Loading...
HomeMy WebLinkAboutPK05-338 - Original - L.W. Sundstrom - City Hall Campus Improvements - 11/10/2005 Records Manag"' eme'r _ KEN T WASHING.,„ Document =tea„ CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: Z—W 15t� f 61>" �/I y p Contract Number: This is assigned by Mary Simmons Vendor Number: �oZ Project Name: Contract Effective Date: Contract Termination Date: 40 6&P Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: ���� 107/ Department: Abstract: ADCL7832 07/02 r CONTRACT THIS AGREEMENT, made in triplicate is entered into between the CITY OF KENT, a Washington Municipal Corporation ("City"), and LW Sundstrom, Inc. ("Contractor"), located and doing business at PO Box 893, Ravensdale, Washington 98051. WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties agree as follows. 1. The Contractor shall do all work and furnish all tools, materials, and equipment for City Hall Campus Improvements, PR 2005 04 in accordance with and as described in the attached Project Manual and specifications and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Unless otherwise directed by the City, work shall start within ten (10) days after Notice to Proceed and be completed in ninety (90) calendar days The City shall suffer damages if said work is not completed within the time specified Therefore, the Contractor agrees to pay to the City liquidated damages in accordance with Section 1- 08 9 of the Standard Specifications, as may be modified by the Kent Special Provisions. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the CITY OF KENT. 2. The CITY OF KENT hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor 4. It is further provided that no liability shall attach to the CITY OF KENT by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4 24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the CITY OF KENT for inspection, review, photocopying and audit in the event of a contract related dispute, claim, modification or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the CITY OF KENT. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. 8. Contractor i s responsible for I ocating a ny u nderground u tdities affected by the work and i s d eemed t o b e an excavator f or p urposes of R CW Ch. 19.122, a s a mended Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the CITY OF KENT. (SIGNATURES ON FOLLOWING PAGES) IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CONT ACTOR CITY OF KENT By: By: v Y/� (signature) (Sig ature) - �ed � Print Name. Lennart W Sundstrom Print Name. 14rr1A4aite Its: President Its: Mayor i�eo j Date:_ Date: ATTEST: A ROVED A5 TO FORM: Brenda Jacober, Cit Jerk a al Dep rRr t III STATE OF WASHINGTON) ss COUNTY OF KING) On this ZI day of 0C40 jo-C-k , 2005, before me personally appeared L,,�nr)ar-j- W . �t,�Y�C �r�mand to me known to be Pr't'S iOtItX1 +- and of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto set my hand the day and year first above written. 3NNE 01 0 i,�� Notary Public in and for the State of Washington, :�+J.j�NOTArj), w � Y A O oO residing at 2,r7�f,, — �1H,,,Sf�,C�t r— Sc' ��tf u = a �•� 'Z � c — 1�" cEZ '� NOTICES SHALL BE DELIVERED TO: 4000�1,`��r,„..�'' 0.k wo;�, CONTRACTOR: CITY: Len Sundstrom Perry Brooks LW Sundstrom, Inc. Parks, Recreation & Community Services PO Box 893 220 Fourth Avenue South Ravensdael, WA 98051 Kent, WA 98032-5895 (425) 413-8158 Phone (253) 856-5114 Phone (425) 413-2533 FAX (253) 856-6050 FAX EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies 4. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain the f II wing provisions for Automobile Liability and Commercial General Liability: EXHIBIT B INSURANCE 1. The Contractor's insurance coverage shall be primary insurance as respect the City Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mad, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current AM Best rating of not less than A:VII G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. CITY OF KENT KING COUNTY, WASHINGTON BIDDER'S PACKET FOR CITY HALL CAMPUS IMPROVEMENTS PROJECT NUMBER PR 2005 04 BID DUE: TUESDAY, OCTOBER 4, 2005 10:00 A.M. AT KENT CITY HALL CITY CLERK'S OFFICE 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032-5895 TO BE PUBLICLY READ ALOUD: TUESDAY, OCTOBER 4, 2005 10:15 A M. JOHN HODGSON DIRECTOR OF PARKS, RECREATION & COMMUNITY SERVICES BIDDER'S NAME- T,.w_ simpsTRom , TNc. A pre-bid meeting is scheduled for Tuesday, September 27, 2005 at 10:00 a m. in Chambers East, City Hall Budding, