexible membrane shall be small, shallow, less than 10% of the fabric tube wall thickness or 3-mm, whichever is less, and be less than 1% of the volume of the resin per unit length. A roller system shall be used to uniformly distribute the resin throughout the fabric tube. The roller gap dimension shall be calculated by a method that determines the correct volume of resin/felt per foot contained within the confining perimeter of the flexible membrane. The "wet-out" fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The person in charge of the "wet-out" process shall complete and sign a "wet-out" sheet for each liner to be delivered to the site. The certified "wet-out" sheet shall include, but is not limited to, "wet-out" date, resin identification, fabric tube length, diameter, and thickness. The Contractor must submit to the Engineer the signed "wet-out" sheet for each liner delivered to the site. Additionally, the Contractor shall submit a sample "wet-out" sheet from a previous job for the Engineer's review prior to the start of the "wet-out" process for the current project. The Owner reserves the right to inspect all phases of production and testing of materials, from manufacturing, shipping, "wet-out", installation, and cure, to finished product Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. 7-22.3(2)B Water, Air or Steam Curing After placement of the liner is complete, provide a suitable heat source and distribution equipment. The equipment shall be capable of circulating hot water, air, and/or steam throughout the lined section in accordance with the Manufacturer’s or Assembler’s recommendations to raise the temperature uniformly above the temperature required to affect a resin cure. This temperature shall be determined by the Manufacturer or Assembler based on the resin/hardener system employed. The heat source shall be fitted with continuous monitoring thermocouples to measure and record the temperature of the incoming and outgoing water, steam, and/or air supply. Water, steam, or air temperature during the cure period shall meet the requirements of the resin Manufacturer or Assembler as measured and recorded at the heat source inflow and outflow return lines. Provide standby equipment to maintain the heat source supply. The temperature during the cure shall not be less than 130 degrees Fahrenheit at the boundary between the pipe wall and the liner unless otherwise directed by the Manufacturer or Assembler to meet resin system requirements. Temperature shall be maintained during the curing period as recommended by the resin CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-43 Manufacturer or Assembler, and shall follow the heating schedule supplied by the Manufacturer or Assembler. A data logger shall record temperature, pressure, and time during activation, heating, and curing. 7-22.3(2)C Cool Down Cool the liner down to temperature specified by Manufacturer or Assembler following the cure period for duration specified by Manufacturer or Assembler, prior to relieving static head. Care shall be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. A data logger shall record temperature, pressure, and time during cool down. 7-23 RESIN IMPREGNATED FIBERGLASS CIPP Section 7-23 is a new Section (******) 7-23.1 Description Contractor shall provide and install a resin impregnated fiberglass material tube with a plastic coated wearing surface in all sewers identified for CIPP lining in accordance with ASTM F 1216 and ASTM F 2019. 7-23.1(1) Related Work Specified Elsewhere General Specifications for Cured In Place Pipe (CIPP), Section 7-21. 7-23.1(2) Reference Specifications, Codes, and Standards The following documents form a part of this specification to the extent stated herein and shall be the latest editions thereof. Where differences exist between codes and standards, the one affording the greatest protection shall apply, as determined by the City. Reference Title ASTM D 543 Test Method for Resistance of Plastics to Chemical Reagents ASTM D 578 Standard Specification Glass Fiber Strands ASTM D 638 Test Method for Tensile Properties of Plastics ASTM D 790 Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D 883 Definitions and Terms Relating to Plastics ASTM D 1600 Abbreviations, Acronyms, and Codes for Terms Relating to Plastics ASTM F 412 Definitions of Terms relating to Plastic Piping Systems ASTM F 1216 Rehabilitation of Existing Pipelines and Conduits by Inversion and Curing of a Resin Impregnated Tube CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-44 ASTM F 2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP) 7-23.1(3) CIPP Liner Samples The Contractor shall prepare samples of the installed CIPP liner for subsequent testing of its physical properties. Samples shall be prepared and tested using the flat plate sampling method in accordance with the procedures in Section 8.1 of ASTM F 1216 or ASTM F 2019, as is applicable. The sample will be constructed on the same materials (tube and resin/catalyst) as is used for that given liner installation. The flat plate sample shall be large enough to provide five sample specimens for each Short Term Flexural (Bending) properties as per ASTM D 790 and ASTM D 638 respectively. The cured sample shall be tested by an independent testing laboratory, as recommended by the CIPP liner manufacturer and approved by the Engineer, for the bending and tensile properties, as per ASTM D 790 and ASTM D 638 respectively. Final payment will not be made until test results are received. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP liner being considered defective work which will be handled in accordance with Section 1-05 of the standard specifications. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The above-stated sampling shall be performed for each separate installation of CIPP. For example: one flat plate sample from each individual pipeline liner installed. The wall thickness of the material tube shall be ordered to the next standard 1.0 mm incremental thickness above the minimum calculated design thickness. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting-out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. The minimum wall thickness shall be determined at a minimum of three locations on a cut section of the CIPP flat plate sample using a method of measurement accurate to the nearest 0.005 inch. 7-23.1(4) CIPP Liner Handling Contractor shall exercise adequate care during transportation, handling, and installing to ensure the CIPP material is not torn, cut, or otherwise damaged. If any parts of the CIPP materials becomes torn, cut, or otherwise damaged before or during insertion, it shall be repaired or replaced in accordance with the manufacturer’s recommendations and approval by the Engineer before proceeding further; and at the Contractor’s expense. 7-23.2 Materials 7-23.2(1) General Specifications All materials and installation procedures provided by the Contractor for use in the CIPP CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-45 installation process shall be equal to or exceed the requirements of Sections 5 and 7 of ASTM F 1216 or ASTM F 2019 Section 5 and 6, as is applicable. Wrinkles in the finished liner pipe which cause a backwater of one (1) inch or more or reduce the hydraulic capacity of the pipe (wrinkles which exceed five (5) percent of the pipe diameter) are unacceptable and shall be removed or repaired by the Contractor at no additional cost to the Owner. Wrinkles in the finished liner pipe that reduce the structural stability of the pipe are unacceptable. If a void between the wrinkle and the pipe exists, the Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for review. Contractor shall be responsible for control of all material and process variables to provide a finished CIPP possessing the minimum properties specified in ASTM F 1216 or ASTM F 2019, as is applicable and supplemented herein. 7-23.2(2) Chemical Resistance The chemical resistance tests should be completed in accordance with Test Method ASTM D 543. Exposure should be for a minimum of one month at 73.4 degrees F. During this period, the CIPP test specimens should lose no more than 20 percent of their initial flexural strength and flexural modulus when tested in accordance with Section 8 of ASTM F 1216 or ASTM F 1743, whichever is applicable. The Contractor shall be responsible for all costs associated with the chemical resistance tests. Proof of meeting these requirements shall be provided to the Engineer for approval at least ten (10) days prior to commencement of work. 7-23.2(3) Component Properties The fiberglass tubing shall be made of non-corrosion material and shall be free from tears, holes, cuts, foreign materials and other surface defects. The physical properties apply to CIPP manufactured polyester or vinylester resin. Resins should be appropriate for conditions encountered. 7-23.2(4) Finished and Cured CIPP Liner Properties The physical properties of the cured CIPP shall have minimum initial test values as given in Section 17-21. Properties for these or any other enhanced resins shall be substantiated with test data. 7-23.2(5) Dimensions Contractor shall make allowances in determining the in-liner tube length and circumference for stretch during installation and shrinkage during curing. The minimum length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the in-liner tube is cut and CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-46 impregnated. Individual installation runs may include one or more manhole-to-manhole sections as approved by the Engineer. Installation of the liner shall be through existing or new manholes. Excavation for liner insertion shall not be permitted except to replace the manhole cones, if necessary and/or required. The diameter of the existing pipes may be larger than the nominal inside diameter. It is the Contractor’s responsibility to determine the required diameter of the liner. The maximum wall thickness shall be at least the calculated design thickness, or the minimum specified, to increase the diameter only as much as necessary. 7-23.3 Construction Requirements 7-23.3(1) Installation Procedures It is forbidden to “wet-out” in-liner at the construction site because of external influences such as heat, no possibilities to control vacuum and correct mixture of resin. The Contractor shall ensure that the pressure inside of the CIPP tube exceeds the outside pressure due to groundwater. 7-23.3(1)A Installation Process The liner will be installed by the pull/winch method. The Contractor has to make sure that at no time resin can come in contact to the groundwater and cause environmental issues. Preparing the old pipe or inversion of a pre-liner is part of the installation and is included without any additional costs. Before pulling the in-liner in, a protective foil has to be installed. The in-liner tube shall be impregnated with resin and lowered into the manhole. The tube shall then be pulled into position within the existing pipe with the aid of a power winch that is equipped with a device to monitor the force and prevent excessive tension and tube elongation as determined by the liner manufacturer. The pipe shall then be inflated with air. The in-liner has to be inspected immediately before starting the curing process. 7-23.3(1)B Curing Pre-curing video inspection of the inflated liner must be recorded and the entire length of the liner must be recorded including the liner section that the light chain occupies at any one time. Two cameras must be located on the light chain, one on the front and one on the rear of the light chain to insure the entire length of the liner has been properly inflated. Curing must be done under UV – Light only. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time as determined by the liner manufacturer to ensure that the design physical properties are attained. Pressure, temperature and curing process shall be monitored by both, computer and video at any CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-47 time as determined by the liner manufacturer. 7-23.3(2) Finished Product The finished CIPP shall be continuous over the entire length of an installation run. Defects such as foreign inclusions, dry spots, pinholes, de-lamination, and wrinkling beyond the specification allowances, determined by the Engineer as affecting the integrity or strength of the CIPP, or as adversely affecting the hydraulic capacity of the CIPP, shall be repaired or replaced at the Contractor’s expense. 7-28 SANITARY SEWER FORCE MAIN Section 7-28 is a new Section (******) 7-28.1 Description Work consists of constructing sanitary sewer force main in accordance with the Plans, these Specifications, and the Standard Plans, as staked. 7-28.2 Materials Pipe used for sanitary sewer force mains shall be: PVC(C900) 9-05.12(4) Fittings shall be full bodied ductile iron conforming to ANSI/AWWA A21.10/C110 and ANSI/AWWA A21.11/C111. Compact body fittings are not acceptable. 7-28.3 Construction Requirements Work shall be as described in Section 7-08.3, 7-09.3, 7-17.3 Replace the first sentence in the first paragraph of Section 7-9.3(23) with the following: (******) The sewer force main and appurtenances shall be tested in sections of convenient length. Test pressure for the force main shall be one and a half (1-1/2) time station design pressure or 100 PSI, whichever is greater. Hydrostatic pressure testing in accordance with Section 7-09.3(23) shall be done after backfill compaction has met specified densities but before placement of the permanent surface. The Contractor shall provide all Work, labor, equipment, materials, gauges, pumps, temporary blow-offs, and incidentals required to complete all necessary pressure tests. Contractor shall coordinate with the City to provide water required for testing, and shall be responsible for filling new force main prior to testing. Delete Section 7-17.3(2)A in its entirety. Minimum depth of cover on force mains shall be 48-inches CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-48 7-29 BURIED PIPE IDENTIFICATION Section 7-28 is a new Section (******) 7-29.1 Description Work consists of furnishing and installing utility detection tape and / or tracer wire in accordance with the Plans, Specifications, and the Standard Plans. 7-29.2 Materials A. Underground warning tape: 1. Manufacturer: One of the following or approved equal: a. Seton Name Plate Company, Branford, CT. b. T. Christy Enterprises, Inc. 2. Material: a. Polyethylene tape for prolonged underground use. b. Minimum tape thickness: 4 mils. c. Overall tape width: 3 inches. d. Message: “CAUTION” with the name of the service followed by “LINEBURIED BELOW.” in black lettering on colored background in accordance with approved APWA colors: Water: Blue. Sewer: Green. Telephone: Orange. Gas and other services: Yellow. B. Tracer Wire: 1. Manufacturers: One of the following or approved equal: a. Kris-Tech Wire. b. Corrpro. 2. Materials: One of the following or approved equal: a. Solid copper conductor with 30 mil HMWPE. b. 10 gauge or thicker wire. c. Match insulation color in accordance with approved APWA colors: Water: Blue. Sewer: Green. Telephone: Orange. Gas and other services: Yellow. 7-29.3 Construction Requirements It is the Contractor’s responsibility for scheduling and coordinating the Work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of Contractor’s Work. Buried Piping Identification: A. Underground warning tape: CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 7-49 1. Place continuous run of warning tape in pipe trench, 12 inches above the pipe. B. Tracer wire: 1. Install on all non-metallic pipe. 2. Install an electrically continuous run of tracer wire along the entire length of the pipe with wire terminations in valve boxes, vaults, or structures. Provide additional protection as required to ensure an electrically continuous run when tracer wire is encased in concrete or CLSM. 3. Install tracer wire on top of the pipe and secure to pipe with tape a minimum of every 10 feet. 4. Where approved by the Engineer, splice sections of wire together using approved direct bury wire nuts. Twisting the wires together is not acceptable. 5. Contractor shall test tracer wire to confirm it is electrically continuous after installation and backfill of pipeline. Where tracer wire is not electrically continuous, Contractor shall replace at no cost to the Owner 7-29.4 Submittals Submit following: A. Product data. B. Manufacturer's installation instructions. C. Operation and Maintenance Data. D. Warranty. 7-29.5 Payment Payment for furnishing and installing “Buried Pipe Identification” shall be included in and incidental to the bid item for the installation of the pipe being identified. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-1 DIVISION 8 8-02 ROADSIDE RESTORATION 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: (******) The contractor shall provide a material submittal for topsoil prior to use. 8-02.3(16)A Lawn Installation Section 8-02.3(16)A has been supplemented with the following: (******) 8-02.3(16)A1 Qualifications of Workmen Provide at least one person who shall be present at all times during execution of the Work and who shall be thoroughly familiar with the type of materials being installed and the best methods for their installation and who shall direct all work performed under this section. 8-02.3(16)A2 Submittals 8-02.3(16)A2a Certification of Material 1. Include seed mix percentages, purity, germination rates, weed experience, and date tested for the preceding. Include complete data on source, size and quality. 2. Supply on-site 12” x 12” sample of each sod specified for inspection and approval in advance by the City. 3. Supply Grower’s written recommendations for fertilizer type, rate of application, and frequency. 4. All certificates required by law shall accompany shipments. 5. Upon completion of the installation and prior to final inspection, deliver all certificates to the Engineer. 8-02.3(16)A2b Manufacturer’s Certificates of Conformance 1. Supply for Certificates of Conformance for fertilizer being used for the project. 8-02.3(16)A2c Schedule for Installation 1. The Contractor shall coordinate all work with the City and submit a watering plan for the Establishment Period. 8-02.3(16)A3 Product Handling Deliver all items to the site in their original containers, with all labels intact and legible, at the time of the City’s inspection. Coordinate delivery and installation of sod to ensure sod is installed immediately upon delivery. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-2 Use all means necessary to protect new lawn areas before, during, and after installation and to protect the installed work and materials of all other trades. In the event of damage or rejection, immediately make all repairs and replacements necessary for the approval of the Inspector and at no additional cost to the City. 8-02.3(16)A4 Site Information If sod is stored onsite, preserve and protect all sod on site prior to and during installation. Protect from wind, drought, unusual weather and vandalism. Store all sod on site within limits of work. Protect adjacent property, public walks, curbs and pavement from damage. Do not block public access routes with plant material. 8-02.3(16)A5 Sod The Contractor shall provide sod to all new lawn areas and to those lawn areas requiring restoration from the Contractor’s operations. Sod shall conform to section 9-14.6(8) as shown in the Special Provisions. 8-02.3(16)A5a Other Materials All other materials not specifically described but required for a complete and proper planting installation, shall be selected by the Contractor subject to the approval of the Engineer. 8-02.3(16)A6 Execution Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. Verify that lawn installation may be completed in accordance with the original design and the referenced standards. In the event of discrepancy, immediately notify the Engineer for specific instructions. 8-02.3(16)A6aInstallation Preparation 1. Prepare subgrade in all lawn areas by scarifying to a 8” minimum depth and removing rocks and debris over 1” in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. Notify the Inspector of any subgrade conditions deleterious to plant growth. 2. Spread topsoil to a minimum depth of 6” after settlement in all lawn areas. 3. Thoroughly rototill topsoil to a minimum depth of 6 inches. 4. Fine grade per Contract Specifications in turf areas as indicated on drawings. Rake entire surface to conform to site grading. Grade edges to 1” below adjacent paved surfaces to provide a smooth transition. Roll as necessary to firm grade to satisfaction of the Inspector. 5. Apply fertilizer to the prepared lawn areas at rates recommended by sod grower and lightly rake to incorporate into the soil. 8-02.3(16)A6b Sod Installation 1. Moisten sod bed and roll lightly for compaction. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-3 2. Lay sod strips per supplier’s instructions. Tightly butt joints, trim edges to conform to smooth curves and straight lines of pavement. Sod is to be flush with paved surfaces after settlement. Avoid gaps and overlaps and stagger sod joints in a brick-like fashion. 3. Remove any bumps, undulations, or low-high spots with a light rolling. 4. Water daily for a minimum of two weeks to prevent dehydration. 5. Protect all turf areas by erecting temporary fences, barriers, signs, etc. as necessary to prevent trampling. 6. Do not work in, over, or adjacent to planting areas without proper protection and safeguards. 8-02.3(16)B Lawn Establishment Section 8-02.3(16)B has been deleted and superseded with the following: (******) 8-02.3(16)B Lawn Establishment and Final Acceptance The Contractor shall maintain all new lawn areas in this project; shall be responsible for the survival of turf in acceptable condition and shall maintain all new lawn areas in a neat and orderly fashion until Final Acceptance of the project by the City. The period for Final Acceptance shall be no sooner than the second mowing. The Contractor will be held responsible for all damage or loss caused by his inattention or carelessness. The Contractor shall repair damage caused by traffic, vandalism, weather or other outside causes. 8-02.3(16)B1 Establishment Period The Establishment Period will commence on the date of Preliminary Acceptance and will extend to Substantial Completion or Final Acceptance by the City of landscape work, whichever is later. Maintenance during this period will include: 1. Watering: Water areas of new turf so they receive adequate water for survival of the plant in a healthy position. 2. Lawns shall be fertilized every six weeks from March through September per Grower’s written recommendations. Lawns shall be maintained weed-free. 3. Lawns are to be mowed weekly or as needed to maintain a neat appearance. All grass clippings shall be removed from the site. Maximum height of lawn shall not exceed three inches. 4. Protect all lawn areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. 5. Debris Control: Debris control shall be accomplished in all landscaped lawn areas on a regular basis, at least weekly or more often where necessary. This will include leaf fall control in Fall period. Policing for paper and litter in all areas shall be conducted at least weekly. During the Fall period leaves, windblown into gutters and catch basins, are considered as litter and shall be removed as debris. 8-02.3(16)B2 Guarantee All new turf areas shall be guaranteed by the Contractor to be in a healthy condition for a period CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-4 of one year from the date of Final Acceptance. 8-02.3(16)B3 Final Acceptance Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Final inspection of the work of the Section will be made at the time of the Final Inspection of the entire project or earlier, if approved by the Engineer. A final punch list will be issued. Final Acceptance of the new turf areas which are the responsibility of the Contractor will be contingent upon Final Acceptance of the entire project or at the determination of the City if earlier than Final Acceptance of the entire project. 8 09 RAISED PAVEMENT MARKERS 8 09.5 Payment Section 8-09.5 has been revised as follows: (******) Payment will be made for each of the following bid items that are included in the proposal: “Raised Pavement Marker Type 1”, per each. “Raised Pavement Marker Type 2”, per each. “Raised Pavement Marker Type 3 ______ In.”, per each. “Recessed Pavement Marker”, per each. The unit contract price per each for “Raised Pavement Marker Type 1”, “Raised Pavement Marker Type 2”, and “Raised Pavement Marker Type 3 ______ In.” and “Recessed Pavement Marker” shall be full pay for all labor, materials, and equipment necessary for furnishing and installing the markers in accordance with these Specifications, including all cost involved with traffic control unless traffic control is listed in the Contract as a separate pay item. 8-13 MONUMENT CASES 8-13.1 Description Section 8-13.1 is revised and supplemented as follows: (******) This Work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied Surveyor. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-5 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 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, 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-6 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 Section 8-20.2(1) is revised and supplemented as follows: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-7 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: i. Light standards with or without pre approved Plans. ii. Signal standards with or without pre approved Plans. iii. Combination Signal and lighting standards. iv. Metal Strain Poles. Paragraph five of Section 8-20.2(1) is deleted. Paragraph six of Section 8-20.2(1) is deleted. Section 8-20.2(1) is supplemented as follows: The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8-22 PAVEMENT MARKING 8-22.1 Description The following item in Section 8-22.1 is revised as follows: (******) Crosswalk Stripe A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or “skip” pattern shall be based on a 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as centerline delineation on two-lane or three-lane, two-way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 inch space. Double yellow center stripe is used as centerline delineation on multilane, two-way highways and for channelization. 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-8 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.* "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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 8-9 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-1 DIVISION 9 9-03.8(7) HMA Tolerances and Adjustments Section 9-03.8(7) is revised as follows: (******) 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: Aggregate, percent passing Nonstatistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves 6%8% U.S. No. 4 sieve 6%8% U.S. No. 8 sieve 6%8% U.S. No. 16 sieve 4%6% U.S. No. 30 sieve 4%6% U.S. No. 50 sieve 4%6% U.S. No. 100 sieve 3%5% U.S. No. 200 sieve 2%3% 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 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-2 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 CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-3 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 be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.12 Polyvinyl Chloride (PVC) Pipe Section 9-05.12(3) is a new additional section: (******) Gravity sewer pipe shall be as specified herein and as shown on the Plans. The Contractor shall provide one electronic copy of the pipe manufacturer’s technical literature including tables of dimensional tolerances to the Engineer. Any pipe found to have dimensional tolerances in excess of those prescribed or having defects, which prevent adequate joint seal or any other damage, shall be rejected. If requested by the Engineer, not less than three nor more than five lengths of pipe for each size, selected from stock by the Engineer, shall be tested as specified for maximum dimensional tolerance or the respective pipe. Materials shall meet the requirements of the following sections: PVC sewer pipe – Section 9-05.12(1) PVC (C900/C905) sewer pipe – Section 9-30.1(5)A All pipe shall be clearly marked with type, class, and thickness. Lettering shall be legible and permanent under normal conditions of handling and storage. 9-05.12(2) Profile Wall PVC Culvert, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe Section 9-05.12(2) is deleted in its entirety: (******) 9-05.14 ABS Composite Sewer Pipe Section 9-05.14 is deleted in its entirety: (******) CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-4 9 05.17 Aluminum Spiral Rib Storm Sewer Pipe Section 9-05.17 is replaced with: (******) Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch + 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of + 10 percent. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe (CPEP) Section 9-05.19 is replaced with the following: (******) 9-05.20(1) Description Corrugated Polyethylene Pipe (CPEP) shall be corrugated high-density polyethylene pipe with smooth internal wall manufactured by Advanced Drainage Systems (ADS), or approved equivalent. 9-05.20(2) Pipe Material and Fabrication CPEP shall be in conformance with the latest version of ASTM F 667 or AASHTO M 294, Type S. 9-05.20(3) Fittings and Gaskets Fittings shall be gasketed PVC fittings. Gaskets shall conform to ASTM F 477. Fittings shall conform to ASTM F 1536 or ASTM D 3212. Fittings shall be manufactured by Nyloplast USA, Inc., or approved equivalent. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-5 9-05.20(4) Installation Pipe and fittings shall be installed per the manufacturer's recommendations. Lubricate gasket and fitting socket with manufacturer-approved lubricant prior to pushing pipe into fitting. 9-05.23 High Density Polyethylene Piping Section 9-05.23 replaced with the following: (******) DRISCOPLEX 4100 High-density Polyethylene Piping 9-05.23(1) General Terms and Conditions 9-05.23(1)A Scope This Specification covers requirements for DriscoPlexTM 4100 PE 3408 high-density polyethylene piping. All Work shall be performed in accordance with these Specifications. 9-05.23(1)B 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. 9-05.23(1)C Referenced Standards Where all or part of a federal, ASTM, ANSI, AWWA, etc., Standard Specification is incorporated by reference in these Specifications, the reference standard shall be the latest edition and revision. 9-05.23(1)D Licenses and Permits The Contractor shall be licensed and bonded. 9-05.23(1)E 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. 9-05.23(2) Polyethylene Pipe and Fittings 9-05.23(2)A 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-6 9-05.23(2)B 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. 9-05.23(2)C 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. 9-05.23(2)D 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. 9-05.23(2)E Molded Fittings Molded fittings shall be manufactured and tested in accordance with ASTM D 3261 and shall be so marked. Molded fittings shall be tested in accordance with AWWA C906. 9-05.23(2)F 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. 9-05.23(2)G 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. 9-05.23(2)H 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. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-7 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: (******) All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer’s recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer’s Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. This section is supplemented with the following new sub-sections: 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D. 4. Fittings shall be factory welded, injection molded or PVC. 9-05.24(2) Polypropylene Sanitary Sewer Pipe Polypropylene sanitary sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall conform to ASTM F2764. Bell & spigot connections shall utilize a spun-0n, welded or integral bell and spigot with gaskets meeting ASTM F477. Fitting joints shall be watertight joint performance requirements of ASTM D3212. 9-05.52 Dense Foam Section 9-05.52 is a New Section as follows: (******) Dense foam shall be Ethafoam HS 600 high density, polyethylene foam, as manufactured by Dow Chemical Company, or approved equivalent. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-8 9-08 PAINTS AND RELATED MATERIALS 9-08.9 Manhole Coating System Products Section 9-08.9 is a new section and subsections: (******) 9-08.9(1) Coating Systems Specification 1. High Solids Urethane Coating System:C1 Coating Material:High Solids Urethane Surfaces:Concrete Surface Preparation: In accordance with SSPC SP-7 (Sweep or brush off blast) Application:Shop: The drying time between coats shall not exceed 24 hours in any case System Thickness: 3.0-4.0 mils dry film Coatings:Primer: One coat of Wasser MC- Shieldcoat 100 high solids urethane (1.5- 2.0 DFT) Finish: One coat of Wasser MC- Shieldcoat 100 (min. 1.5-2.0 DFT) Color:White 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: (******) Planting soil / topsoil shall consist of loose, moderately well-drained, friable soil of sandy loam texture, free of ice, snow and rubbish with no admixture of refuse or material toxic to plant growth. Soil shall be reasonably free of stones, lumps, roots, and weeds or similar objects. Topsoil should be fertile and free-flowing (pulverized). Topsoil shall be Mycorrhizae inoculated. Topsoil shall meet the following parameters: Parameter Range pH 6.7-7.5 Moisture Content 25%-55% Soluble Salts 2.5 mmhos/(dS) Coarse Sand 50%max (by weight) Clay 25%max (by weight) Silt 15%max (by weight) Organic matter 10%max (by weight) 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: (******) Sod shall be nursery-grown (farm-grown) under climatic conditions similar to or hardier than those CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-9 at the site. Sod shall have normal habit of growth and be healthy, vigorous and free of disease, insects, insect eggs and larvae. Sod material shall meet or exceed the specification of Federal, State and local laws requiring inspection for plant disease and insect control. Sod: Non-net “Premium Shadow Master” Sod Mixture from Emerald Turfgrass Farms, Inc., Sumner, WA, Ph: 253 838 9911 or 425 641 0608, or approved equal. Approved equal must be from a local grower and be established in growing sod in sandy loam soils. Sod grown in heavy clay soils is not acceptable. All required certifications apply for “approved equal”. Sod shall contain 65% perennial turf-type ryegrass by weight and 35% hard fescue by weight. 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9 23.9 Fly Ash (RC) Section 9-23.9 is revised as follows: (******) Fly ash shall not be used around water lines. 9 30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe Section 9-30.1 is supplemented and revised as follows: (******) All materials for water distribution and transmission shall be new and undamaged. Prior to ordering any pipe and fittings to be used in a potable water supply, the Contractor shall submit the material source as required by Section 1-06.1 of the Standard Specifications. All direct and indirect drinking water system components which come in contact with potable water shall have National Sanitation Foundation (NSF) certification. All pipe and fittings shall be clearly marked with the manufacturer’s name, type, class, and thickness as applicable and shall be marked on the component at the place of manufacture. Marking shall be legible and permanent under normal conditions of handling and storage. 9-30.1(1) Ductile Iron Pipe Section 9-30.1(1) is revised to read as follows: (******) 1. Ductile iron pipe shall be centrifugally cast in 18 or 20 foot nominal lengths and meet the requirements of AWWA C151. Ductile iron pipe shall have a double thick cement mortar lining and a 1-mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe shall be minimum Standard Thickness Class 52 or the thickness class as shown in the Plans. Flanged ductile iron pipe shall be Class 53 per AWWA C115. 2. Non-restrained joint shall be rubber gasket, push-on type joint (Tyton) or mechanical joint (M.J.) conforming to AWWA C111, unless otherwise specified. 3. Restrained joints shall be as specified in Section 9-30.2(6). CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-10 4. Flanged joints shall conform to ANSI B16.1, class 125 drilling pattern, rated for 250 psi working pressure. Flanged ductile iron pipe shall be Class 53 per AWWA C 115. Thicker Classes are acceptable. The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of the above referenced standards. 9-30.1(2) Polyethylene Encasement Section 9-30.1(2) is supplemented and revised as follows: (******) Polyethylene encasement (plastic film wrap) shall be eight mil polyethylene, tube type conforming to AWWA C105. All ductile iron pipes and fittings shall be installed with a polyethylene encasement, tube-type and in black color. 9-30.2 Fittings 9-30.2(1) Ductile Iron Pipe Section 9-30.2(1) is supplemented and revised as follows: (******) Fittings for ductile iron pipe shall be ductile iron conforming to AWWA C110, and AWWA C111 or AWWA C153 and shall be cement-lined conforming to AWWA C104. All water main fittings shall be ductile iron, short body, cement lined and for pressure rating of 350 psi for mechanical joint fittings and 250 psi for flange joint fittings, unless otherwise specified. Metal thickness and manufacturing process shall conform to applicable portions of ANSI/AWWA C110/A21.10. Mechanical joint, ductile iron, compact fittings 24 inches and less shall conform to ANSI A21.53 (AWWA C153). Flanged fittings, cast or ductile iron, shall conform to ANSI B16.1, class 125 drilling pattern. Ductile iron fittings include: tees, crosses, wyes, bends, adapters, sleeves, plugs, caps, offsets, reducers, and ells. Rubber gaskets for push-on joints (Tyton) or mechanical joint (M.J.) shall conform to ANSI A21.11 / AWWA C111. Gasket materials for flange joints shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber suitable for pressurized water service purposes. Type of connections shall be specified as push-on joint (Tyton), mechanical joint (M.J.), plain end (P.E.), flanged (FL), restrained joint (RJ) and threaded. Sleeves less than 12 inches in diameter shall be 12 inches minimum length and shall be mechanical joint. Sleeves greater than 12 inches in diameter shall be of the long body type and shall be 15 inches minimum length and shall be mechanical joint. Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe is 0.05 inches or less from the outside diameter of the ductile iron pipe being joined, the pipe shall be joined with a mechanical joint sleeve. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-11 Where ductile iron pipe is to be joined to existing cast iron pipe of the same nominal size and the outside diameter of the existing cast iron pipe conforms to AWWA 1908 classifications A, B, C, D, or F, the pipe shall be joined with a transition mechanical joint sleeve having a single-piece casting. Threaded pipe and flanges combinations shall not be used. Bolts in piping and fittings shall be malleable iron, Cor-ten or stainless steel. Bolts and nuts for flanged pipe and fittings shall conform in size and length with ANSI/AWWA C111/A21.11. Stainless steel bolts shall meet the requirements of ASTM A-307, Grade A. Shackle rods shall be Cor-ten or stainless steel all thread 316SS. Stainless steel nuts and bolts shall be type 316SS. Contractor shall provide Manufacturer’s Certificate of Compliance in accordance with Section 1- 06.3 Manufacturer’s Certificate of Compliance of the Standards Specifications for all fittings and bolts to be used. 9-30.2(2) Galvanized Iron Pipe Section 9-30.2(2) is a new section and shall read as follows: (******) Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A-120). Fittings shall be screwed malleable iron galvanized per ANSI B16.3. 9-30.2(3) Steel Casing Pipe Section 9-30.2(3) is a new section and shall read as follows: (******) Steel casing shall be black steel pipe conforming to ASTM A 53. Before installation, coat casing exterior with shop-applied anticorrosive coating conforming to AWWA C210. Minimum coating thickness shall be 16 mils dry film thickness (DFT); however, thickness shall not exceed manufacturer’s recommended thickness. Coating type shall be a polyamide epoxy-coal tar equal to Tnemec Hi-Build Theme-Tar, Series 46H-413. Casing wall thickness shall be 0.250 inch for casings 24 inches or less in diameter and 0.375 inch for casings over 24 inches in diameter. Carrier pipe for water main shall be Restrained Joint Ductile Iron, Class 52. 9-30.2(4) Spacers and Seals for Steel Casing Pipe Section 9-30.2(4) is supplemented as follows: (******) Casing spacers shall be “centered positioning” type bands at least 12 inch in width, and shall be either stainless steel or heavy duty fusion bonded epoxy coated steel. Runners shall be 2-inch wide glass reinforced plastic securely bonded to the spacer, and shall be aligned on the spacer along the axis of insertion of the water main into the casing pipe. Runner length shall approximate the width of the spacer. Securing the spacer to the water main shall be in accordance with the manufacturer’s instruction. The height of the risers and runners combined CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-12 shall be sufficient to keep the carrier pipe bell, couplings or fittings at least 0.75 inch from the casing pipe wall at all times and provide at least 1-inch clearance between the runners and the top of the casing wall, to prevent jamming during installation. Acceptable spacers and end seals manufacturers are Pipeline Seal and Insulator model S12G-2 for stainless steel and model C12G-2, C8G-2 for fusion-bonded and coated steel, Cascade Waterworks Mfg. Co., Advance Products & Systems, Inc. or approved equal. 9-30.2(6) Restrained Joint Section 9-30.2(6) including title is revised as follows: (******) 9-30.2(6) Restrained Joint Pipe and Fittings Restrained joints (RJ) ductile iron pipe and fittings, where required on the plans, shall be flexible after assembly and be able to be disassembled. Restrained joints shall meet the following criteria: 1. The restrained joint shall have a positive metal to metal contact locking system without the use of gripping teeth. Gaskets for push-on joint pipe with integrally molded steel or metal teeth or locking segments shall not be allowed as substitutes for restrained-joint pipes. 2. The joint restraint system for the pipe shall be the same as the joint restraint system for the pipe fittings, except as provided in item 4 below. 3. The joint restraint system for the pipe shall be boltless. 4. Where restrained joint fittings required on the plans cannot be furnished or where restrained jointed fittings are required in areas that are known to be subject to location adjustments, the Contractor may submit a lay plan showing mechanically jointed fittings with wedge restraint glands for approval. Mechanically jointed pipe with wedge restraint glands shall not be substituted for restrained joint pipe. Wedge Restraint Glands Wedge restraint glands shall conform to AWWA C111, ASTM A 536-80 Grade 65-42-12. All bolts and wedges shall be ductile iron. Wedge shall be heat-treated to a minimum 370 BHN. Wedge restraint glands shall be rated for 350 psi for pipe 12 inch in diameter and smaller. 9-30.2(7) Bolted, Sleeve-Type Couplings for Plain End Pipe Section 9-30.2(7) is revised as follows: (******) Transition couplings, reducing couplings, transition reducing couplings, sleeves, flexible couplings for water main shall be compression type by pipe manufacturer: Romac or Ford or approved equal. Bolts and nuts shall be high strength, low alloy steel, corrosion resistant per AWWA C111. Stainless steel bolts require anti-seize compound. Heavy hex nuts shall be used. The long body pattern with a minimum center ring or center sleeve length of 12-inches for pipe less than 12 inches in diameter and equal to or greater than the pipe diameter for pipe greater than 12 inches in diameter. Solid sleeves (greater than 12 inch diameter) shall be a 15 inch minimum length. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-13 9-30.3 Valves Section 9-30.3 is supplemented and revised as follows: (******) The valves shall be a standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size and working pressure plainly cast in raided and legible letters on the valve body. All valves shall be NSF approved and valve bodies shall be ductile iron. All valves shall be stamped with “NSF APPROVED” and “DI”. Where a valve is required to operate in a higher pressure environment than the Class of valve specified in Section 9-30.3, the class of valve shall be as specified in the Contract. 9-30.3(1) Gate Valves (3 inches to 16 inches) Section 9-30.3(1) is supplemented and revised as follows: (******) All valve material shall be new and undamaged. Unless otherwise approved by the Engineer, the same manufacturer of each item shall be used throughout the work. All gate valves shall be ductile iron body, bronze mounted, resilient seat, non-rising stem and shall be equipped with a standard two (2) inch square operating nut and O-ring stem seals. Valves shall open counterclockwise when viewed from above. Valves shall be designed for a minimum water operating pressure of 200 PSI. Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C-509 and C-515 latest revisions. Valve ends shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. Where restrained joints are called out, valve ends shall be flanged with appropriate flange by restrained joint adapters. All gate valves shall include an 8" x 24" cast iron gate valve box and extensions, as required. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. Acceptable gate valves are Clow, M & H/Kennedy, American Flow Control (ACIPCo), Pratt/Mueller, US Metroseal or approved equal in sizes 16 inches and less. Approval of valves other than models specified shall be obtained prior to bid opening. 9-30.3(3) Butterfly Valves Section 9-30.3(3) is supplemented and revised as follows: (******) In addition to the requirements of section 9-30.3, water main butterfly valves shall conform to AWWA C504 and shall be Class 150B. The valve shall be short-body type and shall have flanged CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-14 ends. Flanged ends shall be sized and drilled in conformance with ANSI B16.1 Class 125. Valve shall be suitable for direct bury and shall have a stem extension with AWWA 2-inch square operating nut and suitable valve box. All butterfly valves bodies and discs shall be ductile iron. The butterfly valves shall be manufactured by Henry Pratt Company, Mueller, DeZurick, Mosser Valve Division of Olsen Technologies, Dresser 450, Pratt Groundhog or approved equal. 9-30.3(4) Valve Boxes Section 9-30.3(4) is supplemented and revised as follows: (******) Valve boxes shall be installed on all buried valves. The box and lid shall be cast iron, 2-piece slip type with cast iron extension as necessary, conforming to the City of Renton latest standard plans. The cover shall have the word “WATER” cast in it and shall have cast-iron “ears” installed in the direction of the main. Valve box extension pieces shall be provided for valves with groundcover in excess of the depth of the standard valve box. Acceptable manufacturers of valves boxes and covers are Olympic Foundry, Inc., EJCO, Rich (Varnish Casting Corp.) 9-30.3(5) Valve Marker Posts Section 9-30.3(5) is supplemented and revised as follows: (******) Valve markers shall be Carsonite composite utility marker .375"x 6'-0" or approved equal with blue label "water”. The valve markers shall be installed in conformance with the City of Renton Standard Plans. 9-30.3(6) Valve Stem Extensions Section 9-30.3(6) is supplemented and revised as follows: (******) Valve stem extensions shall have a 2-inch square operating nut and self-centering rockplate. A valve stem extension is required where the valve operating nut is more than 3 feet below finished grade. Valve stem extensions are to be a minimum of 1 foot with only one extension per valve in shall be installed in accordance to the City of Renton standard plans. 9-30.3(7) Combination Air Release/Air Vacuum Valves Section 9-30.3(7) is supplemented and revised as follows: (******) Combination air release/air vacuum valves shall comply with the requirements of ANSI/AWWA C512. Air and vacuum release valves shall be APCO No. 143C- Valve and Primer Corp, "Heavy- Duty," combination air release valve, Val-Matic No. 201C, Crispin UL10 or approved equal. Installation shall be per the City of Renton Standard Details, latest revision. Piping and fitting shall be copper or brass. Location of the air release valve as show on the plans is approximate. The installation shall be set at the actual high point of the line. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-15 9-30.3(8) Tapping Sleeve and Valve Assembly Section 9-30.3(8) is supplemented and revised as follows: (******) Tapping sleeves shall be cast iron, ductile iron, or epoxy coated steel. Bolt and nuts shall be Cor- Ten or stainless steel. 9-30.3(9) Blow-Off Assembly Section 9-30.3(9) is a new section: (******) Installation of blow-off assembly shall be per City of Renton Standard Details, latest revision. Pipe and fittings shall be galvanized. Blow-off assembly shall be installed at location(s) shown on the plans. Temporary blow-off assembly on new dead-end water main shall be installed at location shown on the plans. Temporary blow-off assemblies for testing and flushing of the new water mains will not be included under this item and shall be considered incidental to the contract and no additional payment shall be made. 9-30.5 Hydrants Section 9-30.5 is supplemented and revised as follows: (******) Fire hydrants shall conform to AWWA C502 and shall be of standard manufacture and of a pattern approved by the City of Renton. The name or mark of the manufacturer, size of the valve opening and year made shall be plainly cast in raised letters on the hydrant barrel to be visible after the hydrant is installed. Hydrants of the following manufacture and pattern have been approved by the City of Renton. Clow Medallion, M&H 929, Mueller Centurion Model A-423, Waterous Pacer, American Darling Model B-62B, Kennedy K81D Guardian, East Jordan WaterMaster 5CD250. 9-30.5(1) End Connections Section 9-30.5(1) is revised as follows: (******) Hydrant end connections shall be mechanical joint connection unless otherwise specified in the description of the bid of proposal. 9-30.5(2) Hydrant Dimensions Section 9-30.5(2) is replaced with the following: (******) Fire hydrants shall have a valve opening with minimum diameter of 5-1/4 inches, “O” ring stem seal, two 2-1/2 inches National Standard Thread (N.S.T.) hose nozzle connections, one 4-inches pumper port connection with City of Seattle standard threats and with a 4.875” Seattle thread x 5” Storz adapter attached with a 1/8” stainless steel cable. The shoe connection and hydrant connection inside pipe size and auxiliary gate valve shall be 6 inches, mechanical joint with lugs. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 9-16 The operating nut and port cap nuts are 1-1/4-inch pentagonal. Hydrant restraint system shall be two 3/4-inch diameter Cor-Ten steel shackle rods with a poured in place concrete thrust block behind the hydrant shoe. If a wedge restraint system is used in lieu of shackle rods, mechanical joint pipe shall be used. Hydrants shall be provided with a breakaway flange assembly and be equipped with breaking devices at the sidewalk. The hydrant curb stand section of the hydrant that is above ground including all exposed surfaces of the breakaway flange shall be painted with 2 field coats of paint Kelly-Moore Luxlite or approved equal in Safety Yellow color. Fire hydrants shall be installed per City of Renton Standard Details for fire hydrants, latest revisions. 9-30.6 Water Service Connections (2 Inches and Smaller) 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Pipe Section 9-30.6(3)B is revised to read as follows: (******) Polyethylene pipe shall not be used. 9-30.6(4) Service Fittings Section 9-30.6(4) has been revised as follows: (******) Fittings used for copper tubing shall be compression type with gripper ring. 9-30.6(5) Meter Setters Section 9-30.6(5) has been supplemented as follows: (******) Meter setters shall be installed per the City of Renton Standard Details for water meters, latest revision. 9-30.6(7) Meter Boxes Section 9-30.6(7) has been supplemented as follows: (******) Meter boxes shall be installed per the City of Renton Standard Details for water meters, latest revision. CITY OF RENTON LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WINTER 2021 SPECIAL PROVISIONS 10-1 DIVISION 10 10-01 MARKING PAINT REMOVAL Section 10-01 is a new section: (******) 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. CITY OF RENTON TECHNICAL SPECIFICATIONS LIFT STATION AND FORCE MAIN REHABILITATION PHASE 2 (GROUP 1B) WWP-27-04059 CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Lift Station and Force Main Improvements – Phase 2 PROJECT NO. WWP-27-04059 Fall 2021 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS THE TECHNICAL SPECIFICATIONS AND PLANS WERE PREPARED UNDER THE DIRECT SUPERVISION OF THE PROFESSIONAL ENGINEERS IDENTIFIED BELOW. THE CONTENT OF THIS DOCUMENT, AS A MEANS OF PROFESSIONAL SERVICE, IS PROTECTED BY 17 U.S.C. § 101, ET SEQ. AS SUCH, IT SHALL NOT BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT OR PURPOSE WITHOUT WRITTEN AUTHORIZATION FROM RH2 ENGINEERING. © 2021 RH2 ENGINEERING, INC. Signed: 11/16/2021 Signed: 11/16/2021 Prepared by: RH2 Engineering, Inc. 22722 29th Drive SE, Suite 210 Bothell, WA 98021 (425) 951-5400 (p) (425) 951-5401 (f) THIS PAGE INTENTIONALLY LEFT BLANK Table of Contents i 11/30/2021 3:13 PM Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\Table of Contents.docx DIVISION 1 GENERAL........................................................................................................................................... 1-1 1.10 GENERAL .................................................................................................................................................... 1-1 1.11.00 Summary of Work and Project Description ...................................................................................... 1-1 1.11.02 Reuse of Documents ....................................................................................................................... 1-1 1.11.03 Electronic Data ............................................................................................................................... 1-2 1.13 Permits and Licenses............................................................................................................................ 1-2 1.15 Warranty............................................................................................................................................. 1-3 1.30 ADMINISTRATIVE .......................................................................................................................................... 1-3 1.31 Responsibilities .................................................................................................................................... 1-3 ϭ.ϯϭ.Ϭϭ CoŶtraĐtor’s RespoŶsiďility .............................................................................................................. 1-3 1.31.01.01 Construction Inspection Scheduling ............................................................................................ 1-4 1.31.19 Contractor Conducted Progress Meetings........................................................................................ 1-4 1.32.16 Contractor Provided Schedule and Non-working Day Approval ........................................................ 1-5 ϭ.ϯϮ.Ϯ9 OǁŶer IŶspeĐtor’s RespoŶsiďility ..................................................................................................... 1-5 1.33 Submittals ........................................................................................................................................... 1-5 1.33.01 Submittal and Shop Drawings ......................................................................................................... 1-5 1.33.02 Substitutions ................................................................................................................................... 1-7 1.33.02.01 Prior to Bid Opening ................................................................................................................... 1-7 1.33.02.02 After Contract Execution ............................................................................................................ 1-7 1.40 QUALITY CONTROL ....................................................................................................................................... 1-8 1.42.19 Reference Specifications ................................................................................................................. 1-8 1.50 CONSTRUCTION SUPPORT ............................................................................................................................... 1-8 1.51 Temporary Utilities .............................................................................................................................. 1-8 1.52 Temporary Facilities ............................................................................................................................ 1-9 1.54 Construction Aids................................................................................................................................. 1-9 1.55.26 Traffic Control................................................................................................................................. 1-9 1.59 Site Control.......................................................................................................................................... 1-9 1.70 EXECUTION AND CLOSEOUT REQUIREMENTS...................................................................................................... 1-10 1.71 Examination and Preparation ............................................................................................................ 1-10 1.71.23.16 Surveying and Staking .............................................................................................................. 1-10 1.75 Testing, Startup, and Operation ......................................................................................................... 1-10 1.75.16 Startup Procedures ....................................................................................................................... 1-10 1.75.16.10 Startup .................................................................................................................................... 1-10 1.75.16.12 Startup and Testing Coordination ............................................................................................. 1-11 1.75.16.20 Testing..................................................................................................................................... 1-12 1.75.16.22 Scheduling of Owner Review for Testing ................................................................................... 1-12 1.75.16.32 Pump Testing ........................................................................................................................... 1-12 1.75.16.40 Electrical and Control Systems Testing ...................................................................................... 1-13 1.78 Closeout Submittals ........................................................................................................................... 1-13 1.78.23 Operation and Maintenance Data ................................................................................................. 1-13 1.78.39 Project Record Documents ............................................................................................................ 1-15 1.79 Demonstration and Training .............................................................................................................. 1-15 1.79.10 Training ........................................................................................................................................ 1-15 1.80 PERFORMANCE REQUIREMENTS ..................................................................................................................... 1-15 1.81 Facility Performance Requirements .................................................................................................... 1-15 Table of Contents ii 11/30/2021 3:13 PM Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\Table of Contents.docx 1.81.30 Seismic Restraint and Anchorage .................................................................................................. 1-15 1.81.45 Location Designations ................................................................................................................... 1-16 DIVISION 2 SITEWORK ........................................................................................................................................ 2-1 2.00 GENERAL .................................................................................................................................................... 2-1 2.05 Common Work for Exterior Improvements ........................................................................................... 2-1 2.07 Geotechnical Investigations ................................................................................................................. 2-1 2.08 Special Inspections for Earth Work ....................................................................................................... 2-2 2.10 SITE PREPARATION........................................................................................................................................ 2-2 2.10.02 Clearing and Grubbing .................................................................................................................... 2-2 2.11 Earthwork Materials ............................................................................................................................ 2-3 2.11.01 Common Work for Earthwork Materials .......................................................................................... 2-3 2.11.02 General Fill ..................................................................................................................................... 2-3 2.11.03 Structural Fill .................................................................................................................................. 2-3 2.11.05 Trench Backfill ................................................................................................................................ 2-4 2.11.07 Gravel Base Course ......................................................................................................................... 2-5 2.11.08 Gravel Top Course ........................................................................................................................... 2-5 2.11.20 Geotextile Fabric ............................................................................................................................. 2-5 2.12 Road Surfacing .................................................................................................................................... 2-6 2.12.02 Cement Concrete Pavement ............................................................................................................ 2-6 2.12.03 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) ............................................................ 2-6 2.13.3 Selective Tree and Shrub Removal ..................................................................................................... 2-7 2.20 EARTH MOVING ........................................................................................................................................... 2-8 2.23 Excavation ........................................................................................................................................... 2-8 2.25 Temporary Erosion and Sedimentation Control .................................................................................... 2-9 2.25.4 Temporary Storm Water Pollution Control (No SWPPP) ..................................................................... 2-9 2.50 EXCAVATION SUPPORT AND PROTECTION ........................................................................................................... 2-9 2.51 Contractor Designed Shoring ............................................................................................................... 2-9 2.60 CONTAMINATED & WASTE MATERIALS HANDLING ............................................................................................. 2-10 2.60.2 Waste Material Control .................................................................................................................. 2-10 2.61 Contaminated Materials .................................................................................................................... 2-11 2.61.2 Toxic Spill or Release Contact Requirements .................................................................................... 2-11 2.90 LANDSCAPING ............................................................................................................................................ 2-11 2.90.01 Common Work for Landscaping .................................................................................................... 2-11 2.90.3 Soil Amendments ............................................................................................................................ 2-14 2.90.3.1 Commercial Fertilizer ................................................................................................................... 2-14 2.90.3.3 Mulch .......................................................................................................................................... 2-14 2.90.10 Topsoil .......................................................................................................................................... 2-15 2.90.11 Hydroseed .................................................................................................................................... 2-15 2.90.12 Potted Plants and Trees ................................................................................................................ 2-17 2.90.20 Landscape Accessories .................................................................................................................. 2-18 2.90.21 Erosion Control Matting ................................................................................................................ 2-18 2.99 Magnetic Markers ............................................................................................................................. 2-19 DIVISION 3 CONCRETE ........................................................................................................................................ 3-1 3.00 GENERAL .................................................................................................................................................... 3-1 Table of Contents iii 11/30/2021 3:13 PM Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\Table of Contents.docx 3.05 Common Work for Concrete ................................................................................................................. 3-1 3.06 Maintenance of Concrete ..................................................................................................................... 3-3 3.06.30.71 Resurfacing of Cast-in-Place Concrete ........................................................................................ 3-3 3.10 FORMING AND ACCESSORIES ........................................................................................................................... 3-4 3.11 Formwork ............................................................................................................................................ 3-4 3.11.13 Structural Cast in Place Forming ...................................................................................................... 3-4 3.15 Concrete Accessories ........................................................................................................................... 3-6 3.15.02 Premolded Joint Filler...................................................................................................................... 3-6 3.15.19 Concrete Anchors ............................................................................................................................ 3-6 3.20 REINFORCING .............................................................................................................................................. 3-7 3.21 Reinforcement Bars ............................................................................................................................. 3-7 3.21.11 Plain Steel Reinforcement Bars ........................................................................................................ 3-7 3.30 CAST-IN-PLACE CONCRETE ............................................................................................................................. 3-8 3.30.05 Common Work for Cast in Place Concrete ........................................................................................ 3-8 3.31 CONCRETE MATERIALS................................................................................................................................. 3-10 3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts / Bollards Foundation ............................................................................................................................................... 3-10 3.34 Low Density Concrete ........................................................................................................................ 3-10 3.34.13 Controlled Density Fill (CDF) .......................................................................................................... 3-10 3.35 Concrete Finishing ............................................................................................................................. 3-11 3.35.05 Common Work for Surface Finishing.............................................................................................. 3-11 3.35.56 Light Brush Finish .......................................................................................................................... 3-12 3.35.58 Sacked Wall Finish ........................................................................................................................ 3-12 3.39 Concrete Curing ................................................................................................................................. 3-12 3.60 GROUTING ................................................................................................................................................ 3-13 3.62 Non-Shrink Grouting .......................................................................................................................... 3-13 DIVISION 4 MASONRY (NOT USED) ..................................................................................................................... 4-1 DIVISION 5 FABRICATED METALS (NOT USED) .................................................................................................... 5-1 DIVISION 6 CARPENTRY (NOT USED) ................................................................................................................... 6-1 DIVISION 7 THERMAL AND MOISTURE PROTECTION (NOT USED) ....................................................................... 7-1 DIVISION 8 OPENINGS (NOT USED) ..................................................................................................................... 8-1 DIVISION 9 FINISHES ........................................................................................................................................... 9-1 9.00 GENERAL .................................................................................................................................................... 9-1 9.90 PAINTING AND COATING ................................................................................................................................ 9-1 9.90.05 Common Work for Painting and Coating ......................................................................................... 9-1 9.90.06 Color Schedule ................................................................................................................................ 9-5 9.90.13 Unpainted Items ............................................................................................................................. 9-5 9.91 Painting and Coating Systems .............................................................................................................. 9-5 9.91.13 Exterior or Damp Environment Painting .......................................................................................... 9-5 9.91.13.13 – Ferrous Metal Pipe and Supports including Steel, Cast Iron, and Ductile Iron (Exposed Indoors and Outdoors).................................................................................................................................................... 9-5 Table of Contents iv 11/30/2021 3:13 PM Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\Table of Contents.docx DIVISION 10 SPECIALTIES .................................................................................................................................. 10-1 10.00 GENERAL ................................................................................................................................................ 10-1 10.05 Common Work for Specialties .......................................................................................................... 10-1 10.10 INFORMATION SPECIALTIES ......................................................................................................................... 10-1 10.14 Signs and Labels .............................................................................................................................. 10-1 10.14.01 Common Work for Signs and Labels ............................................................................................ 10-1 10.14.08 Electrical and Control Equipment Signage ................................................................................... 10-2 DIVISION 11 EQUIPMENT .................................................................................................................................. 11-1 11.00 GENERAL ................................................................................................................................................ 11-1 ϭϭ.ϭ5 Teŵporary Seǁage PuŵpiŶg DuriŶg CoatiŶg Reŵoǀal at Deǀil’s Elďoǁ Lift StatioŶ ........................... 11-1 DIVISION 12 FURNISHINGS (NOT USED) ............................................................................................................ 12-1 DIVISION 13 SPECIAL CONSTRUCTION (NOT USED) ........................................................................................... 13-1 DIVISION 14 CONVEYING SYSTEMS (NOT USED) ............................................................................................... 14-1 DIVISION 15 MECHANICAL ................................................................................................................................ 15-1 15.00 GENERAL ................................................................................................................................................ 15-1 15.05 Common Work for Mechanical......................................................................................................... 15-1 15.18.03 Valve Testing .............................................................................................................................. 15-2 15.20 PIPE AND FITTINGS.................................................................................................................................... 15-2 15.21 Common Work for Pipe and Fittings ................................................................................................. 15-2 15.21.02 Shackle (Threaded Rod) Restraints .............................................................................................. 15-3 15.22 Metal Pipe and Fittings .................................................................................................................... 15-5 15.22.02 Ductile Iron Pipe and Fittings....................................................................................................... 15-5 15.22.08 Brass/Bronze Pipe and Fittings .................................................................................................... 15-6 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer – Push on Joint ............................................. 15-7 15.30 VALVES .................................................................................................................................................. 15-7 15.31 Common Work for Valves ................................................................................................................ 15-7 15.32.05 Eccentric (Plug) Valves ................................................................................................................ 15-8 15.40 PIPING SPECIALTIES ................................................................................................................................... 15-9 15.40.03 Pipe, Valve, and Conduit Supports ............................................................................................... 15-9 DIVISION 16 ELECTRICAL ................................................................................................................................... 16-1 16.00 GENERAL ................................................................................................................................................ 16-1 16.05 Common Work for Electrical ............................................................................................................ 16-1 16.10 ELECTRICAL SITE WORK .............................................................................................................................. 16-7 16.10.1 Common Work for Electrical Site Work .......................................................................................... 16-7 16.10.2 Underground Marking Tape (Detectable Type) .............................................................................. 16-7 16.10.3 Handholes and Pull Boxes ............................................................................................................. 16-8 16.15 Grounding and Bonding for Electrical Systems .................................................................................. 16-9 16.20 UTILITY SERVICE ..................................................................................................................................... 16-10 16.21 Electrical Service ............................................................................................................................ 16-10 16.21.4 Circuit Breaker Service Disconnect Switch .................................................................................... 16-11 16.21.6 Manual Transfer Switch .............................................................................................................. 16-12 16.50 PANELBOARDS ....................................................................................................................................... 16-13 Table of Contents v 11/30/2021 3:13 PM Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\Table of Contents.docx 16.52 Panelboards .................................................................................................................................. 16-13 16.55 Switches and Protective Devices ..................................................................................................... 16-14 16.55.1 Common Work for Switches and Protective Devices ..................................................................... 16-14 16.55.16 Molded Case Circuit Breakers .................................................................................................... 16-15 16.55.17 Instantaneous Magnetic Trip Breakers ...................................................................................... 16-15 16.60 CONDUCTORS ........................................................................................................................................ 16-15 16.61 Low Voltage Wire and Cable .......................................................................................................... 16-15 16.63 Signal Cable ................................................................................................................................... 16-18 16.70 RACEWAYS, BOXES, AND FITTINGS .............................................................................................................. 16-19 16.71 Raceways ...................................................................................................................................... 16-19 16.90 POWER GENERATION .............................................................................................................................. 16-23 16.91 Engine Generator .......................................................................................................................... 16-23 16.91.2 Diesel Engine Generator Set ........................................................................................................ 16-23 16.92 Transfer Switches .......................................................................................................................... 16-35 16.92.2 Automatic Transfer Switch .......................................................................................................... 16-35 16.95 Testing .......................................................................................................................................... 16-37 16.95.1 Common Work for Testing .......................................................................................................... 16-37 16.90 TESTING, STARTUP, AND TRAINING ............................................................................................................. 16-39 16.90.1 Common Work for Testing, Startup, and Training ........................................................................ 16-39 16.91 Tests and Inspections ..................................................................................................................... 16-39 17.92 Startup .......................................................................................................................................... 16-40 16.95.3 Conductor Test Report ................................................................................................................ 16-42 16.95.4 Ground Electrode Resistance Test Report .................................................................................... 16-43 DIVISION 17 AUTOMATIC CONTROL (NOT USED) .............................................................................................. 17-1 DIVISION 18 MEASUREMENT AND PAYMENT ................................................................................................... 18-1 18.0 GENERAL .................................................................................................................................................. 18-1 Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup .................................................. 18-1 Bid Item 2 – COVID-19 Health and Safety Plan (CHSP) ................................................................................ 18-1 Bid Item 3 – Trench Safety and Shoring ...................................................................................................... 18-1 Bid Item 4 – Temporary Sedimentation and Erosion Control ....................................................................... 18-2 Bid Item 5 – Traffic Control ........................................................................................................................ 18-2 Bid Item 6 – Magnetic Markers.................................................................................................................. 18-2 Bid Item 7 – Vactor Piping Improvements .................................................................................................. 18-2 Bid Item 8 – Teŵporary Puŵp Systeŵ at Deǀil’s Elďoǁ LS .......................................................................... 18-2 Bid Item 9 – Landscape Restoration ........................................................................................................... 18-3 Bid Item 10 – Asphalt Restoration.............................................................................................................. 18-3 Bid Item 11 – Concrete Restoration............................................................................................................ 18-3 Bid Item 12 – Baxter Lift Station Mechanical .............................................................................................. 18-3 Bid Item 13 – Baxter Lift Station Electrical ................................................................................................. 18-4 Bid Item 14 – Deǀil’s Elďoǁ AĐĐess Road, Shoulder DitĐh StaďilizatioŶ ........................................................ 18-4 Bid Item 15 – Deǀil’s Elďoǁ AĐĐess Road, Asphalt DraiŶage Berŵ............................................................... 18-4 Bid Item 16 – Deǀil’s Elďoǁ Lift StatioŶ CoatiŶg Reŵoǀal ........................................................................... 18-4 Bid Item 17 – Deǀil’s Elďoǁ Lift StatioŶ MeĐhaŶiĐal.................................................................................... 18-5 Bid Item 18 – East Valley Lift Station Site Work .......................................................................................... 18-5 Bid Item 19 – East Valley Lift Station Electrical ........................................................................................... 18-5 Table of Contents vi 11/30/2021 3:13 PM Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\Table of Contents.docx Bid Item 20 – Operations and Maintenance (O&M) Manuals and On-site Owner Training .......................... 18-5 Bid Item 21 – Minor Change ...................................................................................................................... 18-6 Bid Item 22 – Prepare Construction Records............................................................................................... 18-6 APPENDIX A – TELEMETRY PANEL DRAWINGS 1-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. Division 1 General 1.10 GENERAL Sections in these specifications titled “Common Work for . . .” shall apply to all following subsections whether directly referenced or not. Sections in these specifications titled “Related Sections” shall be read as integral to the specification as if they were fully detailed within. All work and materials described in such sections shall be provided and performed by the Contractor. 1.11.00 Summary of Work and Project Description The Phase 2 Lift Station (LS) and Force Main (FM) Improvements consists of various mechanical, structural, electrical, and force main improvements on multiple lift stations: • This Phase 2 project includes the following sites: Baxter LS and FM, Devil’s Elbow LS and FM, and East Valley LS and FM. • The mechanical improvements include the following but are not limited to installation of pigging port access assemblies and vactor piping installation inside wetwells. • The structural improvements include the following but is not limited to removal of existing wet well coating. • The electrical improvements include the following but are not limited to rerouting secondary conductors, emergency engine generator installation and its ancillary equipment, modifying and replacing existing control panels. • The force main improvements include the following but is not limited to installation of RFID magnetic markers installation along force main alignment. • The site improvements at Devil’s Elbow LS site include the following but are not limited to slope stabilization, and storm drainage modifications. The construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration, asphalt restoration, and concrete sidewalk restoration. The construction will also require temporary pumping during the lift station shutdown for mechanical improvements, landscape restoration, asphalt, restoration, and concrete sidewalk restoration. 1.11.02 Reuse of Documents Contractor and any Subcontractor or Supplier shall not: 1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. Reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. 3. The prohibitions of this Paragraph will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 1.11.03 Electronic Data 1. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner to Contractor, or by Contractor to Owner, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. 2. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data’s creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 30 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 30-day acceptance period will be corrected by the transferring party. 3. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator. 4. Computer Aided Design (CAD) files will not be made available to the Contractor. This includes AutoCAD™, Civil3D™, or other similar file types. Only printed hard copies or electronic representations of hard copies (e.g. PDF) will be provided. 1.13 Permits and Licenses The Owner will pay all costs for (unless stated otherwise) and secure the following permits: • Right-of Way Permit (East Valley LS) The Contractor shall acquire and pay all costs for all other necessary permits which may include: • Electrical Permit • Disposal Permit • Mechanical Permit A copy of permits the Owner has acquired are available at the Owner’s office for examination by bidders. Conform to the requirements of these permits and all other permits issued for this project. Permits the Owner will acquire after the bid opening will be made available when received by the Owner. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. 1.15 Warranty The Contractor shall warrant all work and products for a period of one (1) year following the warranty start date except for those components and listed warrantees below. The warranty start date is the date the final payment (not retainage payment) is sent to the Contractor from the Owner. Warranties in addition to this warranty are listed in the following sections: • Division 2.13 Vegetation Protection • Division 2.90.01 Landscaping • Division 16.91.02 Engine Generator 1.30 ADMINISTRATIVE 1.31 Responsibilities 1.31.01 Contractor’s Responsibility The work included in this contract is shown on the contract plans and described in these project specifications. All work incidental and necessary to the completion of the work described and shown shall be performed by the Contractor. In submitting a bid for this project, the Bidder warrants that they are an expert in this and related work, that they understand the process and functions shown, and that various work and processes not shown but necessary for the successful operation of this project will be provided by the Contractor. The General (or Prime) Contractor is fully responsible for providing the subcontractors and suppliers with all relevant portions of the plans and specifications necessary to bid and construct the improvements. Damage to existing utilities or property shall be repaired or replaced by the Contractor at the discretion of the Owner. The Contractor and each of the Subcontractors are responsible for coordinating the required inspections. There are specific requirements for inspection 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 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. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. The Contractor is solely responsible for all elements of site safety. Inspections performed by the Owner are only to monitor and record that project plans and specifications are being complied with and construction is consistent with the design intent. The Contractor is responsible for managing, coordinating, and overseeing its subcontractors, suppliers, manufacturers’ representatives, or any other persons performing Work. The Contractor shall have a competent representative, familiar with the project and work being performed, on-site at all times. 1.31.01.01 Construction Inspection Scheduling Unless otherwise noted on the plans or within these specifications, 2-woking day prior notice shall be given to the Owner and appropriate reviewing agency for all inspections required for the construction of the project. 2-working day notice is defined as two complete working day notice. Time is not counted on weekends and holidays (inspections required on a Monday or the day after a holiday shall be scheduled a minimum of 2-working day in advance not including the holiday hours or weekend hours.) Contractor shall schedule and arrange for the following inspections and tests with the appropriate reviewing agency and testing company. • Special Inspections as required per IBC Division 17 and as noted on the drawings • Soils and crushed rock compaction • Asphalt materials and compaction 1.31.19 Contractor Conducted Progress Meetings The Contractor shall schedule and hold regular on-site progress meetings at least every two weeks and at other times as requested by the Owner or as required by progress of the work. The Contractor, Owner, and all Subcontractors active on the site must attend each meeting. Contractor to provide an agenda covering the following items at a minimum, as applicable. a. Review minutes of previous meetings. b. Review of work progress. c. Field observations, problems, and decisions. d. Identification of problems that impede planned schedule. e. Review of submittals schedule and status of submittals. f. Review of off-site fabrication and delivery schedules. g. Maintenance of progress schedule. h. Corrective measures to regain projected schedules. i. Planned progress during succeeding work period. j. Coordination of projected progress. k. Discussion of upcoming required inspections/approvals. l. Maintenance of quality and work standards. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. m. Effect of proposed changes on progress schedule and coordination. n. Safety issues relating to work. o. Other business relating to work. 1.32.16 Contractor Provided Schedule and Non-working Day Approval Contractor is responsible for providing an up-to-date construction schedule with each monthly pay estimate and at other times as requested by the Owner or as required by progress of the work. If the current schedule is still in-line with the previous schedule, the Contractor shall inform the Owner with each pay estimate. Non-working day requests shall also be submitted by the Contractor with each monthly pay estimate. Owner may delay monthly progress payments if Contractor fails to submit updated schedule and non-working day requests. 1.32.29 Owner Inspector’s Responsibility The Owner may elect to have a Consultant representative on site to inspect, monitor, observe and record construction progress. The Contractor maintains complete responsibility to verify construction is meeting the design intent and is being constructed in accordance with the plans and specifications. It is not the responsibility of the Consultant to address means and methods issues on site or to direct safety issues on site. The Consultant does not have the authority to stop the work. 1.33 Submittals 1.33.01 Submittal and Shop Drawings Submittals are required for all items installed on this contract. Address submittals to: RH2 Engineering, Inc. 22722 29th Dr. SE, Suite 210 Bothell, WA 98021 Attn: Marine Behr Email: mbehr@rh2.com Submittals may be provided in electronic format (preferred) or hard copy. Owner reserves the right to require the Contractor to provide hard-copy submittals at no additional cost to the Owner. When hard-copy submittals are provided, submit six (6) copies; one set will be returned to the Contractor after review. Electronic submittal via email is acceptable, however the Contractor shall follow up with the Owner to verify that the submittal was received. The Owner assumes no responsibility for emails that do not make it to the recipient. In the case of electronic submittals, only one copy will be returned to the Contractor, either electronically or hard copy at the Owner’s discretion. Submittal data shall contain sufficient information on each item to determine if it complies with the contract requirements. Submittal cutsheets and datasheets shall be annotated by the City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. Contractor to clearly indicate the equipment and materials that will be provided, including any options or additive items. No generic cutsheets or datasheets will be accepted. Items installed in the work that have not been approved through the submittal process shall be removed and an approved product shall be furnished, all at the Contractor’s expense. Shop drawing review will be limited to general design requirements only and shall not relieve the Contractor from responsibility for errors or omissions, or responsibility for consequences due to deviations from the contract documents. No changes may be made in any submittal after it has been reviewed except with written notice and approval from the Owner. Shop drawings shall be submitted on 8½-inch by 11-inch, 11-inch by 17-inch, or 22-inch by 34-inch sheets and shall contain the following information: • Project Name as it appears on the Document Cover. • Prime Contractor and Applicable Subcontractor. • RH2 Engineering. • Owner’s Name (City of Renton). • Applicable Specification and Drawings Reference. • A stamp or statement that the Contractor has checked the equipment for conformance with the contract requirements, coordination with other work on the job, and dimensional suitability. • A place for the Engineer to respond. (Engineer may elect to respond using the Engineer’s standard forms.) Submittals that do not comply with these requirements may be returned to the Contractor for re-submittal. The Contractor shall revise and resubmit as necessary. Acceptable submittals will be reviewed as promptly as possible and transmitted to the Contractor not later than 12 working days after receipt by the Engineer. Delays caused by the need for re-submittal shall not be a basis for an extension of contract time or delay damages. Shop drawings and submittals shall contain the following information: A. Drawings, dimensions, and weights. B. Catalog information. C. Model number, including descriptions for option and accessory codes. D. Manufacturer’s specifications. E. Special handling instructions. F. Maintenance requirements. G. Wiring and control diagrams. H. List of contract exceptions. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-7 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. The Contractor warrants that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers, and similar data, and have checked and coordinated each submittal with the requirements of the work and of the contract documents. The Owner will pay the costs and provide review services for a first and second review of each submittal item. Additional reviews shall be paid by Contractor by deducting up to $200 for each hour of review time from the next scheduled payment. The Contractor is responsible for identifying the shop drawings and submittals required for this project. Specific submittal requirements may be listed in each section of these specifications. Contractor shall keep a complete and up to date copy of all submittals and review responses at the job site readily available to the Owner for inspection. 1.33.02 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. No guarantee is made that product model numbers included in the specifications or on the plans are current at the time of bidding. The bidder shall provide pricing in their proposal for current versions of discontinued models. If the bidder is uncertain of the correct replacement model, or feels there is a price discrepancy, the bidder shall request a substitution following the requirements of section 1.33.02.01 Substitutions Prior to Bid Opening. Requests for price increases after award will not be accepted. 1.33.02.01 Prior to Bid Opening Before opening bids, the Owner may consider written requests from product suppliers or prime bidders for substitutions. All requests for substitution must be received by Owner a minimum of 7 working days prior to bid opening. Requests shall be accompanied by drawings and specifications in sufficient detail to allow the Owner to determine whether or not the substitute proposed is equal to that specified. All requests shall include a listing of any significant variations in material or methods from those specified. If there are no variations, a statement to that fact shall be included in the request for approval. The determination as to whether or not a proposed substitute is acceptable shall rest solely with the Owner. Approval of substitutions will be only by addendum. The bidder shall include, in the proposal, all costs for any modifications required to adopt the substitute. 1.33.02.02 After Contract Execution Within 30 calendar days after the date of the contract, the Owner shall consider formal requests from the Contractor for a substitution of products in place of those specified. Submit two copies of each request for a substitution. Data shall include the necessary change in construction methods, including a detailed description of the proposed method and related drawings illustrating the methods. An itemized comparison of each proposed substitution with product or method specified shall be provided. In making a request for a substitution, the Contractor represents that they have investigated the proposed product or method and has determined that it is equal or superior to the product specified. The Contractor shall coordinate the installation of accepted substitutions into the City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-8 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. work, making changes that may be required for the work to be completed. The Contractor waives all claims for additional costs related to substitutions. 1.40 QUALITY CONTROL 1.42.19 Reference Specifications Work under this contract shall be performed in accordance with applicable sections of the current Standard Specifications for Road, Bridge and Municipal Construction, Washington State Chapter, American Public Works Association, and Washington State Department of Transportation, hereafter referred to as the Standard Specifications. Certain other referenced standards used in this specification are from the latest editions of: • City of Renton Special Provisions • City of Renton Construction Administrative Code • City of Renton Amendments, Additions and Deletions to the International Fire Code • City of Renton Amendments to the International Building Code • IBC International Building Code • UPC Uniform Plumbing Code • IMC International Mechanical Code • IFC International Fire Code • NEC National Electrical Code • AWWA American Water Works Association • ANSI American National Standards Institute • ASA American Standards Association • ASTM American Society for Testing and Materials • WSEC Washington State Energy Code 1.50 CONSTRUCTION SUPPORT 1.51 Temporary Utilities Provide all necessary water for construction-related fire protection and utilities required by this contract, or by laws and regulations. Sanitary facilities adequate for all workers shall comply with all codes and regulations. At the close of this contract, the Contractor shall pay all utility bills that are outstanding, remove all temporary electrical, sanitary, gas, telephone and water facilities, and any other temporary service equipment that may remain. In addition, the Contractor shall arrange for the transfer of electrical and water accounts to the Owner’s name. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-9 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. The Contractor shall make all arrangements for the required construction power. Power is available at some locations on the construction site. The Contractor is responsible for reviewing what is available and providing what is required. The Contractor shall make arrangements for and provide all necessary facilities for the necessary water supply for construction at their own expense unless otherwise provided. 1.52 Temporary Facilities Construct and locate all field offices, all necessary gates and barricades, fences, handrails, guard rails, and securities required by this contract, or by laws and regulations. Provide shelters and dry facilities for the workers as required. Provide all guards, marks, shields, protective clothing, rain gear, and other equipment required by law, ordinance, labor contracts, Occupational Safety and Health Administration (OSHA) regulations, and other regulations for the maintenance of health and safety. Provide first aid kits and equipment as required by law. 1.54 Construction Aids The Contractor or product manufacturer may include work, materials, or components to aid in shipping, storage, installation, or other work for their convenience. Such items shall be removed prior to final project acceptance if they may interfere with the operation or maintenance of permanent work. Some examples include, but are not limited to: • Lifting eyes: Remove only if a safety concern, obstruction, or directed by Owner. • Picking holes: Plug holes of buried and exterior items, or if safety concern. • Intermediate or shipping bracing: Remove and dispose. • Protective shipping adhesives, coatings, or covers: Remove and clean residue. 1.55.26 Traffic Control Any traffic control activities required during construction shall be consistent with the Uniform Traffic Control Manual, latest edition and applicable local codes. The Contractor shall limit delay of traffic to 5 minutes. If flaggers are used, orientation meetings per WAC 296-155-305 of the Standard Specifications shall be held each time a new flagger is introduced to the site or if site conditions change significantly. The Contractor is responsible for scheduling such meetings. See Section 1-10, Temporary Traffic Control, of the Special Provisions of the Contract. 1.59 Site Control The Contractor shall not perform work activities, store materials or equipment, move equipment through, or disturb in any way the areas outside the “Building Construction Limits”, “Utility Construction Limits” and “Landscaping Construction Limits”, shown unless approved by the Owner in writing. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-10 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. 1.70 EXECUTION AND CLOSEOUT REQUIREMENTS 1.71 Examination and Preparation 1.71.23.16 Surveying and Staking The Contractor is responsible for surveying and staking and shall stake out the locations of the permanent easements, temporary easements, rights-of-way, and all major facilities shown on the Plans and establish bench marks at locations designated by the Owner. The Contractor shall protect all stakes and marks in their original conditions. If stakes and markings are destroyed or defaced before their use is ended, the cost of replacing them will be at the Contractor’s expense. All stakes, points, and marks, shall be administered and approved by a registered professional land surveyor licensed in the State of Washington. Provide approved and stamped survey notes, and control points to the Owner for as-built purposes. Contractor to survey the station line(s) and install pins or offset stakes every 50 feet within areas that will not be disturbed by construction. For utility work, 5-foot and 10-foot offset stakes must be provided for major components including, but not limited to: tees, valves, manholes, catch basins, changes in angle 45-degrees or more, and vaults larger than 4-foot square. Replace all damaged survey monuments in accordance with WAC 332-120. The Contractor shall comply with Section 1-11, Renton Surveying Standards, of the Special Provisions of the Contract. 1.75 Testing, Startup, and Operation 1.75.16 Startup Procedures 1.75.16.10 Startup See the Automatic Control section for control system startup. Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Startup shall not occur on a Saturday, Sunday, Monday, Friday, on an Owner recognized holiday, or the day before or after an Owner recognized holiday unless approved in advance by the Owner. Technically qualified product representatives shall be present for the startup phase. All representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and equipment are functioning correctly. Authorized manufacturer’s representatives shall be provided for the following items: • Pump as retrofitted • Automatic Control City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-11 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. • Electrical generator 1.75.16.12 Startup and Testing Coordination The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The placing of all improvements in service shall consist of three parts: “testing”, “startup”, and “operation”. Not less than 20 working days before the anticipated time for beginning testing, the Contractor shall notify and submit to the Owner for approval, a complete plan for the following: 1. Schedules for tests: A. Telemetry Panel Factory Demonstration Test (at panel shop) B. Pumps and motors C. Control system D. Emergency power system 2. Detailed schedule of procedures for startup. 3. Complete schedule of events to be accomplished during testing. 4. An outline of work remaining under the contract that will be carried out concurrently with the operation phases. Failure to provide proper notification to the Owner may lead to liquidated damages if schedule cannot be maintained . If rescheduling is required because components are not ready for testing, the notification requirements are reset as needed to provide 15 working days advance notice to reserve the Engineer’s and/or Owner Representatives’ time. The Contractor shall arrange for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. Measuring devices must be functional, accurate, legible, and scaled appropriately for the test. The Owner has the right to reject or require verification for any measuring device the Owner suspects in its accuracy. At a minimum, the Contractor shall provide: • Calibrated pressure gauge(s) (max scale of 120% to 200% of test pressure) • Air compressor • Voltmeter • Amp meter. • Load Bank (generator testing) • Sound Level (dB) measuring device (generator testing) City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-12 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. 1.75.16.20 Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, do not cover up or test the work without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor’s expense. All necessary equipment shall be set up and the work given a preliminary test so that defects may be discovered and repaired prior to calling out the Owner to witness the test. Not less than five working days before the anticipated time for beginning the testing, the Contractor shall provide a list of representatives that will be attending the testing. The Owner may request additional representatives at no additional cost if said representatives are identified in these specifications. Qualified product representatives to be on site for the following equipment, at a minimum: • Pumps • Generator (Refer to Division 16 for testing requirements) Additional representatives required may be identified elsewhere in these specifications. 1.75.16.22 Scheduling of Owner Review for Testing See Division 1.75.16.10 for scheduling and notification requirement s. The Contractor shall provide notification two working days and two working hours (to confirm readiness) of the scheduled test(s) to the Owner confirming that the Contractor has successfully completed all preliminary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer’s representatives, and all other items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation or meet any of the testing requirements will constitute a failed test in accordance with the section Inspection and Tests of the General Conditions. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 2 working days ahead of actual testing. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $200 per hour per Owner Representative on site (minimum of $400 per scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner at their discretion. The Contractor must have all systems pre-tested prior to calling the Owner for formal testing. The Contractor is required to have all systems pre-tested to their satisfaction prior to calling the Owner for formal testing. 1.75.16.32 Pump Testing See the applicable pump sections of these specifications for pump testing requirements. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-13 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. 1.75.16.40 Electrical and Control Systems Testing See also the applicable electrical sections for electrical system testing. The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete: • Temperature sensor and alarms • Local control • Automatic control 1.78 Closeout Submittals 1.78.23 Operation and Maintenance Data Detailed requirements for specific equipment and systems may also be included in their respective specification sections. Failure to provide acceptable final documentation including operation and maintenance (O&M) manuals and as-built drawings will result in non-payment of the appropriate bid item in the schedule of prices. At a minimum, provide O&M information for the following: • Generators • Transfer switches • Electrical systems Remove and preserve all tags and instructions that come packaged with or attached to equipment. Deliver all such documents to the Owner bound in a three-ring binder or with the O&M Manual. Insert documents in sleeves if they cannot be punched. Scan all such documents to Portable Document Format (PDF) and provide with the O&M Manual. Prior to the receipt of payment for more than 90 percent of the work, deliver to the Owner acceptable manufacturer’s instructions covering equipment and systems O&M procedures, for coatings furnished under this contract, and any additional items indicated by the Owner. The operating and maintenance instructions shall include, as a minimum, the following data for each coating and equipment item: Products A. Identification including brand name, model number, and serial numbers. B. Date of manufacture and date of installation on job site. C. Complete as-built elementary wiring and one-line diagrams. D. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. Maintenance A. Recommended spare parts. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-14 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. 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-annual, and annual maintenance. D. Disassembly and re-assembly instructions including parts identification and a complete parts breakdown for all equipment. E. Weights of individual components of each item of equipment weighing over 50 pounds. F. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. G. All manufacturers’ warranties. Include name, address, and telephone number of the manufacturer’s representative to be contacted for warranty, parts, or service information. H. Provide USB flash drive utilized in the manufacturer’s instruction program. Operation A. Recommended trouble-shooting and startup procedures. B. Recommended step-by-step operating procedures. C. Emergency operation modes, if applicable. D. Normal shutdown procedures. E. Long term shutdown (mothballing) procedures. F. Equipment specifications and guaranteed performance data. G. General manuals which describe several items not in the contract will not be accepted unless all references to irrelevant equipment are neatly eradicated or blocked out. All operations and maintenance manuals shall be in PDF electronic file format. The PDF files shall be based upon the following types of sources: original PDF files from the manufacturers and / or PDF files created directly from other electronic file formats such as .doc, .docx, .xls, .xlsx, or .dwg but not image formats such as .jpg or .TIF. The use of image formats may be approved, but on a case by case basis. In general, scanning hardcopies into PDF files is not acceptable. Doing so may be approved, but on a case by case basis. Use standard page sizes which are: • 8½ inches by 11 inches • 11 inches by 17 inches • 22 inches by 34 inches Manuals shall be assembled and indexed so that information on each coating and piece o f equipment can be readily found. The Contractor shall secure and deliver to the Owner all equipment warranties and other warranties and guarantees required for all equipment and processes. Delivery shall be done at City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-15 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. one time covering all major and minor equipment warranties. Copies of the warranties shall be included in each O&M Manual. 1.78.39 Project Record Documents Prior to receiving final payment for the work, delive r a complete set of “As-Constructed” records (also called as-built, or record plans) to the Owner. The Owner has sole discretion to determine if the records provided are legibly and accurately presented and may request revisions, which shall be provided by the Contractor at no additional cost. Records shall be made as follows or as approved by the Owner: • Yellow markings or highlights = deleted items • Red markings = new or modified items Provide “as-constructed” information on all items and work shown on the plans showing details of the finished product including dimensions, locations, outlines, changes, manufacturers, etc. The information must be in sufficient detail to allow the Owner’s personnel to locate, maintain, and operate the finished product and its various components. The Contractor shall comply with Section 1-05.4(2), Contractor Provided As-built Information, of the Special Provisions of the Contract. See also electrical plan requirements in Division 16.05. 1.79 Demonstration and Training 1.79.10 Training At the time that the facility is ready to be put into operation, the Contractor is to conduct an operation and maintenance training meeting with the Owner to explain in detail the operation and maintenance requirements of each of the facility’s components. The training meeting shall not occur on the same days as a startup. Operation of the facility shall commence immediately after completion of testing, startup, and training and after satisfactory repairs and adjustments have been made. 1.80 PERFORMANCE REQUIREMENTS 1.81 Facility Performance Requirements 1.81.30 Seismic Restraint and Anchorage Contractor shall furnish seismic restraint for all equipment, piping, valves, conduit, and other mechanical and electrical components. Seismic restraint shall be designed to meet IBC (ASCE 7 Chapter 13 – “Seismic Design Requirements for Nonstructural Components”) code requirements. The following design values shall be used in calculating seismic forces: Ip = 1.5 Sds = 1.15g Seismic Design Category = D A complete seismic restraint system shall be provided including struts, straps, bolts, nuts, washers, etc. as required for secure attachment to foundations, pads, ceilings, floors, and/or walls. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 1 1-16 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\1 General.docx 11/30/21 3:06 PM © 2021 RH2 Engineering, Inc. Special Certifications are required for the following systems for Seismic Design Categories C, D, E, and F. Systems shall be certified in accordance with ASCE 7, 13.2.2. 1. Mechanical and electrical equipment that must remain operable following the design earthquake. All mechanical and electrical equipment installed under this project falls under this category. 2. Components with hazardous contents. All materials and fabrication shall be as required in these specifications. Contractor shall submit this information to the Owner for review prior to fabrication and installation. Install seismic restraints when called for in the contract or recommended by the product manufacturer. Install in accordance with the manufacturer’s requirements as applicable. Seismic restraint systems shall be installed so as not to interfere with normal operations and maintenance of the equipment and other components as shown on the plans. Interference with normal operations and maintenance shall be as determined by the Owner. Drilled-in anchors for non-rotating equipment shall be Concrete Anchors unless otherwise specified. 1.81.45 Location Designations The following location designations shall be used except where otherwise noted on the plans: Dry Locations: Indoor continually dry areas including office, laboratory, blower, and electrical rooms. Wet Locations: All locations exposed to the weather, whether under a roof or not, or within channels, basins or tanks. Damp Locations: Process areas; areas containing pumps, valves, and major piping; all spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank, unless otherwise designated on the Plans. Any areas which do not fall within the definitions for dry, wet, or corrosive shall be considered damp. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed, sewer wetwells and sewer manholes. Immersed or Submerged Locations: Areas which are periodically, or continuously submerged in, or contain a liquid. 2-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Division 2 Sitework 2.00 GENERAL Sections in these specifications titled “Common Work for . . .” shall apply to all following subsections whether directly referenced or not. 2.05 Common Work for Exterior Improvements This division covers the work for providing materials and performing all sitework as described in these specifications and as shown on the Plans. Part 1 - General Submittals Submittal information shall be provided to the Owner for the following items: • Erosion and Sedimentation Control Plan • Erosion Control Mat • Rock; Rip Rap; Quarry Spalls • General Fill • Trench Backfill • Crushed Surfacing • Paving • Hydroseed Other items listed in this section or required by the Owner. 2.07 Geotechnical Investigations An exploration of subsurface soil and groundwater conditions at the Devil’s Elbow Lift Station project site were performed by RH2 Engineering, Inc. The results of the investigation are available upon request. On May 17, 2017, RH2 conducted a reconnaissance of the access road to observe soil and geologic units; evidence of slides, springs and seeps on the slopes above and below the access road; and stream conditions in Honey Creek and the area surrounding the lift station. RH2 observed groundwater seepage discharging from the colluvium and outwash on the inslope areas above the access road. This groundwater seepage is a persistent source of water on the slope and contributes to the widespread small slides observed along the slope. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 2.08 Special Inspections for Earth Work Part 3 – Execution Field Quality Control Special inspections including visual, probing of subgrade, and/or verification of compaction effort (using nuclear densometer or probe) are required for the following locations: • Trench or spot utility excavation backfill crossing roads and parking areas (visual, probe and nuclear densometer testing), i.e. where magnetic marker elements will be placed. • Road and parking area fill and native subgrade (visual, probe, and nuclear densometer testing if found necessary by the Owner) • Crushed surfacing under roads, parking areas, and structures (visual, probe, and nuclear densometer testing) 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 Owner prior to placement of any material overtop. Contractor shall coordinate with the Owner a minimum of 24 hours prior to inspection being needed. The Contractor shall fully cooperate with the special inspector, including providing safe access to the testing areas. No extra compensation will be provided for cooperation with and facilitation of inspections. 2.10 SITE PREPARATION 2.10.02 Clearing and Grubbing Part 3 - Execution Construction Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other items noted on the Plans within the construction limits and shall conform to Section 2-01 of the Standard Specifications. Protect trees and tree roots, structures and foundations, utilities, fences, and all other existing improvements not being removed regardless if shown to be protected on the Plans. Do not remove organic material including plants, grasses, trees, and native topsoil unless directed on the Plans. Where the Contractor is allowed to clear areas to facilitate construction but is not required to, restore any areas disturbed by construction to existing or better condition including matching surface restoration with seed, sod, or plantings as shown in adjacent areas required to be modified by the Plans. Restoration shall be completed at no additional cost to the Owner. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 2.11 Earthwork Materials 2.11.01 Common Work for Earthwork Materials Part 1 - General Acceptance at Site Owner will review the site near the end of each pay period to determine the equivalent percentage of earthwork completed compared to the total earthwork lump sum price. Contractor will be paid based on the Owners judgement of percentage completed. Part 2 - Products Source Quality Control All imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides, hazardous volatile organic compounds (VOCs) and synthetic organic chemicals (SOCs). Provide certification to the Owner that the fill is free of these chemicals. 2.11.02 General Fill Part 1 – General Summary All fill not specifically defined as another type shall be “General Fill”. References Section 9-03.14(3) Common Borrow of the Standard Specifications. Part 2 – Products Components General fill shall be soil free of organics, debris, and other deleterious materials, with no individual particles having a maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as general fill. Part 3 – Execution Installation/Construction Compact general fill in uniform layers not exceeding 12 inches in loose thickness and to at least 90 percent maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.03 Structural Fill Part 1 – General Summary All fill placed below and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, and drives shall be “Structural Fill” unless other fill materials are City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. specifically shown on the Plans. The structural fill material has been selected to support the weight of the structure in combination with the existing native material and to prevent adverse movement during an earthquake. Take particular care to maintain the integrity of the design by using structural fill where shown. References Structural fill for foundation subgrades, or where free drainage is not required through the structural fill shall conform with 9-03.14(2) “Select Borrow” of the Standard Specifications. Part 2 – Products Components When structural fill will be used around pipes, 100-percent of the material shall pass a 1-inch sieve. Structural fill shall be soil free of organics, debris, and other deleterious materials. The Owner will determine if native on-site materials are suitable for use as structural fill. Part 3 – Execution Installation/Construction The moisture content of the material and weather conditions at the time of placement will be used to determine the suitability of native materials for backfill as structural fill. Structural fill shall bear on firm base and be placed in uniform layers not exceeding 8 inches in loose thickness. The backfill area must be free of standing water and the subgrade soils must be stable. Each layer of structural fill shall be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. 2.11.05 Trench Backfill Part 1 – General Summary All fill placed above the pipe bedding in a trench shall be “Trench Backfill”. The trench backfill material has been selected to distribute surface loads over the utility. The grain size has been selected so that the trench backfill will not migrate into the pipe bedding or trench walls. Take particular care to maintain the integrity of the utility design by using the appropriate trench backfill material where shown. References Trench backfill shall consist of materials conforming to Section 9-03.19 “Bank Run Gravel for Trench Backfill” of the Standard Specifications or as approved by the Owner. Part 3 – Execution Installation/Construction Place and compact trench backfill above the pipe bedding to finished grade elevations in unrestored areas or to subgrade elevations in restored areas. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. In unimproved or landscaped areas place trench backfill in uniform layers not to exceed 12 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 (modified) test procedure. In areas where the trench will support roadways or vehicle access areas, trench backfill shall be placed in uniform layers not to exceed 8 inches in loose thickness. Each lift is to be compacted to at least 95 percent of its maximum dry density based on the ASTM D-1557 test procedure (modified proctor) from 0 to 4 feet below finished surface and 90 percent below 4 feet. 2.11.07 Gravel Base Course Part 1 – General Summary All fill placed directly under and against paving, foundations, and structures shall be “Gravel Base Course” unless otherwise called out on the Plans. References Aggregate for gravel base course under roadways, paved areas, sidewalks, and for gravel areas shall conform to Section 9-03.9(3) Crushed Surfacing Base Course of the Standard Specifications. 2.11.08 Gravel Top Course Part 1 – General Summary Gravel travelled surfaces shown on the Plans shall be “Gravel Top Course”. Gravel top course may also be required directly under paving by the road jurisdiction or if shown on the plans. References Aggregate for gravel top course shall conform to Section 9-03.9(3) Crushed Surfacing Top Course and Keystone of the Standard Specifications. 2.11.20 Geotextile Fabric Part 1 – General Delivery, Storage, and Handling Ship, store, place, overlap, and secure fabric based on manufacturer requirements. Part 2 – Products Materials Select geotextile fabric to meet the requirements based on place and purpose of use. Geotextile fabric placed between quarry spalls and fill to separate soil fines shall be equal to Tencate Mirafi 160N. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Other locations may require a specialized geotextile fabric and if so shall be identified in the Plans. 2.12 Road Surfacing 2.12.02 Cement Concrete Pavement Part 1 – General References Cement concrete sidewalks, equipment pads, and surfaces generally shall meet the requirements of Division 3. Construction shall comply with Section 5-05 of the Standard Specifications. Part 3 – Execution Examination Evidence of pavement damage such as surface cracking, ponding, or other variations in surface consistency shall be investigated by the Contractor and reported to the Engineer. Construction Pavement areas damaged by construction activities shall be removed and reconstructed at the Contractor’s expense to the road agency’s standards. Adjust manhole covers, valve covers, survey markers, and other existing surface features to the finished grade of the new surfacing in conformance with the local road agency standards. Otherwise, set as follows: • Storm sewer grates: 0.10 foot below finished grade. • Valve boxes, manhole covers, survey markers: 0.00 to 0.01 foot below finished grade. 2.12.03 Hot Mix Asphalt (HMA) / Asphalt Concrete Pavement (ACP) Part 1 – General Definitions The Plans and specifications may call out Hot Mix Asphalt (HMA) or Asphalt Concrete Pavement (ACP). The terms are synonymous. References Hot Mix Asphalt (HMA) shall comply with Section 5-04 of the Standard Specifications. All HMA shown on the Plans shall be Commercial HMA unless otherwise noted. Furnish, place, spread, and compact to the thickness shown on the Plans. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-7 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Part 1 - General Warranty Trees or shrubs to be protected that become damaged or die within one year of acceptance shall be remedied or replaced by the Contractor at the discretion of the Owner with plants of the same species and size. Part 3 – Execution Installation/Construction Individual trees and areas shown to remain shall be protected by high visibility construction fence. Install fencing before site preparation, grading and clearing and grubbing operations. Under no circumstances shall the Contractor, for convenience, or ease of construction, or any other reason not approved by the Owner, remove existing trees that are not designated to be removed. No work may commence until protective fencing is in place and approved by Owner’s Representative. Prior to installation, stake the location of protection fencing for approval by the Owner. Location stakes or marking shall be placed not greater than 20 (twenty) feet on center. Fencing shall be constructed and located to protect vegetation from physical or chemical damage, flame, smoke, heat, and damage to, or compaction of roots. Construction access, vehicle or equipment parking, material storage or material disposal will not be allowed within drip lines of existing trees to remain. Excavate within drip line of trees only where shown. Where trenching for utilities is required within drip line, tunnel under or around roots by methods that do not tear or compromise the health of the roots. Do not cut main lateral roots or tap roots. Where pruning is shown on the plans, or allowed by the Owner, cut branches with sharp and clean pruning instruments and do not break or chop. Prune flush with trunk surface. Field Quality Control The Contractor shall notify the Owner prior to cutting roots over 4 inches in diameter. Treat cut roots over 1-inch in diameter and cut branches 2-inch and larger with asphaltic pruning paint. 2.13.3 Selective Tree and Shrub Removal Part 3 – Execution Installation/Construction Trees and shrubs which are to be removed as indicated on Plans shall be removed completely including roots, stumps, branches, and stems, or as directed by Owner unless shown otherwise on the Plans. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-8 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 2.20 EARTH MOVING 2.23 Excavation Part 1 – General Summary Excavate as necessary to construct the improvements shown. Part 2 – Products Materials All excavated material below the organic layer can be re-used as backfill if it is properly protected from water saturation, meets the specification for the backfill purpose, and is approved by the Owner. Approval of material as backfill will be made the moment before placement of the material as backfill. Weather conditions may make previously approved material unsuitable for backfill requiring the material to be removed from the project site. Excavated material that is not used as backfill shall be disposed off-site. All permits for the disposal of excavated material shall be obtained by the Contractor. A copy of all permits and the locations of each disposal site shall be submitted to the Owner. Part 3 – Execution Installation/Construction Excavation includes the digging, scraping, and removing existing native material, abandoned or interfering utilities, abandoned or interfering structures, and any other obstacles necessary for the construction of the improvements. Excavation includes utility excavation, structural excavation, and grading excavation. Perform utility excavation to the depths necessary to complete the utility work shown. Perform structural excavation to the limits shown and established by the Owner. Extend the base of the excavation laterally a minimum of 1-foot beyond the structure unless specified otherwise on Plans. Excavated material may be stockpiled within the construction limits. Temporary stockpiling of excavated material will not be permitted outside the construction limits at any time. Examination The Owner will evaluate the base of the excavation to determine if it is suitable for backfilling. The Owner will evaluate the stability of the base of excavation by determining if all significant organic soils or other unsuitable materials have been removed. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-9 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 2.25 Temporary Erosion and Sedimentation Control 2.25.4 Temporary Storm Water Pollution Control (No SWPPP) Part 3 – Execution Field Quality Control The Contractor shall be responsible for meeting all construction stormwater discharge water quality requirements including State of Washington (WAC 173-220-020), Construction Stormwater Permit requirements and local requirements regardless of weather conditions. If the project is fined by the permitting authority, that fine shall be paid by the Contractor at no additional cost to the Owner. 2.50 EXCAVATION SUPPORT AND PROTECTION 2.51 Contractor Designed Shoring Part 1 - General Summary Where shoring, sheet piling, sheeting, bracing, lagging, or other supports are necessary to prevent cave-ins or damage to existing structures, it is the responsibility of the Contractor to design, furnish, place, maintain, and remove supports in accordance with applicable laws, codes, and safety requirements. References Chapter 296-155 of WAC, “Safety Standards for Construction Work, Part N, Excavation, Trenching, and Shoring”. OSHA Quality Assurance Where the Contractor is required to provide the shoring design, it shall be prepared by a competent person as defined by WAC 296-155-650. Before beginning any excavation that is governed by the shoring requirements, the Contractor shall submit their stamped shoring plan and calculations to the Owner for approval. The stamp must be present on all Plans and calculations, and all submittals must be approved by the Owner prior to starting work. Part 3 - Execution Installation/Construction Design, planning, installation, and removal of sheeting, shoring, sheet piling, lagging, and bracing shall maintain the undisturbed state of soil below and adjacent to excavation. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-10 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 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. Part 3 – Execution Installation/Construction The Contractor shall take precautions to warn, protect, and prevent the public from all hazards that exist on site due to demolition or construction operations. Surround stockpiled debris 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. Collect and clean surface water runoff that is contaminated with site debris, silt, or other material that adversely affects water quality prior to discharge . On-site collection ponds may not be used to keep silt laden water from entering the storm water collection system. Do not use water to control dust when its use may create hazardous or objectionable conditions such as ice formation, flooding, or pollution. Minimize the amount of dust and other airborne particles caused by any demolition, excavation, stockpiling, or removal activities. Implement dust control measures 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. Remove water runoff accumulation from the site prior to project completion. Cleaning Keep the construction area clean and orderly. 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, roofing splashes, or other marks or defects. Upon completion, restore site and 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. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-11 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 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. 2.90 LANDSCAPING 2.90.01 Common Work for Landscaping Part 1 – General Submittals In addition to Division 2.05, provide the following information. • Written maintenance instructions recommending proper procedures for maintenance of plant materials. • Top Soil – Submit the data for topsoil to be used as determined by an approved testing lab. Data shall include percentage of organic content as determined by incineration process and recommendations on type and quality of additives required to establish satisfactory pH factor, organic content, and supply of nutrients to bring the soil to a satisfactory level for planting. Delivery, Storage, and Handling Deliver fertilizers in original, unopened and undamaged containers that list weight, analysis. and name of manufacturer. Store in such a manner as to prevent wetting and deterioration. Take all precautions customary in good trade practice in preparing plants for transplanting. Spray deciduous plants in foliage with an approved “Anti-Desiccant” immediately after digging to prevent dehydration. Dig, pack, transport, and handle plants with care to ensure protection against injury. If plants cannot be planted immediately upon delivery, properly protect them with soil, wet peat moss, or in a manner acceptable to the Owner. Water plantings as necessary to keep them alive and in healthy condition. Provide dry, loose topsoil for planting bed mixes. Project/Site Conditions Prevent damage to existing features, pavement, utility lines, areas to receive planting and other features remaining as part of final landscaping and/or site improvements. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-12 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Quality Assurance The Contractor, with the approval of the Owner will select a qualified testing laboratory to test and inspect operations under this Section at the Contractor’s expense. Notify testing laboratory of times for inspections. Notify Owner if any undesirable conditions are met during construction so that supplemental recommendations can be made. Comply with sizing and grading standards of the latest edition of “American Standard for Nursery Stock.” A plant shall be dimensioned as it stands in its natural position. Warranty Warrant trees, shrubs and ground cover for the period as stated in the Warranty section of Division 1 against defects including death and unsatisfactory growth, except for defects resulting from negligence by Owner, abuse or damage by others or unusual phenomena or incidents beyond the Contractor’s control. Replace, in size and kind and in accordance with the Plans and Specifications, all plants that are dead or, as determined by the Owner, in an unhealthy or unsightly condition, or have lost their natural shape due to dead branches or other causes due to the Contractor's negligence. Such replacement(s) will be at Contractor’s expense. Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, unusual floods, freezing rains, lightning storms, sustained winds over 75 miles per hour, or other catastrophic “Acts of God”. Winter kill caused by extreme cold and severe winter conditions not typical of planting area, unanticipated acts of vandalism or negligence on the part of the Owner and damage caused by wildlife, shall not be covered under this warranty. Maintenance The plant establishment period is 365 days. Maintenance of landscaping installed as part of this contract is fully the responsibility of the Contractor during the plant establishment period. During the plant establishment period, it shall be the Contractor’s responsibility to ensure the continued growth of all plant materials. This care shall include, but not be limited to, the following: labor and materials necessary for removal of foreign materials, weeds, dead or rejected plant materials and lawn; the replacement of all unsatisfactory plant materials planted under this Contract in kind and size; and fertilizing to maintain a healthy growing condition and visually pleasing site. Water trees, plants, and groundcover within the first 24 hours of initial planting, and in sufficient amounts thereafter to keep plant materials in a healthy growing condition. Provide maintenance reports to Owner’s Authorized Representative monthly, indicating procedures, fertilizing, defective material, etc. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-13 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Part 2 – Products Materials A complete list of plants, including a schedule of sizes, quantities and other requirements is shown on the Plans. If quantity discrepancies or material omissions occur in the plant materials list, the planting Plans shall govern. All plants shall be nursery grown under climatic conditions similar to those in the project locale for a minimum of 2 years or transplanted from on-site. All potted plants shall be grown in the containers in which they are sold for a minimum of one year. Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable, at no additional cost, providing that the larger plants will not be cut back to size indicated. Provide plants indicated by two measurements so that only a maximum of 25 percent are of the minimum size indicated and 75 percent are of the maximum size indicated. Part 3 – Execution Examination Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected and approved by the Owner’s Authorized Representative. Notify Owner’s Authorized Representative at least 7 working days prior to installation of plant material. The Owner will make final inspection to determine acceptance of planted areas, upon Contractor’s request. Provide notification at least 10 working days before requested inspection date. Planted areas will be accepted, provided all requirements, including maintenance, have been complied with and plant materials are alive and in a healthy, vigorous condition after final acceptance of the project. Upon one year after Substantial Completion, the Owner will assume plant maintenance. Repair/Restoration Replace all dead plant materials within thirty (30) days of discovery. Re-set settled plants to proper grade and position. Restore planting saucer and adjacent material and remove dead material. Tighten and repair guy wires and stakes as required. Correct defective work as soon as possible after deficiencies become apparent and weather and season permit. Field Quality Control Provide plant material record Plans legibly recording actual construction indicating horizontal and vertical locations, referenced to permanent surface improvements . Identify field changes of dimension and detail any changes. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-14 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Cleaning During landscape work, keep adjacent areas clean and work area in an orderly condition. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris, and equipment as instructed by Owner. Repair damage resulting from planting operations. Remove temporary irrigation systems when no longer needed and approved by the Owner. 2.90.3 Soil Amendments 2.90.3.1 Commercial Fertilizer Part 2 – Products Materials Each tree and shrub shall receive “AgSafe Tabs” (or equal). Plant tablets at the time of planting at the following rate: Plant Size Tablet Size No. of Tablets Gallon 10 gram 1-2 Gallon 21 gram 2-3 Cal. Inch of tree 21 gram 2 per inch Height of tree 21 gram 2 per foot of height For application to tree/shrub/groundcover beds three months after initial planting: Provide fertilizer with not less than 18-percent total nitrogen, 8-percent available phosphoric acid and 9-percent total potash. P and K to come from Controlled Release Polymer Coated-based nitrates. 2.90.3.3 Mulch Part 2 – Products Materials Mulch for slopes less than 2H:1V: Shredded plant waste as described above or commercially available straw. Straw shall not include Reed Canary grass. Mulch for slopes 2H:1V or steeper: Nutramulch compost or approved equal. Mulch shall meet the minimum MUM Standards established by the Washington State Department of Ecology per WAC 175-304-300 and 400. Part 3 – Execution Installation Plant Waste or Straw: Spread to a uniform thickness of 2-inches in thickness unless otherwise shown on the Plans. Blend into the soil. Nutramulch: Premix with soil at 1/3 mulch to 2/3 soil ratio for 3-inch depth or apply 1.5-inch depth and till into the soil. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-15 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. 2.90.10 Topsoil Part 2 – Products Materials Import topsoil shall be naturally occurring surface soil with a maximum sand content of 60 percent. Topsoil shall have no evident rocks or debris over ½-inch Acidity pH range shall be between 5.0 and 6.5. Organic matter content shall be 10 to 20 percent by dry weight. Add dolomite limestone, if required, to obtain pH. Limestone, if used, shall be finely ground, passing a minimum of 90 percent through the U.S. Standard No. 8 sieve and 20 percent through the U.S. Standard No. 100 sieve. Add approved nutrients, if required, to bring nutrients to a satisfactory level for planting as recommended by a qualified testing laboratory (exclude nitrogen, potassium, and phosphorus). Part 3 – Execution Installation In planter areas, soil excavated shall be mixed with organic compost in a ratio of 1/3 organic compost to 2/3 sandy loam. In seeding areas, place topsoil and rake or blade to a smooth, consistent surface. Do not compact. Install 2-inch depth topsoil unless specified otherwise on the plans or within the specific seeding/planting specification section. Dispose of excess soil per the Owner’s instructions. 2.90.11 Hydroseed Part 1 – General Related Sections • Division 2.90.21 Erosion Control Matting Scheduling Apply hydroseed within the optimum seeding windows whenever possible. Hydroseed may be used for temporary erosion control only with the approval of the Owner. Time construction practices to minimize bare, cleared, and excavated areas so that surfaces are hydroseeded and seed germinates and grows stabilizing surfacing as soon as possible . The optimum seeding windows are April 1 through June 30 and September 1 through October 1. Seeding that occurs between July 1 and August 30 will require irrigation until 75 percent grass cover is established. Seeding that occurs between October 1 and March 30 will require a mulch layer 2-inches thick until 75 percent grass cover is established. Maintenance Provide temporary irrigation, mulch or plastic sheeting (plastic sheeting for short term protection only, 7 days maximum) to hydroseeded areas as required for establishment and to protect the seed from construction activities at no additional cost to the Owner. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-16 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Part 2 – Products Materials Hydroseed applications shall include a minimum of 1,500 pounds per acre of mulch with 3 percent tackifier. Mulch may be made up of 100-percent: cottonseed meal; fibers made of wood, recycled cellulose, hemp, and kenaf; compost; or blends thereof. Tackifier shall be plant-based, such as guar or alpha plantago, or chemical-based such as polyacrylamide or polymers. Mulch or tackifier product used shall be installed per manufacturer’s instructions. Areas that have seed applied by hand shall have a minimum 2-inch thick layer of compost- based mulch or 1-inch layer of topsoil. Slow-release fertilizers shall be used. Fertilizer shall not be agitated more than 20 minutes in the hydromulch machine before it is to be used. On 2H:1V slopes and less, Bonded Fiber Matrix (BFM) or Mechanically Bonded Fiber Matrix (MBFM) products may be used in lieu of erosion control mat. BFM/MBFM products are applied with approximately 10 percent tackifier. BFM/MBFM shall be allowed to cure 24-36 hours before rainfall and shall not be installed on wet or saturated soils. Western Washington Hydroseed Mix Install seed, fertilizer, and mulch for hydroseed mix at the following application rates: Seed 180 pounds per acre Fertilizer 90 pounds per acre, 10-4-6 Nitrogen-Phosphorus-Potassium (N-P-K) Mulch 1,500 pounds per acre BFM/MBFM 3,000 pounds per acre (for 2H:1V slopes and steeper) Part 3 – Execution Preparation Install 2-inches of import topsoil over areas that will be seeded. The seedbed should be firm and rough. All soil should be roughened regardless of slope. If compaction is required, slopes must be track walked before seeding. Backblading or smoothing of slopes greater than 4H:1V is not permitted if they are to be seeded. Installation All disturbed surfaces within the project not otherwise covered by asphalt, gravel, quarry spalls, concrete, or other plant material/landscape items shall be hydroseeded, except ditches and swales may have seed applied by hand. Apply seed prior to installing erosion control blankets. Field Quality Control These specifications are the minimum requirements for the anticipated conditions. The Contractor is responsible to ensure seeded areas establish ground cover and to provide any additional measures necessary to establish ground cover in seeded areas. Any seeded areas that fail to establish at least 75-percent cover (100-percent cover for areas that receive sheet or concentrated flows) shall be reseeded at no additional cost to the Owner. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-17 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Provide a temporary irrigation system until growth is established if hydroseeding is applied between April 1st and October 1st in Western Washington or Oregon, or for any work at any time in Eastern Washington. Remove temporary irrigation systems when no longer required. 2.90.12 Potted Plants and Trees Part 1 – General Scheduling Plant evergreen material between September 1 and December 1 or in the spring before new growth begins. If project requirements require planting at other times, plants shall be sprayed with anti-desiccant prior to planting operations. Plant deciduous materials in a dormant condition. If deciduous trees are planted in-leaf, they shall be sprayed with an anti-desiccant prior to planting operations. Plant bare root material between November 1 and March 1. Planting shall be performed only by experienced workers familiar with planting procedures under the guidance of a certified landscape Contractor with a minimum of 5 years of experience. Locate plants as indicated or as approved by the Owner in the field after staking by the Contractor. If obstructions are met that are not shown on the Plans, do not proceed with planting operations until alternative plant locations have been selected or approved by the Owner. Part 2 – Products Materials Provide plants typical for their species or variety with normal, densely developed branches and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark, plant diseases, insect eggs, borers and all forms of infestation. All plants shall have a fully developed form without voids and open spaces. Plants planted on rows shall be matched in form. Source Quality Control No pruning wounds shall be present with a diameter of more than 1 inch and such wounds must show vigorous bark on all edges. Evergreen trees shall be branched to the ground; double trunk trees are not acceptable. Part 3 – Execution Installation Bare root stock shall be dug and the earth removed without injury to fibrous root system necessary for full recovery of plant. Cover roots with thick mud coating by puddling and/or wrapping in wet straw, moss or other suitable packing material immediately after digging. Keep plant protected until planted. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-18 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Set plant material in the planting pit to proper grade and alignment, as shown on the planting details. Set plant material 2-3 inches above the finish grade. Filling will not be permitted around trunks. Backfill planting pit with topsoil. Form a ring of soil around the edge of each planting pit to retain water, except on slopes greater than 2 to 1. Make provisions to allow drainage of excess water from ponding in planting pits to an approved source, if soil conditions are such that free drainage is not possible. Cleaning After plants are set, muddle planting soil mixture around bases of balls and fill all voids. Remove all wrapping from the tops of root balls. Remove completely all non-biodegradable wrapping from root balls. Mulch all planting beds with Nutramulch to a depth of 4 inches or approved equal in areas with slopes 2 to 1 greater and 2 inches in all other areas with stockpiled shredded plant waste. 2.90.20 Landscape Accessories Part 2 – Products Materials Stakes and guys shall be made from new hardwood, treated softwood, or redwood, free of knot holes and other defects. Provide and install wire ties and guying hose as shown on Plans and as specified for the tree type. Anti-Desiccant: Protective film emulsion providing a protective film over plant surfaces, permeable to permit transpiration; mixed and applied in accordance with manufacturer’s instructions. Weed Barrier Fabric: 5 oz. minimum (1.6 sf/oz.), woven polypropylene, needle punched fabric. DeWitt Pro-5 Weed Barrier or approved equal. Part 3 – Execution Installation Anchor weed barrier with 8-gauge (minimum), 6-inch long (minimum) steel anchor pins spaced no more than 3 feet apart. In areas without wind screening, secure prevailing wind side of fabric by burying leading edge 3-inches into the soil. 2.90.21 Erosion Control Matting Part 1 - General Related Sections • Division 2.90.11 Hydroseed Submittals Erosion control matting. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-19 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Part 2 – Products Manufacturers Erosion control blanket shall be equal to that manufactured by American Excelsior Company, Arlington, Texas or North American Green of Evansville, Indiana. Materials Disturbed areas with slopes 3H:1V to 2H:1V shall be equal to American Excelsior Curlex I or North American Green S150. Disturbed areas with slopes 2H:1V to 1.5H:1V shall be equal to American Excelsior Curlex II or North American Green SC150. Swales and storm drainage ponds shall be covered with American Excelsior Curlex I, North American Green S150, or equal. Part 3 – Execution Preparation Apply hydroseeding prior to the application of the erosion control matting. Installation All areas disturbed during construction with final slopes at 3H:1V or steeper as shown on the plans including swales and storm drainage pond surfaces shall be covered with an erosion control blanket. Blanket shall be installed per the manufacturer’s written recommendations including the use of landscape nails as necessary. 2.99 Magnetic Markers Part 1 – General Summary This section describes a subsurface utility marker using magnetic markers that will be placed along the force main pipes associated with Devil’s Elbow, Baxter, and East Valley Lift Stations. Submittals Manufacturer’s literature, illustrations, and specification sheets. Delivery, Storage and Handling Packing, Shipping, Handling, and Unloading: Any broken units will be replaced at no expense to the Owner. Part 2 – Products Materials Magnetic marker shall be Berntsen Deep-1 Underground Magnetic Utility Marker for sewer and drain lines (color green) or approved equal. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 2 2-20 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\2 Sitework.docx 11/15/21 9:07 AM © 2021 RH2 Engineering, Inc. Magnetic Marker Performance Requirements Magnetic marker shall be able to be located up to 4 feet below grade in compacted soil. Part 3 – Execution Installation for Existing Assets The existing assets shall be potholed using a vactor truck at the proposed locations of the magnetic markers, as identified in the plans. The contractor shall hire a private locate company and a survey company to locate the existing force main bends with the documents provided in this Contract. The contractor shall search within a 5-feet diameter of the marked bend from the survey point to locate the fitting. If the bend is not found but the force main pipe is, the contractor shall follow the pipe up to 5 feet in either direction to locate the fitting. The magnetic marker will be installed in the pothole directly above the existing fitting. All potholes shall be repaired to the Owner’s standards. Provide the recorded asset record information to the Owner as follows: • Measured depth from ground surface to top of fitting. • Surface point (tack in the ground) and measurements from three surface features around the proximity of the horizontal location around the surface point so that the City crew can record the point using a GPS system. 3-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. Division 3 Concrete 3.00 GENERAL Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 3.05 Common Work for Concrete Part 1 - General This division covers that work necessary for furnishing and installing all concrete as described in these specifications and as shown on the Plans. References Materials shall conform to the following standards: • Cement - ASTM C150 • Coarse aggregate - ASTM C33 • Fine aggregate - ASTM C33 • Admixtures - ASTM C494 • Air-entraining admixtures – ASTM C260 • Fly Ash – ASTM C618 Submittals Submittal information shall be provided to the Owner for the following items: • Concrete mix design including aggregate gradation and substantiating strength data. • Admixture Data • Schedule of surface finishes • Concrete anchors • Concrete anchor installer certification per ACI/CRSI Adhesive Anchor Installer Certification Program. • Rebar mill certifications • Rebar placement shop drawings 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. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. Part 2 - Products Components Nominal maximum size for aggregates is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well-graded mix. All concrete surfaces exposed to weather or standing water shall be air entrained. Total air content shall be in accordance with IBC requirements unless specified otherwise herein . Air shall be measured at the truck, unless otherwise agreed to. Water used in concrete shall be potable. Fly ash may be substituted for up to 15 percent of the required cement, except where noted. Mixes Concrete shall be mixed, conveyed, and proportioned in accordance with IBC section 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these specifications, the requirements of the International Building Code Section 1905, and the requirements of ACI 318. Finishes Coat all aluminum in contact with concrete as specified in Division 9. Part 3 - Execution Inspection See Statement of Special Inspections on the Drawings for special inspection requirements. Provide 24-hour notice to Owner prior to needing the required inspections. Also comply with local building department and permit requirements for inspection and notification. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector’s inspection or the building department inspection. Testing Concrete strength tests shall be performed per section 1905.6 of the IBC and per the requirements noted herein. The Owner will provide and pay all costs of concrete testing. The Engineer shall be furnished with copies of all inspection reports and test results. Cylinders used for concrete strength tests shall be 6 by 12. Four by 8 cylinders may be used for mixes with maximum aggregates less than 1-inch, however the testing lab must apply a 0.94 multiplier to the compressive strength test results unless data acceptable to the Engineer is presented that would justify a higher multiplier. All mixes utilizing aggregates over 1 inch shall be tested using 6 by 12 cylinders. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. When 4 by 8 cylinders are utilized AASHTO T23 requirements shall be followed, and the retainer used with neoprene pads when testing for compressive strength shall be constructed according to ASTM C1231. The Contractor will coordinate all concrete testing with the testing agency. Costs will be paid by the Owner. Give the Owner and testing agency 48-hour notice prior to concrete placement. If Contractor fails to provide the required notice, the Owner may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. If the Contractor schedules a concrete placement and does not notify the Owner and testing agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the testing agency with adequate notification and testing agency cannot attend concrete placement, Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Contractor and Owner will have access to testing results as soon as they are available. The testing agency shall take a minimum of four samples for every 50 yards of concrete placed (and a minimum of four per pour); one for a 7-day test, two for 28-day tests, and one for backup testing in case the other two samples do not meet design strength . Additional samples may be taken to verify strength prior to form removal at the Contractor’s expense. 3.06 Maintenance of Concrete 3.06.30.71 Resurfacing of Cast-in-Place Concrete Part 1 - General This division covers that work necessary for repairing spalled and damaged concrete. Repair any areas with deterioration exceeding ½-inch, where rebar is exposed or where directed by the Owner. Part 2 - Products Materials CONCRETE REPAIR MATERIAL: SikaTop 111 PLUS or equal cement-based repair mortar. Mortar shall be ANSI/NSF Standard 61 approved if in contact with potable water and contain a corrosion inhibitor. See Manufacturer’s Literature for primer and auxiliary products appropriate for use with the repair material. SILANE SEALER shall be alcohol based, 95 percent silane. No fillers, sterates or paraffins are allowed. Use DUR A PELL 100 as manufactured by Chemprobe Coating Systems or equal. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. Part 3 - Execution Preparation The Contractor shall be familiar with the product and methods and be prepared to discuss the repair procedure at the Preconstruction Meeting. High pressure power-wash the exposed structure to remove all loose, delaminated concrete to sound concrete. Surface Preparation: Remove loose, delaminated concrete to sound concrete. Where corrosion of the reinforcement exists, continue bulk removal along the reinforcing steel and adjacent areas with evidence of corrosion-induced damage Under-cut all exposed reinforcing steel by a minimum of ¾-inch. The shape of the prepared cavity should be square or rectangular in shape. The edges of the patches shall be saw-cut perpendicular to the surface to a minimum depth of ½-inch. Repair area shall be a minimum of ½-inch deep throughout. Use abrasive blasting to remove residual dust, debris, fractured concrete, and contaminants that prevent proper bonding. Following abrasive blasting, blow out repair areas with oil-free compressed air. The final surface texture should be rough with minimum ⅛-inch amplitude. Treatment of exposed reinforcement: All signs of corrosion should be removed from exposed reinforcing steel by an abrasive blasting, wire wheel or needle scaler. If the cross- sectional area of the reinforcing steel has been significantly reduced, the engineer should be consulted. Prime reinforcing as recommended by the repair material manufacturer. Installation Surface Saturation: Saturate surface with potable water. The base concrete shall be in a saturated surface dry (SSD) condition prior to application of repair material to prevent a rapid loss of moisture from the repair material and into the substrate. Mixing and Application of Repair Material: Mixing and application shall be in strict accordance with the manufacturer’s instructions. Apply the material with adequate pressure before the bond coat dries. Thoroughly consolidate the repair material into the corners of the patch and around any exposed reinforcement in the repair zone. If a second lift is required, thoroughly roughen the surface of the first lift by scoring the soft mortar to achieve an aggressive finish, similar in profile to the prepared concrete substrate. If the second lift will not be immediately applied, keep the first lift moist until application of the second lift. Finish to match existing surface. Cure using curing compound. Apply silane sealer as specified to exposed surfaces and edges of roof slab. 3.10 FORMING AND ACCESSORIES 3.11 Formwork 3.11.13 Structural Cast in Place Forming Part 1 – General The Contractor shall submit a construction joint plan to the Engineer for review prior to formwork and rebar installation if altered from that shown on the Plans. Modifications to City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. the construction joints shall be submitted to the Engineer no less than 7 working days prior to placing the forms and rebar. Part 2 – Products Materials Unless otherwise directed, coat contact surface of forms with colorless, non-staining, mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Form-release agent for interior of potable water storage structures shall be National Sanitation Foundation Standard (NSF) No. 61 approved for use in direct contact with potable water. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. Form ties for use in liquid containment structures shall be standard plastic cone snap-ties with ¾-inch diameter neoprene waterstop washer or removable taper ties. Use Greenstreak X-plugs with removable taper ties or equal. Contractor shall submit to the Engineer form ties to be used for review prior to installation. Part 3 - Execution Installation/Construction Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Conduits, pipes and sleeves of any material not harmful to concrete and within the limitations of ACI 318, Section 6.3 are permitted to be embedded in concrete with approval of the Engineer. Provide a ¾-inch chamfer or radius at all exposed corners and edges, unless specifically stated otherwise on the Plans. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Wall and slab forms shall remain in place for a minimum of 24 hours after completion of the pour. Forms for beams and suspended slabs shall remain in place for a minimum of 14 days AND until concrete has developed 28-day design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, keep footings and floor slab areas free of standing water. Field Quality Control Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus ¼-inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus ½-inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. 3.15 Concrete Accessories 3.15.02 Premolded Joint Filler Part 1 – General References Premolded joint filler for expansion or through joint applications shall conform to the specifications for “Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction”, AASHTO M 213, except the requirement for water absorption is not applicable. Part 2 – Products Materials The thickness and width of premolded joint filler shall be as indicated on the Plans . Where no premolded filler thickness is indicated, the thickness shall be ¾-inch. 3.15.19 Concrete Anchors Part 1 - General Quality Assurance Installation of adhesive anchors shall be performed by personnel certified in accordance with the ACI/CRSI Adhesive Anchor Installer Certification Program. In lieu of certification the installer shall attend on-site training held by the adhesive manufacturer prior to the installation of adhesive anchors. Part 2 - Products Materials Concrete Anchors shall be Hilti HIT 500-V3, Simpson SET-XP, or Powers PE1000+ Adhesive Anchors. For wall mounted equipment weighing less than 250 pounds, Simpson Titen-HD Screw Anchors may be used in grouted or non-grouted CMU cells. Threaded rod shall be stainless steel except in dry locations. Part 3 - Execution Installation Install in accordance with Manufacturer’s recommendations. Special Inspection in accordance with IBC, Section 17, must be provided. Provide a minimum of 48 hours’ notice to Engineer prior to starting installation. Concrete anchors shall not be used to resist tension or fatigue loading without Owner’s evaluation and approval. Use threaded rod or reinforcing bar as shown on the drawing, and meeting Manufacturer’s recommendations. Provide minimum embedment as shown. Holes shall be drilled with City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-7 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. carbide-tipped drill bit. Holes shall be cleaned of dust and debris. Adhesive shall be inserted with a mixing nozzle. 3.20 REINFORCING 3.21 Reinforcement Bars 3.21.11 Plain Steel Reinforcement Bars Part 1 - General References ACI – American Concrete Institute- latest edition CRSI Manual of Standard Practice – latest edition Part 2 - Products Materials Grade – ASTM A706, Grade 60 ASTM A615, Grade 60 shall be permitted if: (a) The actual yield strength based on mill tests does not exceed fy by more than 18,000 psi; and, (b) The ratio of actual tensile strength to the actual yield strength is not less than 1.25. Detailing - ACI 318 and ACI 315 Lap requirements - See schedule on Plans or as required by ACI 318 Tie wire - 16 gauge minimum Bar supports shall conform to “Bar Support Specification” CRSI Manual of Standard Practice, MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. Bar supports for the bottom rebar mat of suspended slabs or beams in water holding structures must be point supports (chairs or dobbies), not continuous. Part 3 - Execution Installation Reinforcing steel shall be detailed in accordance with ACI 315and 318 and as shown on the Plans. Lap all reinforcements in accordance with “the reinforcing splice and development length schedule”. Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the Plans to the bars. Welding of reinforcing steel shall not be performed unless specifically approved by the Engineer. If approved, Contractor will arrange and pay for all required Special Inspections associated with welding of reinforcing steel. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-8 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. Field Quality Control Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or otherwise heated. If, within the project warranty period, rust spots appear on the concrete due to failure to achieve proper clearance on the rebar or wire ties, the Contractor shall grind out and patch the areas using a method satisfactory to the engineer. 3.30 CAST-IN-PLACE CONCRETE 3.30.05 Common Work for Cast in Place Concrete Part 1 - General Delivery Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor’s expense. Part 2 - Products Components If allowed, curing materials shall conform to ASTM C171 and liquid membrane-forming compounds shall conform to ASTM C309. When concrete is to be coated or stained, use UV-dissipating form release and curing compounds. Part 3 - Execution Preparation Do not place concrete during rain, sleet, or snow until water and freezing protection is provided. Fill voids in sleeves, insets, anchor slots, etc., temporarily with readily removable materials to prevent entry of concrete into voids. Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. At the beginning of the concrete pour for walls taller than 8 feet, place a 1½ to 2½-inch thick grout pad prior to placing the concrete for the wall. Grout mix shall consist of fine aggregates, concrete and water in the same ratios as used in the wall concrete. The placement of the concrete shall proceed immediately after the grout placement so as to prevent any cold joints. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-9 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. Installation Placement shall be in accordance with IBC, Section 1905. Place no concrete when air temperature is below or expected to be below 40 degrees during the 28-day curing period unless a low temperature concrete mix has been approved by the Owner. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water as required. Use no materials containing ice. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Place concrete in maximum lifts of 3 feet. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Plans or as approved by the Owner. Maximum concrete drop shall be 5 feet. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators, or other approved methods. Have a spare vibrator available at jobsite during concrete placing operations. After removal of forms, cut out and patch defects in concrete surfaces. Remove form tie cones. Cut or snap off form ties to a depth of ¾-inch. Chip out rock pockets, holes from form tie removal, and other defects to solid concrete. Repair defects in accordance with 3.01.30.71. Curing See section 3.39. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-10 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. 3.31 CONCRETE MATERIALS 3.31.30 Thrust Blocks, Driveways, Curb, Gutter, Sidewalks, Equipment Pads, and Fence Posts / Bollards Foundation Part 1 - General Summary All concrete for non-structural applications including thrust blocks, driveways, sidewalks, equipment pads, and fence posts / bollards foundation. Hydraulic or Structural Concrete may be substituted. Performance Requirements 28-day compressive strength – 4,500 psi minimum Part 2 - Products Mixes Water/cement ratio - 0.45 maximum Nominal maximum aggregate size – ¾-inch (AASHTO Grading No. 67) Entrained air ratio – 3.5 percent minimum to 6.5 percent maximum 3.34 Low Density Concrete 3.34.13 Controlled Density Fill (CDF) Part 1 - General Submittals Revisions to the mix design shall be submitted to the Engineer for approval. Performance Requirements CDF as shown on the Plans or as directed by the Engineer shall be proportioned to be flowable, non-segregating, and excavatable, and shall conform to the following requirements: • Maximum Compressive Strength 300 (psi). • Minimum 28-day compressive strength 100 (psi). Part 2 - Products Mixes • Pounds of cement per cubic yard (approx.) 50. • Pounds of fly ash per cubic yard (approx.) 250. • Pounds of dry aggregate per cubic yard (approx.) 3,200. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-11 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. If air containing or water reducing admixture is used for flowability, total water and aggregates may be adjusted for yield. Weights may be adjusted for flowability and pumpability. Part 3 - Execution Field Quality Control Protect CDF for at least 24 hours after placement or for a duration as necessary to prevent displacement by construction equipment or traffic. CDF placing may be started if weather conditions are favorable, when the temperature is a minimum of 34 degrees Fahrenheit and rising. At the time of placement, CDF must have a temperature of at least 40 degrees Fahrenheit. Placing shall stop when the temperature is 38 degrees Fahrenheit or less and falling. CDF shall not be placed on frozen ground. Cure CDF used for fill or pipe encasement for the following minimum durations prior to placement of any material directly over the CDF. If traffic must be restored prior to the duration stated, or the open excavation must be closed for safety, span the excavation with temporary plating appropriate for the anticipated loading. Cold weather may require more time. Curing accelerators may be used to reduce these times if approved by the Owner. • Pipe encasement: 4 hours. • Non-traffic: 24 hours. • Vehicular traffic under 5,000 lbs per axle: 48 hours • Vehicular traffic over 5,000 lbs per axle: 72 hours • Permanent structures: 7 days. 3.35 Concrete Finishing 3.35.05 Common Work for Surface Finishing Part 2 - Products Finishes Each concrete area that requires finishing shall conform to one of the following requirements: • Sidewalks – Light Brushed • Equipment Pads - Sacked Wall Part 3 - Execution Preparation Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the Owner. If rainfall is possible, tent the work area prior to the pour and maintain protection until the concrete is cured sufficiently to resist damage. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-12 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. 3.35.56 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 ¼-inch in 10 feet in any direction. Re-float to a uniform, smooth, sweat finish concrete. 3.35.58 Sacked Wall Finish Part 1 – General References Provide sacked finish in accordance with Section 6-02.3(14)A of Standard Specifications. 3.39 Concrete Curing Part 2 - Products Materials Curing compounds are not recommended on surfaces that will receive coatings. If curing compounds are approved and used, the surface must be prepared per the coating manufacturer’s instructions which may include blasting to remove the curing compound. All costs to be included in the contractor’s bid price, there will be no additional compensation. Part 3 - Execution Installation All concrete for structures, sidewalks, drives, curbs, shotcrete (see section 3.37), and where directed by the Owner, shall be water-cured in accordance with ACI 308.1 unless approved in advance by the Owner. If allowed, curing compound shall be applied immediately after finishing or form removal. When plastic or burlap covers are used to augment or protect curing, extend sheeting beyond the edges of the concrete and secure against wind lift. Inspect and adjust curing systems daily, including over weekends and holidays. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-13 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. 3.60 GROUTING 3.62 Non-Shrink Grouting 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 C109-Modified): 3500 psi (24 MPa) at 1 day, 7500 psi (52 MPa) at 28 days. B. Passes ASTM C1107 as a grade B grout when tested as temperature minimum and maximums of 45 degrees Fahrenheit to 90 degrees Fahrenheit (8 degrees Celsius to 32 degrees Celsius) at a working time of 30 minutes. Grout must be tested at a fluid consistency per ASTM C939 and remain fluid at temperature range minimum and maximums for the 30-minute working time. All materials including water must be mixed and tested at temperature minimum/maximums. C. Modulus of Elasticity at 28 days at fluid consistency (ASTM C469): 3.0 x 106 psi (20.7 GPa) minimum, 3.9 x 106 (27.0 GPa) maximum. D. Coefficient of Thermal Expansion for fluid consistency (ASTM C531): 7.5 x 10-6/ degrees Fahrenheit maximum (13.5 x 10-6/ degrees Celsius). E. Flexural strength at 28 days for fluid consistency (ASTM C78): 1300 psi (7.9 MPa). F. Resistance to rapid freezing – thawing (ASTM C666, Procedure A): 300 cycles- min RDF 90 percent. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-14 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. G. Split tensile strength at 28 days at fluid consistency (ASTM C496): 450 psi (3.1 MPa). H. Pass 24-hour grout test under stated temperature, time and fluidity constraints. See MBT Protection and Repair 24-hour Grout Form. Precision non-shrink grout shall be MasterFlow 928 or 885 Grout or approved equal. General Purpose Non-Shrink Grout: General Purpose Non-shrink grout shall meet the compressive strength and nonshrink requirements of CRD-C 621, Grades B and C; Corp of Engineers Specification for Non-shrink grout; and ASTM C1107, Grades B and C. General Purpose Non-shrink grout shall be MasterFlow 713, Dayton Superior 1107 Advantage, or approved equal. Provide curing compounds as recommended by the grout manufacturer. Water to be used in mixing the grout shall be potable. Mixes Comply with grout manufacturer’s recommendations for mixing procedures. Adjust water temperature to keep mixed grout temperature in the range of 45 degrees Fahrenheit (7 degrees Celsius) and 90 degrees Fahrenheit (32 degrees Celsius) minimum/maximum. Use cold or iced water to extend working time in hot weather or in large placements. Use warm water in cold conditions to achieve minimum as mixed temperatures. Part 3 - Installation Preparation Mechanically remove unsound concrete within the limits of the grout placement. Remove at least ¼-inch (6mm) of existing concrete facing and continue removal as required to expose sound aggregate. Thoroughly clean the roughened surface of dirt, loose chips, and dust. Maintain substrate in a saturated condition for 24 hours prior to grouting. Surface should be saturated surface dry at time of grouting. Clean baseplates and other metal surfaces to be grouted to obtain maximum adhesion. Remove loose rust and scale by grinding or sanding. Comply with grout manufacturer’s recommendations for form construction. Construct forms to be liquid tight. Installation Place grout mixture into prepared areas from one side to the other. Avoid placing grout from opposite sides in order to prevent voids. Work material firmly into the bottom and sides to assure good bond and to eliminate voids. Ensure that foundation and baseplate are within maximum/minimum placement temperatures. Shade foundation from summer sunlight under hot conditions. Warm foundation when foundation temperature is below 45 degrees Fahrenheit (7 degrees Celsius). City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 3 3-15 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\3 Concrete.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. 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. THIS PAGE INTENTIONALLY LEFT BLANK 4-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\4 Masonry.docx 11/15/21 9:09 AM © 2021 RH2 Engineering, Inc. Division 4 Masonry (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 5-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\5 Metals.docx 11/15/21 9:10 AM © 2021 RH2 Engineering, Inc. Division 5 Fabricated Metals (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 6-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\6 Wood Plastics and Composites.docx 11/15/21 9:10 AM © 2021 RH2 Engineering, Inc. Division 6 Carpentry (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 7-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\7 Thermal and Moisture Protection.docx 11/15/21 9:11 AM © 2021 RH2 Engineering, Inc. Division 7 Thermal and Moisture Protection (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 8-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\8 Openings.docx 11/15/21 9:11 AM © 2021 RH2 Engineering, Inc. Division 8 Openings (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 9-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\9 Finishes.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. Division 9 Finishes 9.00 GENERAL This division covers work necessary for providing all materials, equipment, and labor to coat all items in accordance with these specifications. Sections in these specifications titled “Common Work for . . .” apply to all following subsections whether directly referenced or not. 9.90 PAINTING AND COATING 9.90.05 Common Work for Painting and Coating Part 1 – General Scope The work specified in this Section covers the furnishing and installation of protective coating, complete in place. Shop coating and/or factory applied finishes on manufactured or fabricated items may be specified elsewhere. Regardless of the number of coats previously applied, at least two coats of paint shall be applied in the field to all coated surfaces unless otherwise specified herein. Submittals Before beginning any painting or coating, submit a list of coatings and manufacturers for review by the Owner. Include the application each coating is intended for, any surface preparation, number of coats, method of application, and coating thickness. Provide color choices with physical cards prepared by the coating manufacturer. Electronic (PDF, jpg, etc.) charts, and charts made from office printers or copiers are not acceptable. If the Owner elects to make preliminary selection from an electronic or printed chart, the Contractor must provide physical samples of the colors selected for the Owner’s approval. Provide Safety Data Sheets (SDS) for all materials including solvents. Provide NSF certification for finishes in potential contact with potable water. Submit this information according to the requirements regarding shop drawings included herein. Provide a schedule of coating operations and inspection timing. Coating inspections will be scheduled based upon Contractor-provided schedule, update schedule weekly or as necessary. Provide manufacturer’s approval of coating system applicator. If submitted products are manufactured by a company other than the specified reference standard, provide complete comparison to specified projects including application procedures, coverage rates, and verification that product is appropriate for intended use. Provide information that demonstrates the submitted products are equal to the performance standards of products manufactured by Tnemec Corporation, which is the reference standard. Performance Requirements All finishes potentially in contact with potable water shall be National Sanitation Foundation (NSF) 61 or 600 certified for contact with potable water. Certification from the NSF or UL City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 9 9-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\9 Finishes.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. shall be supplied in writing at the time of the submittal process for Finishes . Verify the submitted coatings’ current NSF requirements, restrictions, and applicability to the coated items. Verify finishes used on the project are compliant with primary and secondary standards of the Safe Drinking Water Act. Any violation shall be remedied at the Contractor’s expense. The completed coating shall produce a minimum dry film thickness in accordance with the specifications as determined by the microtest thickness gauge or comparable instrument . In areas where this thickness is not developed, sufficient additional coats shall be applied to produce it. Quality Assurance The Contractor is responsible for compatibility of all shop and field applied paint products including the use of primer, intermediate, and top coats by different manufacturers if applicable. For any Contractor initiated substitutions, the Contractor shall verify complete compatibility between coatings provided for the project. If coatings are not compatible per manufacturer’s review it is the Contractor’s responsibility to remove incompatible coatings fully and replace with compatible coating systems. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. The Contractor is responsible for obtaining written documentation from equipment/material manufacturers regarding the date at which shop prime coatings are applied and shall strictly adhere to the coating manufacturer’s recommendations for recoat time intervals. The Contractor shall submit to the Owner such documentation upon request. Storage and Handling Bring all materials to the job site in the original sealed and labeled containers of the paint manufacturer. Materials are subject to inspection by the Owner. Store paint supplies as recommended by the manufacturer and as approved by the Owner. Extra Materials For any products that have a shelf life longer than one year, provide one unbroken gallon container of each type and color of paint and each type of solvent and thinner used, as requested by the Owner. Dispose of all extra materials not desired by the Owner. Waste Products Collect, contain, transport, and dispose all waste products generated for this project. Cleaning and disposal shall comply with all federal, state, and local pollution control laws . Provide acceptable containers for collection and disposal of waste materials, debris, and rubbish. Cleaning and disposal shall comply with all federal, state, and local pollution control laws . Provide appropriate containers for collection and disposal of waste, debris, and rubbish. Part 2 – Products Manufacturers The following coating system manufacturers are approved subject to compliance with the Specifications contained herein: City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 9 9-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\9 Finishes.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. 1. Tnemec Company 2. Sherwin Williams 3. Or Equal The specified coating establishes the type and quality of the coating desired. Other manufacturers’ products will be accepted provided sufficient information is submitted to allow the Owner to determine that the coatings proposed are equivalent to those named. Proposed coating shall be submitted for review in accordance with Division 1. Requests for review of equivalency will not be accepted from anyone except the Contractor. Substitutions of the coatings of other manufacturers will be considered only if equivalent systems of coatings can be provided and only if a record of satisfactory experience with the system in equivalent applications is available. Offers for substitutions will not be considered which decrease film thickness, solids by volume or the number of coats to be applied, or which propose a change from the generic type of coating specified herein. All substitutions shall include complete test reports to prove compliance with specified performance criteria. Part 3 – Execution Preparation Take any measures necessary to prevent over-spray of structures and/or components in the field from both preparation and coating work. Should over-spray occur, the Contractor is responsible for all costs associated with any damage resulting from over-spray. If any existing coatings are to be removed, the Contractor shall test the existing coatings for lead content. Present the results to the Owner immediately to determine a remediation plan. Prepare surfaces in accordance with the recommendations of the manufacturer of the coating to be applied to the surface, or the surface preparation requirements of these specifications, whichever are stricter. In general, all surface preparation shall meet Structural Steel Painting Council (SSPC) Surfacing Preparation (SP) guidelines, the National Association of Pipe Fitters (NAPF), American Water Works Association (AWWA) and/or the National Association of Corrosion Engineers (NACE) as noted herein unless more strictly described by coating manufacturer. Apply coatings only during weather meeting the coating manufacturer’s recommendations. Air and surface temperatures, humidity, and all other environmental conditions shall be within limits prescribed by the manufacturer for the coating being applied, and work areas shall be reasonably free of airborne dust at the time of application and while coating is drying. Materials shall be mixed, thinned, and applied according to the manufacturer’s printed instructions. Dry Film Thickness (DFT) shall be as stated herein or applied based on coverage rates of square feet per gallon (sq. ft./gal). Installers Contractor is responsible for quality assurance including the retention of a coating applicator with experience necessary to complete the work as specified. Applicator’s personnel shall be adequately trained for application of specified coatings. Applicator must prove adequate experience with the coatings specified for this project. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 9 9-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\9 Finishes.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. 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. Installation/Construction Apply paint in strict accordance with manufacturer’s printed instructions except that coating thickness specified herein shall govern. Finished coating on all items shall be clean, undamaged, and of uniform thickness and color. Coat in a manner satisfactory to the Owner. The DFT listed in these specifications must be met, regardless of the applied film thickness or number of coats. Observe all safety precautions stated in the manufacturer’s printed instructions. Provide adequate ventilation and lighting at all times. The manufacturer’s recommended drying time shall be construed to mean “under normal conditions”. Where conditions are other than normal because of weather, confined spaces, or other reason, longer drying times may be necessary. The manufacturer’s recommendation for recoating time intervals shall be strictly adhered to. Pipe being coated shall be emptied of wastewater for a minimum of 24 hours prior to surface preparation and painting. Pipe shall not be filled with wastewater until coating is dry. If, in the Owner’s opinion it is not practical to drain the pipe, the water must stand for at least 48 hours to reach ambient temperature prior to coating the pipe. Do not allow water to flow for at least 24 hours after each coat. Field Quality Control The prime Contractor shall be completely responsible for coating quality. The Contractor shall provide both wet and dry film gauges and make such available to the Owner when requested. If coating inspector finds anomalies and/or defects, the Contractor shall re-prep and recoat those areas per the coating manufacturer’s instructions. Acceptance of the completed coatings shall be based on the proper application and proper preparation of the coated surfaces, and a finished product that meets minimum thickness and does not contain runs, drips, surface irregularities, overspray, color variations, scratches, pinholes, holidays, and other surface signs that detract from the overall performance and/or appearance of the finished project. If, in the Owner’s sole opinion, the finished color of exterior coatings does not match that of the submitted and approved colors, the Contractor will recoat as necessary to achieve the Repair/Restoration The Contractor is responsible for all costs associated with any damage that occurs as a result of over-spray. Scratched, chipped, or otherwise damaged coatings, including factory coatings, shall be repaired before final acceptance will be given. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 9 9-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\9 Finishes.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. Cleaning If any cleaning of equipment at the site is performed with solvents, such work shall be done over leak-proof linings. Preparation or coating materials may not be disposed of onsite. 9.90.06 Color Schedule Colors of finish coatings on process equipment, piping, and building surfaces shall conform to the following schedule. All finishes shall be satin unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform to this section. Factory coatings which are damaged shall be recoated in the field in accordance with these specifications. Items of similar purpose shall be painted the same color. If items come from the factory with a shop applied coating that does not match said color, they shall be field coated to match. Exceptions may be listed in individual sections of these specifications. The contractor shall allow no less than 15 working days from the time the Owner is provided with color selections for the Owner to make color choices. 9.90.13 Unpainted Items Do not coat aluminum or stainless-steel items unless specifically directed otherwise below or on the Plans. Field painting is not required for factory prefinished equipment items (e.g. pumps, motors, blowers, etc.) unless otherwise specified. Do not coat shop epoxied meters or control valves unless noted otherwise on the Plans or herein. Do not coat small diameter pilot systems such as galvanized iron, copper, or brass pipe and fittings associated with control valves or sensors unless noted otherwise on the Plans or herein. Do not coat flange bolts inside vault and wetwell. 9.91 Painting and Coating Systems Refer to 9.90.00 for coating application requirements. 9.91.13 Exterior or Damp Environment Painting 9.91.13.13 – Ferrous Metal Pipe and Supports including Steel, Cast Iron, and Ductile Iron (Exposed Indoors and Outdoors). Part 1 - General This Section applies to all ductile/cast iron and ferrous metals . Do not coat stainless steel materials unless specified otherwise. This Section applies to all pipe materials and equipment inside the valve vault, including manufacturer applied coating systems. Part 2 - Products 1. Tnemec a. Primer: Series 1 Omnithane (2.5 to 3.5 Mil DFT). b. Intermediate Coat: Series N69 Hi-Build Epoxoline II (6 to 8 Mil DFT) c. Finish Coat: Series 73 or 1095 Endura-Shield (3 to 5 Mil DFT) City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 9 9-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\9 Finishes.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. 2. Sherwin Williams a. Primer: Corothane 1 Mio-Zinc Primer (2.5 to 3.5 Mil DFT) b. Intermediate: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT) c. Finish: i. Indoors: Macropoxy 646FC B58-600 Series (6 to 8 Mil DFT) ii. Indoors/Outdoors: Acrolon Ultra B65-830 Series (2 to 3 Mil DFT) Part 3 - Execution Preparation 1. To prevent surface condensation, whenever possible the pipe should be empty and allowed to reach ambient temperature before coating. If condensation is present, dry thoroughly prior to coating. 2. Ferrous Metals a. SSPC-SP10 Near white blast cleaning 3. Ductile and Cast-Iron Materials a. It is strongly recommended that ductile iron and cast-iron pipe or materials to be field coated should be purchased factory primed without the standard asphalt coating. Field removal of asphalt coatings is extremely difficult and overly aggressive preparation can create a damaged surface unsuitable for coating. b. Remove all oils, grease, and other contaminants using solvent cleaning prior to abrasive blasting or power tool cleaning. Blemishes or staining on the prepared surface are acceptable if such items cannot be removed by light scraping with a knife. SSPC-SP10 blue-gray with surface profile of 2.0 Mil, minimum. Do not burnish the surface. Clean all surfaces of dust and loose residue immediately prior to coating. See NAPF 500-03-04/05. 4. Bolts must be masked with painter’s tape or similar prior to the application of coating system. Do not apply coating on the bolts. Remove painter’s tape once coating system has dried to the touch. 10-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\10 Specialties.docx 11/15/21 9:12 AM © 2021 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 . . .” apply to all following subsections whether directly referenced or not. 10.05 Common Work for Specialties Part 1 - General Submittals Submittal information shall be provided to the Owner for the following items: • Equipment Signs 10.10 INFORMATION SPECIALTIES 10.14 Signs and Labels 10.14.01 Common Work for Signs and Labels Part 2 - Products Materials Unless otherwise specified, text shall be white on a background color shown below. Part 3 - Execution Installation Install signs/markers directly on the devices in a location that does not interfere with the device operation or maintenance. If the device is too small or otherwise impractical to mount marker, locate marker as close as possible to the device on an adjacent surface. Purpose Plate Color General Black Warning Red Electrical Black Domestic Water Blue Raw Water Purple Waste Water Green Chemical Orange or Brown City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 10 10-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\10 Specialties.docx 11/15/21 9:12 AM © 2021 RH2 Engineering, Inc. 10.14.08 Electrical and Control Equipment Signage Part 2 - Products Materials Name plates and service legends shall be phenolic-engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/16-inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. Part 3 – Execution Installation Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panel board, switchboard, motor control center, motor starter, disconnect switch, and fused switch. All components provided under this specification, both field- and panel-mounted, shall be provided with permanently-mounted nametags. The Engineer shall have complete control over the hardware to be labeled and the labeling provided. Provide labels as directed. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. Provide a nameplate for each control center unit door. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. 11-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\11 Equipment.docx 11/15/21 9:16 AM © 2021 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 . . .” apply to all following subsections whether directly referenced or not. 11.05 Common Work for Equipment Part 1 - General Submittals Submittal information shall be provided to the Owner for the following items: • Pump Impeller 11.10 PUMPS 11.10.05 Common Work for Pumps Part 1 - General Summary This section covers work necessary to provide the required pump components, complete with related accessories, described herein and as shown on the Plans. References • HI - Hydraulic Institute. • 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. “Retrofit” is defined as all work related to retrofitting and replacing pump components per Plans. Performance Requirements The pump performance after the retrofit shall be 450 gallons per minute (gpm) at 21-feet Total Discharge Head (TDH). City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 11 11-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\11 Equipment.docx 11/15/21 9:16 AM © 2021 RH2 Engineering, Inc. Tolerance Grade Performance range shall adhere to the HI 11.6 (submersible sewer pumps) tolerances stated herein are referenced at the specified design point(s). Flow tolerance is measured at the design point head. Head tolerance is measured at the design point flow. Efficiency is evaluated where a straight line drawn from zero flow, zero head, passes through the design point and crosses the actual pump curve. Pumps between 1 hp and 13 hp (±10% Flow, ±8% Head, Efficiency no less than –[19 minus hp]%). Submittals Product Data: • Pump curves • Impeller material and construction Quality Assurance The local pump representative is responsible for proposed Retrofit. Warranty Warrant all pumping equipment described in this section and provided under this contract against defects in materials and workmanship for a period of two years after date of project acceptance. “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. Part 2 - Products Existing components may be reused only if specifically identified below. Existing wear components (e.g. bearings, shaft, seals, gaskets, etc.) must be evaluated by a qualified pump servicing vendor’s representative prior to reuse, who shall elect to removed and replace if necessary. Reused components shall be cleaned and recoated per manufacturer’s recommendation. Impeller (Adaptive) The impeller(s) shall be cast of ASTM A-48, Class 35B gray iron, dynamically balanced, semi- open, multi-vane, back-swept, non-clog design. The impeller vane leading edges shall be mechanically self-cleaned upon each rotation as they pass across a spiral groove located on a replaceable insert ring. The impeller shall have vanes hardened to Rc 45 and shall be capable of handling solids, fibrous materials, heavy sludge and other matter found in waste water. The screw shape of the impeller inlet shall provide an inducing effect for the handling of sludge and rag-laden wastewater. The impeller shall be capable of momentarily moving axially upwards a distance of 15mm/0.6-in. to allow larger debris to pass through and immediately return to normal operating position. The existing product as originally constructed is as follows: City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 11 11-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\11 Equipment.docx 11/15/21 9:16 AM © 2021 RH2 Engineering, Inc. Flygt Model Number and Curve ID NP3102.181D-472 Impeller Catalog No. 429-65-14 Impeller Part 3 - Execution Installation/Construction Install pump components in accordance with manufacturer’s specifications and directions. Installation shall be supervised and approved by manufacturer’s representative prior to operating or field testing. Adjust pump assemblies as required so that driving units are properly aligned, plumb, and level with the driven units and all interconnecting shafts and couplings. Flexible couplings shall not be used to compensate for misalignment. If Retrofit work requires reconnection of suction and discharge piping to the pump, connect in a manner which prevents strain on the pump flanges, casing, or head. Field Quality Control See Division 1.75.16.22 for scheduling and notification requirements. A qualified and authorized representative of the pump manufacturer shall conduct and/or supervise the field testing. Prior to acceptance of retrofitted pumps, manufacturer’s representative shall demonstrate proper operation of pumps at capacities stated. Contractor is responsible for calibration, startup, and initial performance to meet the specifications. Perform field tests to represent the performance of the retrofitted pumps when operating under actual field conditions and to establish the acceptance of the pumps with their replacement parts furnished and installed. Perform the field test in the presence of the Owner and Engineer after the piping and controls have been installed. Perform a performance test similar to those described in the latest edition of Hydraulic Institute’s (HI) Pump Tests (ANSI/HI 11.6 Submersible), with results for each pump submitted to the Engineer for approval. Perform a field test to the accuracy obtainable with the monitoring or testing equipment installed with the piping and instrumentation. If sufficient field devices are not available to test all parameters, the Contractor shall provide testing gauges and meters as needed. Perform testing 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 (unless pressure is deemed excessive by the Owner), Open fully to system, and approximately 50-percent design flow with throttled discharge valve. Additional points may be required at the discretion of the Engineer or Owner. • Overall Efficiency (motor power draw required for this calculation). Upon completion of pump installation and testing, manufacturer’s representative shall provide written certification that the replaced portion(s) of the equipment is installed correctly and fully warranted as per the contract specifications. Provide certification that the new pump City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 11 11-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\11 Equipment.docx 11/15/21 9:16 AM © 2021 RH2 Engineering, Inc. parts meet all requirements set forth in these specifications and submittal literature. The pump representative shall provide a written report of all test conditions and results. Repair Repair and retest units failing any field test. If unit fails second field test, unit will be rejected, and supplier shall furnish a unit that will perform as specified. 11.15 Temporary Sewage Pumping During Coating Removal at Devil’s Elbow Lift Station Part 1 – General Summary During the wet well coating removal process at Devil’s Elbow Lift Station, the sewage within the wet well needs to be emptied. Below is the description of one alternative to remove the existing sewage in the wet well and re-route the incoming sewage around the lift station temporarily. Contractor may submit other alternatives for review and approval. All work described below must be coordinated closely with the City crew. It is the City’s intention to keep the functionality of the lift station in operation while performing the coating removal activity. The Devil’s Elbow Lift Station consists of a wet well and a valve vault that houses the meter and check valve. This proposed Lift Station and Force Main Rehabilitation Phase 2 project includes work to install a pigging port in the Devil’s Elbow mechanical vault, downstream of the existing check valves. If installation of this pigging port is completed before coating removal work commences, a temporary sewer conveyance and pumping system can divert incoming sewage from entering the wet well and into the just-installed pigging port. This can be accomplished by: plugging the incoming gravity sewer into the wet well and installing a temporary pump from the first gravity sewer manhole upstream from the Devil’s Elbow Lift Station, located less than 20-feet southeast of the wet well. The discharge of this temporary pump can be routed across the ground surface to the mechanical vault and connected securely to the pigging port assembly. Once this alternative sewage conveyance is in place, the wet well can be emptied and prepared for coating removal. Coordinate with City on temporary pump location and piping to minimize interruption to trail use. Submittals The Contractor shall submit the construction sequencing on how they plan to drain the force main for the access port installation electronically if the Contractor is using another approach. The submittal shall contain but not be limited to the following: • Step by step description on how to re-route inflow sewage to bypass the wet well, including how to empty the wet well and prepare the wet well for coating removal. • All equipment that will be needed for this operation (including but not limited to backup pump, sewage level monitoring and telemetry, vactor truck, and other equipment). • Equipment staging area. • Anticipated downtime of the lift station. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 11 11-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\11 Equipment.docx 11/15/21 9:16 AM © 2021 RH2 Engineering, Inc. • City’s involvement during the process. Project Conditions The approximate flow volumes that the Contractor should expect are listed below: o Incoming flow rate (peak annual flow): 50,000 gallons per day. Part 3 – Execution Construction Sequencing and Coordination The Contractor shall provide City with the schedule and duration of the temporary pumping system installation and operation. Provide a minimum of 48-hour notice to the City prior to commencing with the temporary measures and coating removal work. Contractor shall clean the gravity manhole after completing the wet well coating removal work and decommissioning of the temporary wet well bypass system. THIS PAGE INTENTIONALLY LEFT BLANK 12-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\12 Furnishings.docx 11/15/21 9:17 AM © 2021 RH2 Engineering, Inc. Division 12 Furnishings (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 13-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\13 Special Construction.docx 11/15/21 9:17 AM © 2021 RH2 Engineering, Inc. Division 13 Special Construction (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 14-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\14 Conveying Systems.docx 11/15/21 9:17 AM © 2021 RH2 Engineering, Inc. Division 14 Conveying Systems (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 15-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. Division 15 Mechanical 15.00 GENERAL This division covers the work necessary for furnishing and installing mechanical appurtenances and accessories as described in these Specifications and shown on the Plans. Sections in these specifications titled “Common Work for . . .” shall apply to all following subsections whether directly referenced or not. 15.05 Common Work for Mechanical Part 1 - General Summary Provide the necessary piping, plumbing, fittings, and appurtenances to make all piping systems complete, tested, and ready for operation as specified herein and as shown on the Plans. Some fittings that are necessary for the complete piping system installation and operation may not have been shown. Provide fittings, pipe, and appurtenances necessary, whether shown on the Plans or not, to make all piping systems complete, tested, and ready for operation. Some pipe supports, thrust blocking, and tie rods are not shown on the Plans. Provide pipe supports, thrust blocking, and tie rods for pipes as required by accepted design criteria to support and restrain the loads encountered. Related Sections • Division 1.81.30 Seismic Restraint and Anchorage References All products in contact with drinking water to be low-lead (less than 0.25 percent) content in compliance with NSF/ANSI 372. Submittals Submittal information shall be provided to the Owner for the following items: • Ductile iron pipe • Ductile iron fittings • Brass pipe and fittings • Vactor suction PVC pipe and support assembly • Isolation valves • Other mechanical components listed in this division or required by the Engineer Part 2 – Products Materials All valves, meters, hydrants, specialties, appurtenances, and other such mechanical and plumbing components that are of similar purpose shall be of a single manufacturer and model City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. line. Do not “mix and match” unless specifically stated otherwise or allowed by the Engineer. The intention of this requirement is to maintain consistency across all components installed on the project for function, maintenance, aesthetics, and details of installation. 15.18.03 Valve Testing Part 3 - Execution Testing All valves shall be pressure tested. Do not exceed the rated working pressure of the valve when operating the valve. Bleed off test pressure prior to operating. Check all valve bonnet fasteners for tightness. Test all valves for water tightness under differential working pressure. To perform this test, pressurize pipe section with valve in place, close valve and relieve pressure on seat side of the valve. The valve shall not pass water during a 5-minute test period. Operate all valves at least once from closed-to-open-to-closed positions while valve is under working (not test) pressure. 15.20 PIPE AND FITTINGS 15.21 Common Work for Pipe and Fittings Part 2 - Products Components Under no circumstance shall the fasteners be of lesser strength or higher corrosive potential than the materials being connected. If dissimilar metals are adjacent (for example: stainless steel flange connecting to ductile iron flange) a dielectric insulation kit shall be used. Fasteners for pipe and fittings: Per AWWA standards unless otherwise specified . All relevant subsections of AWWA C100, C200, and C500. All bolts and studs shall be long enough so that no less than two threads extend beyond the face of the nut. Non-submerged flange bolts to be ASTM A307 Grade A, zinc plated. For submerged conditions, connection bolts shall be Nitronic 60 steel. Nuts and washers shall be Stainless Steel, minimum grade 316 in treatment processes and sewage applications. Minimum grade 317 for acidic transport. Bolts and nuts shall meet ASTM F593 and F594. Stainless steel shall not be used where in contact with chlorine or chlorine solutions. Stainless steel bolts may be used in lieu of Nitronic but must be assembled using appropriate lubricant or tape. Cobas Stainless Steel Thread Sealing Tape or approved equal. All shackled thrust restraint systems shall be of stainless steel or Cor-Ten (ASTM 242) construction and manufactured by Star National Products (Ohio) or approved equal. All components of any stainless steel or Cor-Ten system shall include all stainless steel or Cor- Ten components. Bolts, nuts, washers, tie rods, and other components shall be one material and not intermixed. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. Finishes For conditions other than submerged, all nuts and bolts shall be zinc plated, and suitable for above and below grade locations as required. Where above grade/exposed piping is specially coated, the connecting nuts and bolts shall be coated using the same system unless directed otherwise by the Owner. Steel and stainless steel threads shall be protected against galling using steel thread sealing tape equal to Cobas steel thread sealing tape. Tape shall be specific to the steel type used. Part 3 - Execution Construction All piping and related equipment to be joined shall be connected as shown on the Plans, specifications, as recommended by the manufacturer or as required by standard industry practices if not otherwise specified. Steel and stainless steel threads shall be protected against galling using steel thread sealing tape equal to Cobas steel thread sealing tape. Tape shall be specific to the steel type used. 15.21.02 Shackle (Threaded Rod) Restraints Part 1 - General Definitions Anchor fastener: The item which connects to the fitting and which the shackle rod passes through. Such as a 90° eye bolt or shackle plate. Weathering steel: Steel alloy designed to resist corrosion. Often referred to using the genericized trade name Cor-Ten. Design Criteria Unless shown otherwise on the plans, use the following shackle rod sizes for 250 psi test pressure. Pipe Size Minimum Number (#) and Diameter of Rods Undocumented steel or SS (30 ksi minimum yield) SS cold drawn (35 ksi minimum yield) Weathering Steel (45 ksi minimum yield) 4” (2) at ½” (2) at ½” (2) at ½” 6” (2) at ¾” (2) at ¾” (2) at ¾” 8” (3) at ¾” or (2) at 1” (3) at ¾” or (2) at 1” (2) at ¾” or (2) at 1” 10” (5) at ¾” or (3) at 1” (4) at ¾” or (2) at 1” (3) at ¾” or (2) at 1” 12” (7) at ¾” or (4) at 1” (6) at ¾” or (3) at 1” (4) at ¾” or (3) at 1” Contact Engineer for other sizes or pressure. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. Submittals Provide submittal for anchor fastener which includes strength rating in pounds. For shackle plates, include dimensional drawing. For high strength rods (cold drawn or weathering steel), provide submittals showing rod material and yield strength. Part 2 - Products Components Anchor fasteners must be a steel alloy. Ductile iron, cast iron, or any material deemed brittle in the opinion of the Owner are not allowed. Verify anchor fastener is appropriate for anchor location. All buried shackled thrust restraint systems shall be stainless steel or weathering steel. Exposed shackles, such as in a vault or mechanical room, may be non-weathering steel but if so, must be coated with epoxy paint system. Clean rust prior to painting. Material (* = weathering steel) Yield Strength Corrosion Resistant Type 304/316 SS Low (30 ksi) Yes ASTM A36 Low (36 ksi) No ASTM A588 * Med (45 ksi) Yes ASTM A709 GR 50W * Med (50 ksi) Yes ASTM A242 * Med (50 ksi) Yes ASTM A307 High (60 ksi) No ASTM F3125 A325 Type 1 High (90 ksi) No ASTM F3125 A325 Type 3 * High (90 ksi) Yes All components of any stainless steel or weathering steel system shall include only stainless steel or weathering steel components. Bolts, nuts, washers, rods, and other components shall be one material and not intermixed. Shackle systems must provide a mechanism to prevent unthreading. Exposed shackles shall use double nuts. Buried shackle systems may use double nuts, single nut with tack weld, or single nut with center punch on outside rod thread. Provided washers at anchor fasteners. Install anchor fasteners on the opposite side of the flange or mechanical joint from the rod. Part 3 - Execution Installation For standard elongation restraint, space shackles roughly equally around the pipe. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. When restraint is intended to allow deflection movement without expansion, such as at a pump or tank connection, concentrate rods along the neutral axis of deflection. In other words, if vertical deflection is allowed, place rods along horizontal axis. Confirm proper orientation with Owner. Nuts shall be finger tightened to snug, then tightened by wrench one full turn. Do not overtighten. Field Quality Control For high strength rod, labels from packaging showing rod material must be given to the Owner in the field. If package labels are not available, Owner has the right to assume rods are not high strength and may require installation of additional rods and field coating. 15.22 Metal Pipe and Fittings 15.22.02 Ductile Iron Pipe and Fittings Part 1 - General Design Requirements Ductile iron pipe shall have thickness designed in accordance with ANSI/AWWA C150/A21.50 and shall be based on laying conditions and internal pressures to meet the requirements of Division 1.82. The pipe thickness shall not be less than that of Class 52 pipe. Part 2 - Products Manufactured Units Pipe shall be cement-lined and asphaltic coated in accordance with ANSI Standard A21.4 (AWWA C104) unless otherwise specified and shall conform to ANSI Standard A21.51 (AWWA C151). Rubber gasket pipe joints are to be push-on-joint (Tyton) or mechanical joint (MJ) in accordance with ANSI Standard A21.11 (AWWA C-111), unless otherwise specified. Flanged joints shall conform to ANSI Standard B16.1. When requested, furnish certification from the manufacturer of the pipe and gasket being supplied that inspection and all of the specified tests have been made, and the results comply with requirements of this standard. Ductile Iron Fittings All fittings shall be ductile iron where possible. Steel fittings will not be accepted. Ductile iron fittings shall be short-body, cement-lined, and for the pressure rating noted in Division 1.82. Metal thickness and manufacturing processes shall conform to applicable portions of ANSI Standards A21.20, A21.11, B16.2, and B16.4. Standard cement lining shall be in accordance with ANSI Standard A21.4 (AWWA C104). Mechanical joint (MJ), ductile iron, compact fittings 3 inches through 24 inches, and 54 inches through 64 inches shall be in accordance with AWWA C153. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. Flanged pipe spools shall be fabricated from minimum Class 53 wall thickness pipe and conform to ANSI/AWWA C115/A21.15 with the exception that flanges shall be fabricated from ductile iron unless otherwise specified in the Contract Documents. Interior shall be cement lined. Ductile iron flange (FL) fittings shall be in accordance with AWWA C110 and fabricated from ductile iron unless otherwise specified in the Contract Documents with a bolt pattern to match adjacent pipe. Gasket material for flanges shall be neoprene, buna-n, chlorinated butyl, or cloth-inserted rubber. Gaskets shall be full-face. Gaskets shall be a minimum ⅛ inch thick. Type of ends shall be specified as mechanical joint (MJ), restrained joint (RJ), true restrained joint (TRJ), plain end (PE), flanged (FL), or vitaulic (VIC). Finishes For above grade and exposed pipes, including those inside structures, prepare surfaces and coat the exterior per specification division 9.91.13.13. Part 3 - Execution Installation The Contractor shall provide tools and equipment, including any special tools required for installing each particular type of pipe used. The amount of deflection at each pipe joint shall not exceed 3-degrees per joint (11 inches over 18 feet), or the manufacturer’s printed recommended deflections, whichever is less. 15.22.08 Brass/Bronze Pipe and Fittings Part 1 - General References Brass to be low-lead content in compliance with NSF/ANSI 372 to have no more than 0.25 percent lead content. Brass nipples: ASTM B687 Brass fittings: ANSI/ASME B16.15 (threaded) Class 125 lb. (up to 200 psi water), 250 lb. (up to 400 psi water); B16.18 (soldered). Part 2 - Products Materials Brass pipe, nipples, and fittings to have threaded ends. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-7 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. 15.23.06 Polyvinyl Chloride (PVC) Pipe and Fittings for Sewer – Push on Joint Part 1 - General Design Requirements Pipe and fittings shall meet the requirements of ASTM Specification D3034 for 4-inch to 15-inch Standard Dimension Ratio (SDR) 35 and F679 for 18-inch to 27-inch. Pipe shall be suitable for use as a gravity sewer conduit. Part 2 - Products Materials Provisions must be made for contraction and expansion at each joint with a rubber ring. The bell shall consist of an integral wall section with a solid cross-section rubber ring, factory assembled, securely locked in place to prevent displacement during assembly. Standard laying lengths shall be 20 feet and 12.5 feet plus or minus 1-inch. At manufacturer’s option, random lengths of not more than 15 percent of total footage of each size may be shipped in lieu of standard lengths. All fittings and accessories shall be as manufactured by the pipe supplier or approved equal and have bell and/or spigot configurations compatible with that of the pipe. 15.30 VALVES 15.31 Common Work for Valves Part 1 – General Design and Performance Requirements Valves noted on the Plans or in other parts of the Specifications shall meet the requirements herein. Valves shall be designed for the intended service. Valve suppliers shall review the design and certify that the valve provided in the submittal is appropriate for the application and will operate as shown and described. Any discrepancies from the design and the valves shall be brought to the Engineer’s attention during the bidding process. Valves that do not operate as specified and per normal industry standards shall be replaced or modified so that they operate within the design parameters at the Contractor’s expense. Part 2 – Products Components If shear pins are installed with any valve, the manufacturer shall certify the shear pin(s) to fail between 95 to 99 percent of the operator shaft failure torque. Provide concrete supports for operators where required, as shown on the Plans. Buried valves shall be equipped with an AWWA 2-inch wrench nut with a minimum of 10 turns required to close the valve, unless otherwise noted on the Plans. Exposed valves shall City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-8 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. be equipped with lever actuator for valves 4 inches and smaller, or handwheel actuator for valves 4 inches and larger, unless otherwise noted on Plans. Valves located at elevations higher than 6 feet above the finished floor shall be equipped with chainwheel operator. Buried valves where the operator nut is more than 3 feet below the valve box lid shall be provided with a solid shaft valve nut extension to reach between 18-inches and 30-inches of the ground surface. Extension shall attach to the nut with a set screw. Diameter of extension shall be appropriate for the valve size and length of extension, but under no circumstances shall be less than 1 inch for 4-foot-long extension rods, or 1.25 inch for rods longer than 4 feet. Extension shall function without excessive twisting. Part 3 - Execution Installation Install valves in strict accordance with the manufacturer’s instructions and as shown on the Plans. Verify alignment and adjustments after installation. Provide buried valves with all operators or valves boxes installed so that wrenches or operators perform freely and without binding or other interference. Bed and backfill buried valves according to the requirements of the pipe to which they are attached. 15.32.05 Eccentric (Plug) Valves Part 2 – Products Manufacturers Valves shall be equal to M&H/Kennedy Valve Company Eccentric Plug valves, Pratt eccentric valves, or Dezurik eccentric valves. Manufactured Units Plug valves shall be eccentric plug valves unless otherwise specified. Valves shall be of the non-lubricated eccentric type with resilient faced plugs and furnished with end connections as shown on the Plans. Valve bodies shall be ASTM A126 Class B cast iron. The valve seat shall meet one of the following two requirements: 1) seat shall have a ⅛-inch welded overlay of not less than 90 percent pure nickel, with a raised seat area, so that the plug face contacts only nickel; or 2) seat shall be factory-coated with heat-fused thermoset epoxy or thermoplastic nylon in accordance with AWWA C550. The valve plug shall be ASTM A536 ductile iron, faced with neoprene with a cylindrical seating surface eccentrically offset from the center of the plug shaft. Interference between the plug face and the body seat shall be externally adjustable in the field with the valve under pressure and the plug in the closed position. Valves shall have sleeve-type metal bearings and shall be of sintered, oil impregnated, permanently lubricated type 316 ASTM A743 Grade CF-8M. Valve shaft seals shall be of the single or multiple V-ring type, externally adjustable and re-packable under pressure without removing bonnet or actuator. Valves utilizing O-ring seals or non-adjustable packing shall not be acceptable. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-9 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. Valves shall be equipped with gear actuators oriented as shown on the Plans. Gearing shall be enclosed in steel housing and suitable for running in a lubricant with seals provided on all shafts to prevent entry of dirt and water into actuator. Actuator shaft shall be supported on permanently lubricated bronze bearings and indicate valve position. An adjustable stop shall be provided to set closing torque and provide seat adjustment. Valve surfaces shall be coated internally and externally with a heat-fused thermoset epoxy or thermoplastic nylon. Exposed nuts, bolts, springs, and washers for buried service valves shall be stainless steel. 15.40 PIPING SPECIALTIES 15.40.03 Pipe, Valve, and Conduit Supports Part 1 - General Summary This section includes providing pipe supports, hangers, guides, and anchors. Related Sections • Division 1.81.30 Seismic Restraint • Division 5.05.23 Bolts and other Connectors References Pipe supports furnished under this section shall comply in all respects with the requirements of the following standards. • ANSI/ASME B31.1 Power Piping • ANSI/MSS SP-58 Pipe Hangers and Supports - Materials, Design and Manufacture • ANSI/MSS SP-69 Pipe Hangers and Supports - Selection and Application Performance Standards Piping systems, including connections to equipment, shall be properly supported to prevent deflection and stresses. Supports shall comply with ANSI/ASME B31.1, except as otherwise indicated. Size hanger rods, supports, clamps, anchors, brackets, and guides in accordance with ANSI/MSS SP 58 and SP 69. Support plumbing drainage and vents in accordance with the Uniform Plumbing Code. Submittals Pipe Hanger/Support Design Calculations Shop drawings of engineered pipe hangers/supports, including details of concrete inserts. Drawings shall include location plan showing location of the hanger/support in relation to the structure and/or equipment. City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-10 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. Part 2 – Products Manufacturers Pipe supports, hangers, guides, and anchors shall be Anvil, Unistrut, Tolco, Standon, or equal. Flange supports shall be equal to Standon Adjustable Model S89 Flange Support. Pipe supports shall be equal to Standon Adjustable Model S92 Pipe Support. Both flange and pipe supports shall be equal to those manufactured by Material Resources, Hillsboro, Oregon. Components Provide and install all equipment necessary for compete support systems including, but not limited to, base, riser pipe, anchor bolts, hanger rod, support cradle or clamp, and fasteners. All supports, rods, clips, etc. shall be 316 L stainless steel. Bolts shall be in accordance with 05.05.23. Except as otherwise noted, pipe support components shall comply with the types in ANSI/MSS SP-58. Submerged Supports: Submerged piping shall be supported with hangers, brackets, clips, or fabricated supports and stainless-steel anchors. Point Loads: Any meters, valves, heavy equipment and other point loads on PVC, fiberglass and other plastic pipes shall be supported on both sides according to the manufacturer’s recommendations to avoid pipe stresses. Supports on plastic and fiberglass piping shall be equipped with extra wide pipe saddles or stainless-steel shields. No support shall have metal pieces in contact with plastic process piping. Finishes Unless otherwise noted, all fabricated pipe supports, other than stainless steel or non-ferrous supports, shall be blast-cleaned after fabrication and hot-dip galvanized in accordance with ASTM 123. Other than stainless steel and non-ferrous supports, supports shall be coated in accordance with Division 9.91.13.1. Part 3 - Execution Installation Piping shall be rigidly anchored to walls, slabs, and ceilings by means of suitable pipe supports, wall brackets, or pipe hangers. Pipe supports, hangers, brackets, anchors, guides, and inserts shall be installed in accordance with the manufacturer’s installation instructions and ANSI/ASME B31.1. All concrete inserts for pipe hangers and supports shall be coordinated with the formwork. Stand-on Pipe Support: Adjust support, secure to pipe and secure to floor as recommended by the manufacturer. Riser Supports: Risers shall be supported on each floor with riser clamps and lugs, independent of the connected horizontal piping. Support Spacing: Pipe supports shall be placed to meet the following maximum spacing, unless otherwise noted or shown on the Plans: maximum vertical support spacing of 5 feet, and City of Renton Project Date LS and FM Improvements – Phase 2 Division 15 15-11 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\15 Mechanical.docx 11/15/21 9:18 AM © 2021 RH2 Engineering, Inc. maximum horizontal support spacing of 10 feet. Support shall be provided at horizontal bends, base of risers (vertical bends), floor penetrations, connections to pumps, blowers, and other equipment, valves and appurtenances. Support spacing shall meet the local plumbing code where applicable. Support spacing may be increased from that noted above provided adequate calculations are provided supporting the change. Support Anchorage: Concrete anchors shall be as specified in Division 3, Concrete Anchors. All channel strut type supports shall have a minimum of 2 anchors per support. Suspend pipe hangers from hanger rods, secure with double nuts. Securely anchor plastic pipe, valves and headers to prevent movement during operation of valves. Anchor plastic pipe between expansion loops and direction changes to prevent axial movement through anchors. Provide ductile iron elbows or tees supported from floors with base fittings. Support base fittings with metal supports, or when indicated on the Plans, concrete piers. Do not use chains, plumbers’ straps, wire, or similar devices for suspending, supporting or restraining pipes. Install riser clamps at floor penetrations and where indicated on the Plans. Field Quality Control Pipe supports and hangers shall be positioned in such a way as to produce an orderly, neat piping system. All hanger rods shall be vertical, without offsets. Hangers shall be adjusted to line up groups of pipes at the proper grade for drainage and venting, as close to ceilings or roofs as possible, without interference with other work. Properly support, suspend or anchor exposed pipe, fittings, valves and appurtenances to prevent sagging, overstressing or movement of piping and to prevent thrusts or loads on or against connected pumps, blowers or other equipment. THIS PAGE INTENTIONALLY LEFT BLANK 16-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Division 16 Electrical 16.00 GENERAL The Contractor shall provide all labor, material, tools, equipment and services required to complete the furnishing, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical equipment, devices and components as indicated and implied by the plans and specifications. Sections in these specifications titled “Common Work for . . .” shall apply to all following sections whether directly referenced or not. The Contractor shall reference Division 1.25 regarding substitutes and “or-equals”. 16.05 Common Work for Electrical Part 1 - General Summary Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically, dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. Regulatory Requirements The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor. The Contractor shall include these fees in the bid price. Related Sections See the following sections for items that may be provided and/or installed with other electrical equipment. • Division 10.14 Signs for electrical equipment Codes and Standards Provide all electrical work in accordance with latest edition of National Electrical Code, National Electrical Safety Code, Washington State Electrical Code, and local ordinances. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. All electrical products shall bear a label from a certified testing laboratory recognized by the State of Washington. Recognized labels in the State of Washington are UL, ETL, and CSA-US. Definitions Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not otherwise designated on the Plans. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. Corrosive Locations: Areas where chlorine gas under pressure, sulfuric acid, or liquid polymer are stored or processed. These areas are identified on the Plans. The words “plans” and “drawings” are used interchangeably in this specification and in all cases shall be interpreted to mean “Plans”. The word “provide” shall be interpreted to mean furnish and install. Design Requirements Unless otherwise noted, provide enclosures as follows: 1. Class 1, Division 1 and 2 Locations: NEMA Type 7 2. Indoors Unclassified Locations: NEMA Type 12 3. Corrosive Locations: NEMA Type 4X 4. Outdoors and/or Wet Locations: NEMA Type 4X 5. Electrical Rooms: NEMA Type 1 Submittals Provide submittals of each item specified in this division to engineer for approval in accordance with Division 1 of these specifications. Submittals for motor control centers, motor control panels, control panels, instrumentation panels, and pump control panels shall include at a minimum: a wiring diagram or connection schematic, and an interconnection diagram. Wiring Diagram or Connection Schematic 1. Include all devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). Interconnection Diagram 1. Show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. Show references to all connection diagrams which interface to the interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Show bundled wires on a single line with the direction of entry/exit of the individual wires clearly shown. Identify all devices and equipment. Show terminal blocks as actually installed and identified in the equipment complete with individual terminal identification. All jumpers, shielding and grounding termination details not shown on the equipment connection diagrams shall be shown on the interconnection diagrams. Show spare wires and cables. Provide submittal information for the following items: 1. Service Disconnect 2. Circuit Breakers City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 3. Conduit and Fittings 4. Electrical Handholes and Vaults 5. Wire and Cables 6. Automatic Transfer Switch 7. Manual Transfer Switch 8. Engine Generator Set 9. EG Fuel Tank 10. Other Electrical Components listed in this Division and/or required by the Engineer. Project Conditions Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and approved by both the Owner and the Engineer. Construction Power See Division 1.51 Part 2 - Products Source Quality Control Provide adequate space and fit for the electrical installation, including, but not limited to, determination of access-ways and doorways, shipping sections, wall and floor space, and space occupied by mechanical equipment. Provide electrical equipment that fits in the areas shown on the Plans. All equipment shall be readily accessible for maintenance, shall have electrical clearances in accordance with National Electric Code (NEC) and shall be installed in locations which will provide adequate cooling. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Owner. Identification of Listed Products Electrical equipment and materials shall be listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer’s place of assembly. All costs and expenses incurred for such inspections shall be included in the original contract price. Materials Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter’s Laboratories for the purpose for which they are used and shall bear the UL label. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Components Fasteners for securing equipment to walls, floors, and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in corrosive locations. When fastening to existing walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is ⅜-inch. Accessories Wire Identification 1. Identify each wire or cable at each termination and in each pull-box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull-box with plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Finishes Refer to each electrical equipment section of these specifications for painting requirements of equipment enclosures. Part 3 - Execution Installation General 1. Complete the wiring, connection, adjustment, calibration, testing and operation of mechanical equipment having electrical motors and/or built-in or furnished electrical components in accordance with electrical code, UL listing requirements and manufacturer’s instructions. Install electrical components that are furnished with mechanical equipment. 2. Provide the size, type and rating of motor control devices, equipment and wiring necessary to match the ratings of motors furnished with mechanical equipment. 3. Complete the procurement, installation, wiring, connection, calibration, adjustment, testing and operation of all electrical devices, components accessories and equipment which is not shown or specified but which is nonetheless required to make the systems shown and specified properly functional. Workmanship 1. Assign a qualified representative who shall supervise the electrical construction work from beginning to completion and final acceptance. 2. Provide all labor using qualified craftsmen, who have had experience on similar projects. 3. Ensure that all equipment and materials fit properly in their installations. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Field Services 1. Provide field services of qualified technicians to supervise and check out the installation of the equipment, to supervise and check out interconnecting wiring, to conduct start-up and operation of the equipment, and to correct any problems which occur during testing and start-up. Installing Equipment 1. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. 2. Install all floor-mounted equipment on 3½-inch high reinforced concrete pads. 3. Install all equipment and junction boxes to permit easy access for normal maintenance. Cutting, Drilling, and Welding 1. Provide any cutting, drilling, and welding that is required for the electrical construction work. 2. Structural members shall not be cut or drilled, except when approved by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Metal Panels 1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls ¼-inch from the wall and paint the back side of the panels with a high build epoxy primer with the exception of stainless-steel panels. Film thickness shall be 10 Mils minimum. Seismic Requirements 1. See Division 1.81.30 Load Balance 1. Balance electrical load between phases as nearly as possible on panelboards, motor control centers, and other equipment where balancing is required. 2. When loads must be reconnected to different circuits to balance phase loads, maintain accurate record of changes made, and provide circuit directory that lists final circuit arrangement. Field Quality Control Minor Deviations 1. The electrical plans are diagrammatic in nature and the location of devices, fixtures, and equipment is approximate unless dimensioned. Based on this, the right is reserved by the owner to provide for minor adjustments and deviations from the locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to Owner’s approval, without extra cost. 2. Plans indicate the general location and number of the electrical equipment items . When raceway, boxes, and ground connections are shown, they are shown diagrammatically only City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors, and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. Project Record Plans 1. A set of Plans shall be maintained at the job site showing any deviations in the electrical systems from the original design. A set of electrical Plans, marked in red to indicate the routing of concealed conduit runs and any deviations from the original design, shall be submitted to the Owner for review prior to final acceptance. 2. After testing and acceptance of the project the Contractor shall furnish in the O&M manuals an accurate connection schematic and interconnection diagram for every service entrance panel, pump control panel, motor control center, and instrumentation panel provided this project. Cleanup and Equipment Protection Equipment Protection 1. Always exercise care after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. Cleaning Equipment 1. Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. Painting 1. Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. Final Cleanup 1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Owner. 2. Lamps and fluorescent tubes shall be cleaned, and defective units replaced at the time of final acceptance. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-7 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 16.10 ELECTRICAL SITE WORK 16.10.1 Common Work for Electrical Site Work Part 1 – General Summary The work included in this section consists of furnishing and installing conduit, fittings, handholes, pull vaults, warning tape, cables, wires, and related items, complete as specified herein and as indicated on the Plans for a complete and functional underground electrical system. Special vaults, grounding, trench backfill requirements may be specified with the particular equipment or electrical system involved. Related Sections Wire and cable per Section 16.60. Raceways and conduit per Section 16.70. Design Requirements Materials and equipment shall conform to the respective specifications and standards; and to be the specifications herein. Electrical rating shall be as indicated on Plans. Part 3 – Execution Construction Provide all excavation, trenching, backfill, and surface restoration required for the electrical work. Excavate to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 12 inches horizontal and 6 inches vertical minimum, except gas line separation shall be 12 inches both vertical and horizontal. Cross concrete or asphalt only after surface material has been saw cut to required width and removed. Backfill around raceways shall be 3-inches of pea gravel or sand for systems of 600 volt or less. Provide red marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod, roots or debris for backfill. 16.10.2 Underground Marking Tape (Detectable Type) Part 2 – Products Manufacturers Tape shall be Brady “Detectable Identoline – Buried Underground Tape”, or equal. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-8 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Materials Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 Mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. Part 3 – Execution Installation Unless noted otherwise on Plans, install approved underground marking tape 12 inches above and directly over the conduit or raceway in all trenches. 16.10.3 Handholes and Pull Boxes Part 2 – Products Manufacturers Handholes and Pull boxes shall be Oldcastle or approved equal unless specified otherwise on the Plans. Materials Provide handholes of reinforced precast concrete, or injection molded composite plastic material. Handholes shall include a base, a body, extensions and a cover. Provide handholes with a perimeter of 10 feet or more (e.g., 3 feet by 2 feet) with both pulling irons and cable racks. All hardware shall be stainless steel, or hot-dip galvanized after fabrication; cable racking and hardware, however, shall be non-metallic and corrosion resistant. If no handhole size is shown on the Plans, size units per NEC or provide 12 inches by 24 inches by 18 inches deep, whichever is larger. All handholes located in areas subject to vehicular traffic or where identified on Plans shall be ASSHTO, H-20 rated in accordance with ASTM C857. The lids to all pull boxes and vaults shall be permanently marked for its intended use, “signal” for all signal and instrumentation handholes and “electrical” for all power handholes. Letter shall be a minimum of 3-inches high. Part 3 – Execution Installation Conduits entering handholes shall have grounding bushings installed and the conduit ends shall be sealed with Permagum sealing compound. Where conduits enter through sides of handholes, the penetration shall be made watertight. Use a core drill wherever it is necessary to drill through concrete. Perform patch work with the same materials as the surrounding area and finish to match. Pull boxes shall be provided at least every 150 feet on long straight runs. Spacing shall be reduced by 50 feet for each 90-degree bend. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-9 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Install handholes flush with finished grade in all paved areas, roadways and walkways. All handhole edges shall be flush with final surface. 16.15 Grounding and Bonding for Electrical Systems Part 1 - General References Service and equipment grounding shall be per Article 250 of the NEC. Performance Requirements Verify that a low-resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. Part 2 - Products Components The grounding systems shall consist of the ground rods, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to water piping and structural steel as shown on the Plans. System components shall be as allowed in the NEC unless specified otherwise below: 1. Ground Rods: Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27 percent of pure copper. 2. Ground Conductors: Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper. Sizes over No. 6 AWG shall be stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applications. 3. Ground Rod Boxes: Boxes shall be a 9-inch diameter precast concrete unit with hot-dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall be embossed with the wording “Ground Rod”. Part 3 - Execution General Grounding Installation When available a UFER ground per latest edition of NEC shall be provided as the primary means to ground the electrical system. Ground electrical service neutral at service entrance equipment to supplementary grounding electrodes. Ground each separately derived system neutral to nearest effectively grounded building structural steel member or separate grounding electrode. Provide a ground rod box for each ground rod to permit ready access to facilitate testing. Provide a ground wire in every conduit carrying a circuit of over 110 volts to ground. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-10 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Make embedded or buried ground connections, taps and splices with exothermic welds. Coat ground connections. Bond metallic water piping at its entrance into each building. Vault and Handhole Grounding Exposed noncurrent-carrying metal parts of equipment, conductor supports or racks, conduits, and other metal appurtenances, including any metal cover and its supporting ring, shall be bonded together and connected to a common ground. The size of the grounding means shall be as prescribed in the NEC. Where the grounding means is exposed, the grounding conductor shall be not smaller than #8 AWG copper. Ground Connections Above grade ground connections shall be exothermic weld, mechanical, or compression-type connectors; or brazing. Below grade ground connections shall be exothermic weld. Install all ground connections is strict accordance with connector manufacturer’s recommendations and methods. Testing Following completion of the grounding electrode system, if installed, measure ground resistance at each ground rod using the three-rod method. Submit results to engineer prior to final acceptance by the Owner. Perform testing per NETA Standard ATS paragraph 7.13. Testing methods shall conform to NETA Standard ATS using the three-electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. Furnish to the Engineer a test report with recorded data of each ground rod location. See Division 16.95.4. 16.20 UTILITY SERVICE 16.21 Electrical Service Part 1 – General Description of Work Work consists of connecting to the existing utility transformer at the Baxter Lift Station location and installing a proposed main service disconnect panel. Scheduling Work with the Utility Company The Contractor shall be fully and completely responsible for all scheduling and coordination with the utility company. The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required prior to Certification of Occupancy. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-11 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. The Contractor shall make all necessary applications for service with the utility and shall notify the Owner in writing of any obligations that the Owner must fulfill for service to be started, installed, or modified. Contractor/Utility Interface Responsibilities The electrical utility providing service to these facilities is Puget Sound Energy. The Contractor shall comply with all utility company standards and requirements. All utility charges for and related to the final permanent service to the facility will be paid by the Owner, directly to the utility company and not be included in the Contractor’s bid price. The Contractor shall: Baxter Lift Station: Intercept the existing secondary service with a handhole as shown on the Plans. Install new raceway and conductors for secondary service from the handhole to the proposed service entrance panel including trenching, backfill, and restoration. Terminate service conductors at the service entrance panel. Install the Service Entrance main disconnect as shown on the Plans. Provide excavation, backfill, and restoration required for installment of the electrical handholes and vaults. The Contractor shall meet all the standard requirements for working in the right-of-way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. The Utility Company shall: Terminate conductors on the secondary side of the transformer. Project Conditions Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. Standards and Codes Work involving service installation shall be done in accordance with the service utilities standards and the NEC. Service equipment shall be listed and labeled by UL as “suitable for use as service equipment”. 16.21.4 Circuit Breaker Service Disconnect Switch Design The switch shall be heavy duty type, shall be quick-make, quick break, and shall be horsepower rated. The switch shall have blades as required to open all ungrounded conductors. The disconnect shall have a minimum available fault current withstand rating of 22,000 amperes unless noted otherwise on the Plans. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-12 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Service equipment shall meet the requirements of the serving utility and shall be suitable for use as service equipment. Service entrance disconnect shall be furnished with a UL service entrance label. Manufacturers Materials, equipment, and accessories specified in this section for the service disconnect switch shall be products of: • Eaton (Cutler Hammer) • General Electric • Schneider Electric (Square D) • Siemens • Or approved equal Materials The switch shall be pad-lockable in both the OFF or ON position. The enclosure shall be NEMA 4X rated unless noted otherwise on the Plans. The enclosure shall have interlocking cover to prevent opening door when switch is closed. The interlock shall include a defeating scheme. The enclosure shall be pad-lockable. Circuit breakers shall be molded case thermal-magnetic type and meet molded case circuit breaker specifications covered in Division 16.55.16. 16.21.6 Manual Transfer Switch Part 1 - General Design Switch shall be heavy duty safety switch, double throw type, non-fused manually operated, NEMA 4X enclosure, 600-volt, 3 phase, 100 ampere rated. Part 2 – Products Manufacturers Materials, equipment, and accessories specified in this section for the manual transfer switch shall be products of: • Eaton (Cutler Hammer) • General Electric • Schneider Electric (Square D) • Siemens • Or approved equal City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-13 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Part 3 - Execution Ground Electrode System The grounded conductor and ground bus shall be connected to the grounding electrode system, via the grounding electrode conductor as indicated on system one-line diagram. The system shall be as indicated in Article 250-66 of the NEC. See Division 16.15 for additional grounding requirements and specifications. Underground Secondary Service Install in accordance with Plans and Division 16.10. 16.50 PANELBOARDS 16.52 Panelboards Part 1 - General Description of Work This section covers the furnishing and installation of all panelboard equipment complete. Quality Assurance Provide products specified in this Section that are listed and labeled as defined in NEC Article 100. Standards and Codes All materials and equipment specified herein shall, within the scope of UL Examination Services, be approved by the Underwriter’s Laboratories for the purpose for which they are used and shall bear the UL label. All material and equipment specified herein shall conform with all applicable NEMA, ANSI, and IEEE standards. All materials and equipment specified herein, and their installation methods shall conform to the latest published version of the NEC. Part 2 – Products Manufacturers Materials, equipment, and accessories specified in this section shall be products of: • Eaton/Cutler-Hammer • Schneider Electric/Square D Company • Siemens City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-14 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Components Circuit Breakers 1. Provide thermal-magnetic unless otherwise indicated, quick-make, quick-break, molded case, of indicating type showing ON/OFF and TRIPPED positions of operating handle. Mount breakers in all panelboards so that the breaker handles operate in a horizontal plan. 2. The bus connection shall be bolt-on circuit breakers in all panelboards. In power distribution panelboards, 225-ampere frame sizes and greater may be plug-in type where individual positive locking device requires mechanical release for removal. 3. Trip Mechanism: a) Individual permanent thermal and magnetic trip elements in each pole. b) Test button on cover. c) Variable magnetic trip elements with a single continuous adjustment 3X to 10X for frames greater than 100 amps. d) Two and three pole breakers shall have common trip. e) Automatic opens all poles when overcurrent occurs on one pole. f) Calibrated for 40 degrees C ambient, unless shown otherwise. Part 3 – Execution General Install in accordance with NECA 407, NEMP PB 1.2 and manufacturers’ written installation instructions. 16.55 Switches and Protective Devices 16.55.1 Common Work for Switches and Protective Devices Part 1 - General Design Requirements Overcurrent devices shall be NEMA rated. Extra Materials Provide one fuse for each ungrounded conductor and a minimum of one spare fuse per phase of each ampacity and voltage used on the project. Deliver fuses to Owner at the completion of the project. Part 3 – Execution Installation Overcurrent protection devices and safety switches shall be centered 60 inches above the finished floor unless noted otherwise on the Plans. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-15 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 16.55.16 Molded Case Circuit Breakers Part 1 - General Design Requirements Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 40 degrees Celsius. Part 2 - Products Manufactured Units Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the “ON” or “OFF” positions. 16.55.17 Instantaneous Magnetic Trip Breakers Part 1 - General Design Requirements The magnetic trips shall be adjustable and accessible from the front of all these breakers. Part 2 - Products Manufactured Units Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer’s recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. 16.60 CONDUCTORS 16.61 Low Voltage Wire and Cable Part 1 - General Design Requirements This section is for power and control conductors for 600 volts or less. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-16 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Part 2 - Products Materials Conductors 1. Solid and stranded copper wire shall be 600-volt Type THW, THWN, or THHW, Class B stranding, sizes #14 AWG, #12 AWG, and #10 AWG only. Use of THHN insulation shall not be allowed. Aluminum conductors shall not be allowed. 2. Stranded copper wire shall be 600-volt Type XHHW, Class B stranding, sizes #8 AWG and larger. Aluminum conductors shall not be allowed. Splices 1. For Lighting Systems and Power Outlets: Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2. All Equipment: Crimp type connectors shall be insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors. 3. Division 16 Equipment and Power Conductors: Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. 4. All Equipment: Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. Terminations 1. Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with either solid or stranded conductors. 2. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. 3. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. Finishes Color Coding: Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: 1. 120/208 Volt, 3 Phase: Red, black and blue. 2. 277/480 Volt, 3 Phase: Yellow, brown and orange. 3. 120/240 Volt, 1 Phase: Red and black. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-17 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Part 3 – Execution Location (Installment) Schedule Provide the following conductors for the following applications: 1. Use stranded copper conductors for all power and control circuits unless noted otherwise on plans or below. Size as noted on the Plans. 2. Contractor may use solid copper conductors for lighting and receptacle circuits using screw-type terminals. Size as noted on the Plans. 3. Size #14 AWG wire or smaller shall not be allowed on power circuits. Installation Conductor Splices 1. Splices: Install all conductors without splices unless necessary for installation, as determined by the Engineer. Splices when permitted shall be completed using an approved splice kit intended for the type of conductor and the application. The splice shall be in accordance with the splice kit manufacturer’s instructions. 2. Underground Splices: All underground outdoor splices when approved by Engineer shall be completed in an accessible pullbox or handhole using an approved watertight epoxy resin splice kit rated for the application up to 600 volts. Splices will not be allowed to be direct buried. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as favorably by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. Testing Insulation Resistance Tests: For all circuits 150 volts to ground or more and for all motor circuits over ½ horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-18 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 16.63 Signal Cable Part 2 - Products Materials Twisted Shielded Pairs (TSP) 1. Cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7-strand copper conductors per ASTM B8 with 15 Mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 Mils. The insulation system shall be rated at 90 degrees Celsius and for operation at 600 volts. Special Cables 1. Use only coaxial cable recommended for specific applications such as radio antenna systems and computer networks as required by the manufacture or system supplier. 2. Special cables such as triaxial (coax), twin-axial, and low capacitance computer grade cables shall be supplied where shown on the Plans or as required by the manufacturer or suppler. Deviations must be favorably reviewed by the Engineer. Part 3 - Execution Installation Cable Installation 1. Cables shall be continuous from initiation to termination without splices. 2. Cable shielding shall be grounded at one end of the cable only. Bonding shall be to a single ground point only. Bonding from cable to cable in multiple run installations shall not be permitted. 3. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC. Conductor Identification 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-19 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Testing Insulation Resistance Tests: Perform insulation resistance on all circuits. Make these tests before any equipment has been connected. Test the insulation with a 500 Vdc insulation resistance tester with a scale reading 100 mega ohms. The insulation resistance shall be 20 mega ohms or more. Submit results to Engineer for review. 16.70 RACEWAYS , BOXES, AND FITTINGS 16.71 Raceways Part 1 – General Design Requirements Conduit sizes not noted on Plans shall be in accordance with NEC requirements for the quantities and sizes of wire installed therein. Part 2 – Products Components Conduit and Fittings 1. Galvanized Rigid Steel (GRS): Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6 and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the NEC. 2. PVC Coated Rigid Steel Conduit (PVC-GRS): PVC coated conduit shall meet the GRS standard above plus have a 40 Mil PVC factory applied PVC coating. 3. Nonmetallic Conduit: Nonmetallic Conduit shall be rigid PVC, Schedule 40 (PVC-40) or 80 (PVC-80). PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree Celsius. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer’s instructions. Conduit, fittings, and solvent shall all be manufactured by the same Manufacturer. 4. Flexible Metal Conduit (Flex-LT): Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electric Type UA or equal. 5. Electrical Metallic Tubing (EMT): EMT shall be UL 797 and ANSI C80.3; steel tubing, hot dipped galvanized. EMT fittings shall be ANSI/NEMA FB 1; steel, rain tight, insulated throat, compression type. Conduit and Cable Supports 1. Conduit Supports: Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-20 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. support for PVC or PVC coated rigid steel shall be one-hole PVC or epoxy coated clamps or PVC conduit wall hangers. 2. Ceiling Hangers: Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be ½-inch all-thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. Wireways 1. General: Wireways shall consist of prefabricated channel-shaped, lay-in trough with hinged convers, associated fittings and supports. Straight section shall not be longer than 5 feet. Use 45-degree elbow and tees at all transition points. Cross-sectional dimensions shall be as indicated on the Plans. Fittings shall consist of elbows, tees, crosses and closing plates as required. Wireways shall be designed for continuous grounding. 2. Finish: Rust inhibiting primer and manufacturers standard paint inside and out except of stainless-steel type. 3. Standards: UL 870, NEMA 520 4. Watertight (NEMA 4X rated) Wireway a) 14-gauge Type 304 or 316 stainless steel bodies and covers without knockouts and 10-gauge stainless steel flanges. b) Cover: Fully gasketed and held in place with captive clamp type latches. c) Flanges: Fully gasketed and bolted. 5. Dust-tight (NEMA 12 rated) Wireway a) 14-gauge steel bodies and covers without knockouts and 10-gauge steel flanges. b) Cover: Fully gasketed and held in place with captive clamp type latches. c) Flanges: Fully gasketed and bolted. Conduit Sealants 1. Moisture Barrier Types: Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. 2. Fire Retardant Types: Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. Part 3 - Installation Raceway Applications Galvanized Rigid Steel (GRS) conduit shall be used in all locations unless noted otherwise below or on the Plans. ABOVE GRADE CONDUITS (non-corrosive areas) shall be: 1. GRS for power and control wiring. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-21 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 2. GRS for instrumentation and telecommunications wiring. 3. GRS for motor leads from VFDs. 4. EMT for above-grade lighting circuits. ABOVE GRADE CONDUITS (wet or corrosive areas, NFPA 70 hazardous areas) shall be: 1. PVC-GRS for power and control wiring. 2. PVC-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VFDs. CONCEALED ABOVE GRADE CONDUITS shall be: 1. GRS for all wire and cable types in wood stud frame walls. 2. PVC-40 for power and control wiring in concrete block or brick walls. 3. PVC-40 for instrumentation and telecommunications wiring in CMU or brick walls. 4. GRS for motor leads from VFDs in CMU or brick walls. BELOW GRADE CONDUITS IN DIRECT EARTH (not under slabs-on-grade) shall be: 1. PVC-40 for power and control wiring. a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VFDs. UNDER SLABS-ON-GRADE CONDUIT shall be: 1. PVC-40 for power and control wiring a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-GRS for instrumentation and telecommunications wiring. 3. PVC-GRS for motor leads from VFDs. CONCRETE-ENCASED CONDUITS shall be: 1. PVC-40 for power and control wiring a) Sweeps and risers for transition of PVC from below grade to above grade shall be PVC-GRS. 2. PVC-40 for instrumentation and telecommunications wiring. a) Sweeps and risers for transition of PVC from concrete-encasement to above grade shall be PVC-GRS. 3. PVC-GRS for motor leads from VFDs. ALL CONNECTIONS TO VIBRATING EQUIPMENT OR MOTORS shall be: City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-22 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 1. Liquidtight flexible metallic conduit for indoor, non-corrosive areas and all motor leads from VFDs. 2. Connection to equipment outdoors or in corrosive areas shall be with non-metallic liquidtight flexible conduit (except for motor leads from VFDs shall be flexible metallic.) Installation All conduits shall be concealed in the floor, walls, ceiling slab, or beneath the floor slab. Surface mounted conduit will not be accepted unless noted otherwise on the construction Plans. Size of Raceways: 1. Raceway sizes as shown on the Plans, if not shown on the Plans, then size in accordance with NFPA 70. 2. Unless specifically indicated otherwise, the minimum raceway size shall be: a) Conduit: ¾-inch b) Wireway: 4-inch by 4-inch All raceways shall contain a separate grounding conductor. Spare conduits shall contain one 3/16-inch diameter nylon pull rope. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. Conduit shall not be routed on exterior of structures except as specifically indicated on the Plans. Where water cannot drain to openings, provide drain fittings in the low spots of the conduit run. Securely fasten raceways at intervals and locations required by NEC, or the type of raceway employed. Provide all required openings in walls, floors and ceilings for conduit penetration. 1. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. 2. New Construction: Avoid cutting openings, where possible, by setting sleeves or frames in masonry and concrete, and by requesting openings in advance. 3. Existing Construction: Core drill openings in masonry and concrete. Avoid structural members and rebar. Conduit encasement or embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-23 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. located five feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. Analog signal conduits shall be separated from power or control conduits. The separation shall be a minimum of 12-inches for metallic conduits and 24-inches for nonmetallic conduits. Install explosion-proof seal-offs in hazardous areas shown on the Plans and as required by the NEC. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. All conduit openings not encased in a panel shall be sealed with duct seal. Wireway Installation 1. Straight sections and fittings shall be solidly bolted together to be mechanically rigid and electrically continuous. Dead ends shall be closed. Unused conduit openings shall be plugged. 2. Wireways shall be supported every 5 feet minimum. 16.90 POWER GENERATION 16.91 Engine Generator 16.91.2 Diesel Engine Generator Set Part 1 - General Definitions Operational Bandwidth: The total variation from the lowest to highest value of a parameter over a range of conditions indicated, expressed as a percentage of the nominal value of the parameter. Standby Rating: Power output rating equal to the power the generator set delivers continuously under normally varying load factors for the duration of the power outage. Local Availability: A manufacturer’s authorized dealer with a service department that is within 100 miles of the project installation site. Design Criteria Provide one self-contained, exterior rated standby engine generator system to automatically operate the load criteria listed in the rating section of these specifications during prime power failure conditions. Insulate, enclose, or guard exposed parts subject to high-operating temperatures or energized electrically, and moving parts which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-24 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. replacement of parts, assemblies, and accessories shall be possible with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. Design, construct, and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and proof of torsional acceptability shall be provided by the manufacturer. Performance Criteria The engine generator set provided shall not have a standby rating less than 40 kW at 0.8 PF with fan. Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. Generator shall meet the following requirements: 1. Standby rating – 40 Kilowatt 2. Voltage – 277/480 volts 3. Phase – 3-phase 4. Frequency – 60 Hertz 5. Insulation – Class H 6. Wiring – 12 lead reconnectable 7. Ambient Temperature – 115 degrees Fahrenheit (max), -20 degrees Fahrenheit (min) Allowable temperature rise in the generator shall not exceed 257 degrees Fahrenheit over 115 degrees Fahrenheit ambient temperature. The alternator shall produce a clean AC voltage waveform, with not more than 5 percent total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3 percent in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. The generator set shall accept a single step load of 100 percent of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating and shall meet all applicable exhaust emission requirements at the time of commissioning. The generator specified for this project was sized using Cummins PowerSuite software. Due to variations by generator manufacturers and the software used by manufacturers for City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-25 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. determining the size of a generator, it is the Contractor’s and generator supplier’s responsibility to verify the size of the generator to ensure that the generator will perform as specified. All sizing reports shall be submitted by the Contractor and approved by the Owner prior to equipment order. If the supplier/Contractor prepared sizing report requires a larger generator than what is specified, the larger generator shall be provided at no additional cost to the Owner. Refer to the table below for load step information and the Plans for electrical load details. Load Step Load Description 1. Transformer (10 kVA, single-phase) 2. Pump 1 3. Pump 2 4. Pump 3 Submittals The following information shall be furnished: 1. Evaluation of engine generator size based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. 2. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. 3. Literature describing the diesel engine generator set. 4. Literature describing auxiliary equipment to be furnished. The following shall be furnished in tabular form: 1. Engine make 2. Number of cylinders 3. Bore (in inches) 4. Stroke (in inches) 5. Generator make and type 6. Generator electrical rating, kVA 7. Cubic inch displacement Fuel oil consumption 8. Exciter and type 9. Horsepower at rated load 10. Enclosure size, exterior dimensions Provide factory test results. See Source Quality Control below. 1. Provide field test results. See Site Test requirements under Part 3 of this specification. 2. Provide five (5) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-26 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. Project Conditions Interruption of existing electrical service: Do not interrupt electrical service to facilities occupied by the Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated: 1. Notify Owner no fewer than two working days in advance of proposed interruption of electrical service. 2. Do not proceed with interruption of electrical service without Owner’s written permission. 3. Engine generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: a. Minimum Temperature: 0 degrees Fahrenheit b. Maximum Temperature: 115 degrees Fahrenheit. c. Relative Humidity: 0-95 percent d. Altitude: Sea level to 1200 feet Coordination Coordinate size and location of concrete bases for package engine generator set and fuel tanks . Cast anchor-bolt inserts into concrete bases. Concrete, reinforcement and formwork requirements are specified with concrete. Coordinate size and location of roof curbs, equipment supports, roof penetrations and wall penetrations for exhaust systems. Quality Assurance The engine generator set shall be supplied by a manufacturer who has been regularly engaged in the production of engine-generators sets and associated controls for a minimum of twenty years, thereby identifying one source of supply and responsibility. The packaged engine generator set, and auxiliary components shall be provided through one source from a single manufacturer. The manufacturer shall provide factory-trained service and parts support through a factory authorized dealer/supplier that is regularly doing business in the area of installation. The factory authorized dealer/supplier shall maintain a service center capable of providing training, parts, and emergency services within 50 miles of the project site. Warranty The electrical standby system, including the engine generator set, exerciser and transfer switch, shall be guaranteed for two years or 1,500 hours operation from date of start-up service and acceptance, whichever occurs first. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-27 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Extra Materials A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. The following spare parts shall be furnished: 3 - Sets of fuel filter elements and gaskets 3 - Lubricating oil filter elements and gaskets 3 - Air cleaner filter elements 2 - Complete sets of V-belts including fan and alternator drive belts Part 2 – Products Manufacturers Subject to compliance with these specifications, the following manufacturers are approved for bidding: • Cummins/Onan • Caterpillar/Olympian • Detroit/MTU Ensure engine generator and accessories are provided by the above-named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. Manufactured Units The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer’s standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer’s standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturer’s catalogs, or brochures, and represents the latest production model. Components Generator 1. Generator shall be a revolving field, 4-pole brushless connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine and connected to the engine using a flexible disc coupling. Voltage Regulator 1. Engine-generator unit shall have a steady state voltage regulator. Generator set shall be capable of recovering to a minimum of 90 percent of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15 percent. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-28 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 2. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. Electric Starting System 1. Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. 2. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. Cooling System 1. Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 115-degree Fahrenheit ambient temperature. 2. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. 3. Provide cooling system water heaters suitable for operation on a 120-volt, 60 Hz current to maintain engine water temperature at 120 degrees Fahrenheit at an ambient temperature of 50 degrees Fahrenheit. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of -20 degrees Fahrenheit. Air Cleaners 1. Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. Governor System 1. An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. Lubrication 1. Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. 2. Provide effective lubricating oil filter and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-29 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. 3. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. Frame 1. Engine shall be factory-assembled and aligned on a heavy-duty steel base with integral fuel tank. Batteries shall be housed in an acid-resistant box, which shall be mounted on engine frame and adjacent to the engine. Location of battery housing shall not interfere with maintenance and inspection of the engine. Construct the frame to ensure proper alignment of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any direction during installation and shall be provided with suitable holes for foundation bolts and vibration isolators. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by the site location. 2. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift pick-up. Sound-Attenuated Enclosure 1. The engine/generator system shall be provided with an exterior rated, sound-attenuated enclosure to reduce noise emissions, protect the system from excessive dirt, dust, ash, weather and vandalism. All access doors shall be lockable. The housing shall be factory installed and allow easy access to the engine-generator and the control panel. The control panel shall be mounted on the end of the enclosure, opposite the radiator end. Enclosure doors shall not be wider than 36-inch each to allow for convenient access to the enclosure interior. 2. The enclosure shall provide a sound level at full load no greater than 75 dB(A). This sound level shall represent the average measurement taken at eight points located equidistant, 23 feet from the center of the engine generator at full load. 3. The enclosure shall comply with the requirements of the NEC for all wiring materials and component spacing. The total assembly of generator set, enclosure, and sub-base fuel tank (when used) shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100 degrees Fahrenheit. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. 4. Enclosure shall be constructed of minimum 12-gauge steel for framework and 14-gauge steel for panels. All hardware and hinges shall be stainless steel. 5. A factory-mounted exhaust silencer shall be installed inside the enclosure. The exhaust shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-30 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 6. The enclosure shall include the following maintenance provisions: a) Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure, with internal drain valves. b) External radiator fill provision. Exhaust System 1. Muffler shall be rated as necessary to comply with City of Renton noise emission standards, and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. 2. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. 3. Exhaust system for the diesel engine shall conform to codes set forth in the NFPA, Volume 4, Section 211, and shall comply with recommendations for exhaust systems as specified by the diesel engine manufacturer. 4. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support the exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. 5. Provide a condensate drain for the muffler through a petcock. 6. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a minimum temperature of 1,200 degrees Fahrenheit. The exterior blanket shall be protected with a 0.016 aluminum jacket with weatherproof end cap. Fuel System 1. Engine shall operate on automotive diesel fuel complying with the limiting requirements of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. 2. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. 3. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam-driven gears from engine camshaft. 4. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. 5. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. 6. Provide integral fuel tank mounted between the structural steel skids for engine fuel supply. The tank, as installed shall meet all local and regional requirements for above City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-31 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. ground tanks. The tank shall be sized to allow 24 hours of continuous full load operation using the following criteria: a) 12 hours of exercising supply before low fuel alarm b) 12 hours of operation after a low-low fuel alarm 7. Tank shall be especially constructed for mounting in this location by the engine generator manufacturer. Provide tank with the following: a) Fuel level gauge b) Drain c) Fill pipe and vent d) Leak detection provisions, wired to the generator set control for local and remote alarm indication. e) High- and low-level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. f) Integral lifting provisions. g) Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. 8. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall have flexible sections between tank and engine to absorb vibration. 9. Install fuel storage system according to diesel engine manufacturer’s recommendations and conform to the NFPA Code and Uniform Building Code. Fuel 1. Fill fuel tank completely full at completion of construction. Control Panel and Alarm System 1. The Engine control panel shall be integrally mounted to the engine generator assembly on the generator at the opposite end of the radiator. It shall be enclosed in a NEMA 4 enclosure. 2. The control shall have automatic remote start capability from a panel-mounted, 3-position (Stop, Run, and Remote) switch. 3. The generator set shall be provided with alarm and status indicating lamps to indicate non-automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. 4. Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown below. 5. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-32 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. a. Alarms i. Low oil pressure warning ii. Oil pressure sender failure iii. Low coolant temperature iv. High coolant temperature warning v. Low coolant level vi. Engine temperature sender failure vii. Low DC voltage viii. High DC voltage ix. Weak battery x. Low fuel warning xi. Overload xii. Battery Charger Malfunction xiii. Overcurrent xiv. Under Frequency b. Shutdown Alarms i. Low oil pressure ii. Low-Low Fuel iii. High coolant temperature iv. Fail to crank v. Overcrank vi. Overspeed vii. High AC voltage viii. Low AC voltage ix. Under frequency x. Over current xi. Short circuit xii. Emergency stop c. Engine control panel shall include the following: i. Oil pressure gauge (psi) ii. Emergency Stop Pushbutton iii. Coolant temperature gauge (F) City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-33 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. iv. Operating hour meter (hrs) v. Hand-off Auto Selector switch (HOA) vi. AC Frequency meter (hertz) vii. AC Volt meter (0-600v) viii. AC Current Meter (Amps) ix. Load Meter (kW) d. Alarm Contacts to Telemetry Provide auxiliary dry contacts for activating remote alarms to the telemetry panel on activation of any of the following conditions: i. Low Fuel ii. Generator warning iii. Generator run iv. Generator failure (shutdown) Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. Switch Gear 1. Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, molded case thermal-magnetic type, rated as shown on Plans. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel-type ammeter with phase selector switch, a panel-type voltmeter with selector switch, and frequency meter mounted on engine control panel. Battery Charger 1. Provide a battery charger for mounting within the generator enclosure. The battery charger shall be current-limited, automatic-equalizing and float-charging type. The unit shall comply with UL508 and include the following features: 2. Operation: Equalizing-charging rate of 5A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float-charging mode and continues operating is that mode until battery is discharged again. 3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. 4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-34 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 5. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. 6. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC input or DC output of battery charger. Either of these conditions closes contacts that provide a battery charger malfunction indication at the monitoring panel. Finishes Prime and paint diesel engine set and accessories in conformity with manufacturer’s standard practice. Color of diesel engine set enclosure shall be of manufacturer’s standard color, unless noted otherwise on Plans. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion protection and finish painted with the manufacturer’s standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 1. Primer thickness, 0.5-2.0 Mils. Top coat thickness, 0.8-1.2 Mils. 2. Gloss, per ASTM D523-89, 80-percent plus or minus 5-percent. Gloss retention after one year shall exceed 50 percent. 3. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. 4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds. 5. Salt Spray, per ASTM B117-90, 1000+ hours. 6. Humidity, per ASTM D2247-92, 1000+ hours. 7. Water Soak, per ASTM D2247-92, 1000+ hours. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant and designed to minimize marring of the painted surface when removed for normal installation or service work. Source Quality Control Engine generator unit shall be tested at manufacturer’s plant at full load before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment . Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-35 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Part 3 - Execution Installation Install engine in conformity with the Plans and manufacturer’s instructions and under manufacturer’s direct supervision. Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the Plans. Site Test Contractor shall provide sufficient fuel for engine generator on-site testing; following completion of testing Contractor shall fill engine generator fuel tank full prior to project acceptance. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. Upon completion of unit installation, carry out running tests. Operate engine for a period of not less than 2 hours at full rated load. A load bank shall be provided by the Contractor for performing the 2-hour load test. Following load testing, five loss-of-power tests must be performed to verify proper operation of ATS and generator with power being supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when the largest single step of the rated load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner’s representative. Owner’s representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. 16.92 Transfer Switches 16.92.2 Automatic Transfer Switch Part 1 - General Design Criteria The transfer switch shall be NEMA 1 rated and equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3-phase. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all classes of load and continuous inductive duty. The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of 42,000 Amps. The switch shall be capable of enduring 6,000 cycles of complete opening and closing at rated current and voltage at a rate of 6 cycles per minute without failure. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-36 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. The switch shall be double throw inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously. The operating current shall be obtained from the source to which the load is to be transferred. The transfer mechanism shall be of the double break design with solid silver cadmium surface contacts and individual heat resistant arc chambers. Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting current. All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts. Part 2 – Products Manufactured Units The automatic transfer switch shall be supplied by the Manufacturer of Engine generator system. Components The transfer switch shall include the following accessories: Undervoltage Sensor 1. Adjustable solid-state low voltage sensing relays (pick up 85 to 98 percent of normal voltage set at 98 percent; drop out 75 to 100 percent set of 90 percent of pickup setting). Provide for each phase on both utility and backup power sources. Time Delay Start and Stop on Drop Out 1. Solid state adjustable time delay on start (0 to 15 seconds). Set start delay for 15 seconds. Timer will send start signal to gen set CP, where louver timer will allow 15 second delay for louvers to open prior to starting gen set. Time Delay Stop 1. Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after normal power is restored and retransfer occurs. Set at 5 minutes. Time Delay Transfer and Retransfer 1. Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at 5 minutes for retransfer to normal. Set at 3 seconds for transfer to emergency. With or Without Load Selector Switch 1. Switch to select exercise with or without station load. Normal-Test Switch 1. Switch such that in the “Normal” mode the transfer switch will operate automatically and in the “Test” mode the generator will start for test purposes. This switch shall work in conjunction with the “With” or “Without” load switch. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-37 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. Exerciser Clock 1. Provide solid state exerciser clock to set the day, time, and duration of generator set exercise/test period. Provide “With” or “Without” load selector switch for the exercise period. The exerciser clock shall have the capability to program two separate exercises. Programmed Transition 1. The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 0.5 to 60 seconds when transferring from on-line power source to the other to allow residual voltages to decay before application of the source. Set at 60 seconds. a) Position lights for normal and emergency positions indication and for normal and emergency power available. b) Switch position indication limit switches for normal and generator positions. c) Provide dry contacts wired to terminal strip for ATS power offline. Power Meters 1. Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5-inch, analog, 2-percent accuracy. Provide a phase selector switch to read L-L voltage and current of both power sources. Operator Interface Display 1. Provide operator interface display that allows operators to adjust all settings and see all values. Control Board 1. Provide current generation hardware and firmware for the control board. Provide manual override switch to bypass the control system and transfer load from source to source when control is disabled. 16.95 Testing 16.95.1 Common Work for Testing Part 1 - General Submittals Test reports shall be submitted to the Engineer prior to final acceptance in accordance with Division 1.33 of these specifications. Scheduling and Coordination The Contractor shall inform the Engineer in advance of testing in accordance with the requirements listed in Division 1 of these specifications. Prior to scheduling the testing, the Contractor shall have satisfied themselves that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as intended. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-38 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 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 ½ horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500-volt megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not exist. Conduct special test as required for service and/or system ground. Arc Flash Study, Protection Device Coordination, and Short Circuit Analysis Provide the services of a recognized independent testing laboratory or coordination analysis consultant for the proper system coordination of the protective devices furnished on this project. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. The protective device on the line side closest to the fault or abnormal conditions shall isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans. The intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece of electrical equipment shown on the one-line diagrams. This includes switchgear, switchboards, panelboards, motor control centers, generators, transfer switches, and transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all items as required in NFPA 70E-2018. These labels serve as a guide to assist technicians and others in the selection of proper Personal Protective Equipment when working around exposed and energized conductors. The electrical contractor will install the labels . The arc flash hazard study shall consider all operating scenarios during normal conditions alternate City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-39 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. operations, emergency power conditions, and any other operations, which could result in maximum arc flash hazard. The label shall list the maximum incidental energy calculated and the scenario number and description on the label. Submit the analysis that shall include arc flash, impedance, and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The submittal shall be completed and submitted in conjunction with the circuit breaker submittal to allow time for review and re-submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. Field Quality Control General 1. Conduct final test in the presence of Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. Operational Tests 1. Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-40 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 16.95.3 Conductor Test Report Conductor Test Report Page 1 of 1 PROJECT: OWNER: Contractor Co. Name: Tested by: Phone Number: Test Date: Race- way V C Operating Load Voltage Insulation Resistance - OHMS Label (1) (2) (3) VAB VCB VCA VAN VBN VCN A-B B-C C-A A-G B-G C-G A B C D E F G 1. Refer to raceway and wire schedule and one-line diagram for description of feeder identified by label shown on this report 2. Visual Inspection – Check when completed 3. Continuity Test – Check when completed City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 16 16-41 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\16 Electrical.docx 11/15/21 9:19 AM © 2021 RH2 Engineering, Inc. 16.95.4 Ground Electrode Resistance Test Report Ground Electrode Resistance Test Report PROJECT: OWNER: Contractor Co. Name: Tested by: Phone Number: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: THIS PAGE INTENTIONALLY LEFT BLANK 17-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\17 Automatic Control.docx 11/15/21 9:20 AM © 2021 RH2 Engineering, Inc. Division 17 Automatic Control (Not Used) THIS PAGE INTENTIONALLY LEFT BLANK 18-1 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\18 Measurement and Payment.docx 11/30/21 3:09 PM © 2021 RH2 Engineering, Inc. Division 18 Measurement and Payment 18.0 GENERAL It is the intention of these specifications that performance of work under bid items shall result in complete construction, in proper operating condition, of improvements identified in these written specifications and accompanying plans. Work and material not specifically listed herein but required according to the plans and specifications and general practice shall be included in Contractor’s bid price in the most closely applicable bid item. For clarity purposes, although the convention in the Plans and these contract documents has been for the abbreviation ‘LS’ to reference ‘Lift Station’, this Division No. 18 will utilize ‘LS’ to abbreviate the ‘Lump Sum’ unit of contract pricing. Bid Item 1 – Mobilization, Demobilization, Site Preparation, and Cleanup The lump sum (LS) price shown covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto each of the multiple job sites; secure job site; traffic control for deliveries; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing; and move all personnel and equipment off site after contract completion; cleanup site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. No more than 50-percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 10-percent of value of total contract. Payment shall be lump sum. Bid Item 2 – COVID-19 Health and Safety Plan (CHSP) The lump sum (LS) price shown covers complete cost of preparing, submitting, revising, and resubmitting revisions for the Covid-19 Health and Safety Plan as outlined in the Special Provisions. The payment also includes the direct costs for the added health and safety measures necessitated by the plan, including additional personnel safety materials and PPE. No overhead and profit shall be included. Should reporting as required by the Governor’s requirements be necessary, all direct labor associated with said reporting shall be paid for as force account. Payment shall be lump sum. Bid Item 3 – Trench Safety and Shoring The LS shown shall cover the complete cost of excavation safety and shoring including: all labor, materials, and equipment for the installation of the safety and shoring work as shown on the Plans, and detailed in the contract specifications, or as required by governing safety codes. Price includes design of the shoring system as required by applicable codes and standards, whether shown on the Plans or not. Payment shall be lump sum. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 18 18-2 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\18 Measurement and Payment.docx 11/30/21 3:09 PM © 2021 RH2 Engineering, Inc. Bid Item 4 – Temporary Sedimentation and Erosion Control The LS unit price shown shall cover the complete cost of providing all temporary erosion and sedimentation control relating to construction of improvements as shown on the Plans and specified herein at the Devil’s Elbow Lift Station. Any TESC work for the installation of the East Valley Lift Station sidewalk, generator, and appurtenances shall be incidental to the related bid item. Work includes, but is not limited to: silt fence, straw wattle flow diversion, temporary trenching, temporary mulching, plastic sheeting, hydroseed, construction of sedimentation control ponds and/or tanks; control of water; dewatering and restoration of damage caused by storm events, and all other work necessary, for a complete installation of all temporary sedimentation and erosion control facilities. Bid Item 5 – Traffic Control The LS unit price shown shall cover the complete cost of providing all work, materials, and equipment necessary for traffic control and pedestrian access as shown in the Plans and detailed in the technical specifications at the East Valley Lift Station and Devil’s Elbow Lift Station. Bid Item 6 – Magnetic Markers The cost per each (EA) unit price shown shall be full compensation for furnishing and installing the magnetic markers along the existing force main as shown on the plans and detailed in the specifications. The work associated with this bid item includes but is not limited to the following: locating, surveying, and potholing the existing force main using a vactor truck as outlined in the Specifications; providing and installing the magnetic markers; providing record information; backfill and repair the potholes; providing traffic control. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed below. Payment shall be on an EA basis for the number of magnetic markers installed, as directed by the Plans and contract documents. Bid Item 7 – Vactor Piping Improvements The LS unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for installing the vactor piping extension as shown on the Plans and detailed in the contract. Payment shall be on a LS basis according to percentage of completion. Bid Item 8 – Temporary Pump System at Devil’s Elbow LS The LS unit price shown shall cover the complete cost of providing all work, materials, and equipment necessary for the implementation of temporary bypass pumping at Devil’s Elbow and Baxter Lift Stations as shown on the plans and detailed in the specifications. The bid item will include the removal of the existing surface and the backfill. Surface restoration will be covered under the specific bid items listed above. Payment shall be on a LS basis according to percentage of completion. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 18 18-3 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\18 Measurement and Payment.docx 11/30/21 3:09 PM © 2021 RH2 Engineering, Inc. Bid Item 9 – Landscape Restoration The unit price per square foot (SF) shown shall cover the complete cost of providing all work, materials, and equipment necessary for the landscape restoration from the magnetic markers installation. Any additional areas disturbed outside the vicinity of the magnetic markers are not covered by this bid item and shall be restored without any additional cost to the City. The work includes but is not limited to the following: restoring the landscape area to existing or better condition as shown on the plans and detailed in the specifications. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. Payment shall be on a SF basis for landscape restoration completed, as directed by the City. Bid Item 10 – Asphalt Restoration The SF unit price shown shall cover the complete cost of providing all work, materials, and equipment necessary for the road repair from the magnetic markers. The work includes but is not limited to the following: place and compact the proposed crushed surfacing top course, and place and compact HMA as shown on the plans and detailed in the specifications. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. Payment shall be on a SF basis for road repair and restoration completed, as directed by the City. Bid Item 11 – Concrete Restoration The SF unit price shown shall cover the complete cost of providing all work, materials, and equipment necessary for the concrete sidewalk or driveway from the magnetic markers. The work includes but is not limited to the following: place and compact the proposed crushed surfacing top course, and place and restore concrete sidewalk or driveway as shown on the plans and detailed in the specifications. The work associated with this bid item shall not be performed without written authorization of the Owner. No compensation will be paid for this item if it is not needed to complete the project. Payment shall be on a SF basis for concrete sidewalk or driveway repair and restoration completed, as directed by the City Bid Item 12 – Baxter Lift Station Mechanical The LS unit price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for all Baxter Lift Station mechanical work shown on the Plans and detailed in the contract specifications, including installing a pigging port inside the existing vault for Baxter Lift Station, and all mechanical work and equipment not listed in the other bid items. Payment shall be on a LS basis according to percentage of completion. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 18 18-4 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\18 Measurement and Payment.docx 11/30/21 3:09 PM © 2021 RH2 Engineering, Inc. Bid Item 13 – Baxter Lift Station Electrical The LS unit price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for all Baxter Lift Station electrical and automatic control system improvements as shown on the Plans and detailed in the contract specifications. Payment shall be on a LS basis according to percentage of completion. Bid Item 14 – Devil’s Elbow Access Road, Shoulder Ditch Stabilization The lineal foot (LF) unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for restoration of shoulder drainageways adjacent to the access road from NE 27th Street to the Devil’s Elbow Lift Station facility, installing rock to the depth and grades shown on the Plans and detailed in the contract specifications . Price shall include: grubbing existing vegetation, accumulated sediment and existing native material to depth shown on plans; adjustment of storm collection facilities, valve boxes, and other structures; preparation of subgrade; lining the ditch with geotextile; delivery and placement of rock along the ditch to the depth and grade shown on Plans; watering; compaction; and cleanup. No extra payment for ditches that exceed the allowable Ditch Pay Width for each Drainageway as shown on the Plans will be made unless extra ditch widths were directed by the City or the City deems that circumstances beyond the control of the Contractor resulted in wider ditch width than shown on Plans. Payment shall be on a LF basis according to length of trench that is constructed at the pay width, as directed by the City. Ditch constructed parallel will be measured separately. Bid Item 15 – Devil’s Elbow Access Road, Asphalt Drainage Berm The LF unit price shown shall cover the complete cost of providing all materials, equipment, and labor necessary for installation of an asphalt drainage berm along th e Devil’s Elbow Lift Station access road should at the location and extent as shown on the contract plan set. Payment shall be on a LF basis according to length of asphalt drainage berm installed per the contract Plans and as directed by the City. Bid Item 16 – Devil’s Elbow Lift Station Coating Removal The SF unit price shown shall cover the complete cost of providing all work, materials, and equipment necessary for the coating removal inside the existing wet well for Devil ’s Elbow Lift Station as shown on the Plans and detailed in the contract. Costs for removal and off- site disposal of waste material and necessary safety equipment and ventilation, shall be included in this pay item. Should the existing valve vault or any equipment, pipes, or appurtenances be damaged during work under this pay item, repair of any damage to a condition that is satisfactory to the Owner shall be included in this pay item. Costs associated with temporary pumping and sewer diversion during coating removal work are covered under Bid Item No. 8. Payment shall be on a SF basis according to surface area of coating removal completed per the contract Plans and as directed by the City. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 18 18-5 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\18 Measurement and Payment.docx 11/30/21 3:09 PM © 2021 RH2 Engineering, Inc. Bid Item 17 – Devil’s Elbow Lift Station Mechanical The LS unit price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for all Devil’s Elbow Lift Station mechanical work shown on the Plans and detailed in the contract specifications, including installing a pigging port inside the existing vault for Devil’s Elbow Lift Station, and all mechanical work and equipment not listed in the other bid items. This bid item also includes the complete cost of providing two (2) vactor trucks during any period when interruption of lift station pump service is required for the work shown on the Plans and detailed in the contract at Devil’s Elbow Lift Station. Payment shall be on a LS basis according to percentage of completion. Bid Item 18 – East Valley Lift Station Site Work The LS unit price shown shall cover the complete cost of providing all materials, equipment and labor necessary for removing existing sidewalk and tree; relocating and protecting existing trees; perform fine grading; and installing the proposed sidewalk improvements for East Valley Lift Station as shown on the Plans and detailed in the contract. Magnetic markers and associated restoration work are paid under separate bid item(s) above. Lump sum price shown shall cover the complete cost of providing all earthwork relating to construction of improvements as shown on the Plans and specified herein. Work includes but is not limited to: temporary and final excavation, backfill, and compaction; haul and disposal of excess material; control of water; select backfill; import structural fill; finish grading; tree removal and all other work necessary for site earthwork. Payment shall be on a LS basis according to percentage of completion. Bid Item 19 – East Valley Lift Station Electrical The LS unit price shown shall cover the complete cost of providing all labor, materials, and equipment necessary for all East Valley Lift Station electrical and automatic control system work including the emergency generator and associated concrete pad as shown on the Plans and detailed in the contract specifications. Payment shall be on a LS basis according to percentage of completion. Bid Item 20 – Operations and Maintenance (O&M) Manuals and On-site Owner Training The LS unit price shown shall cover the complete cost of providing all labor and materials necessary to provide 3 copies of the Operations and Maintenance Manuals as described in the specifications and train the Owner’s personnel on site with manufacturer certified representatives for the following items: Pumps and Motors, Power and Telemetry equipment, and Mag Meters as shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. Partial payment of up to 20 percent ($600) of the total bid item cost is allowed prior to initial owner training. Final 80 percent ($2,400) of payment shall not be paid until O&M Manuals are determined complete by the Owner and Engineer and the Owner are satisfied that all training has been accomplished to operate the improvements. Cost for this bid item shall be $3,000. City of Renton Fall 2021 LS and FM Improvements – Phase 2 Division 18 18-6 Z:\Projects\Data\REN\117-037\Specs\PH 2 (Group 1B)\Tech\18 Measurement and Payment.docx 11/30/21 3:09 PM © 2021 RH2 Engineering, Inc. Payment shall be on a LS basis according to percentage of completion. Bid Item 21 – Minor Change Payments or credits for changes amounting to $50,000 or less may be made under the Bid item “Minor Change”. At the discretion of the City, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-04.4, Changes, in the Washington State Department of Standards and Specifications Manual. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1-04.5, Procedure and Protest by the Contractor, in the Washington State Department of Standards and Specifications Manual. Payments or credits will be determined in accordance with Section 1-09.4, Equitable Adjustment, in the Washington State Department of Standards and Specifications Manual. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for “Minor Change” in the Proposal to become a part of the Bid by the Contractor Bid Item 22 – Prepare Construction Records The LS unit price shown shall cover the complete cost of providing all mark-up plans necessary for the Owner to create accurate construction records as detailed in the specifications. The work includes surveying all structures and utilities to determine their as- constructed locations and elevations, and records of all mechanical and electrical equipment for maintenance purposes. The price for this work will be $5,000. Failure to comply with the as-constructed requirements and furnish acceptable construction records will result in the deletion of this bid item by change order. Payment for this work will not be made prior to the final payment. Payment shall be on a LS basis according to percentage of completion. APPENDIX A - TELEMETRY PANEL DRAWINGS THIS PAGE INTENTIONALLY LEFT BLANK Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com Wiring Specifications Control Panel Labels Legend - P1725 D 01 Drawings List Cont. Telemetry Upgrades Renton 2018 Sewer & Stormwater Telemetry Upgrades 2018 Sewer and Stormwater Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com - P1725 P 40 2018 Sewer and Stormwater Telemetry Upgrades Spare Lift Station Telemetry Panel 1 Panel Layout Diagram - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 40C P1725 Control Wiring Diagram Power Distribution Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 41C P1725 Control Wiring Diagram Digital Inputs Slot 0/1 Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 42C P1725 Control Wiring Diagram Digital Inputs Slots 2/3 Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 43C P1725 Control Wiring Diagram Digital Inputs Slot 4 Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 44C P1725 Control Wiring Diagram Digital Outputs Slot 0 Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 45C P1725 Control Wiring Diagram Analog Inputs Slot 5 Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 46C P1725 Control Wiring Diagram Analog Outputs Slot 6 Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater - Quality Controls Corporation 5015 208th St. SW, Suite 1-B Lynnwood, WA 98036 (425) 778-8280 www.QualityControlsCorp.com 47C P1725 Control Wiring Diagram Backup Float and Pump Control Spare Lift Station Telemetry Panel 1 Telemetry Upgrades 2018 Sewer and Stormwater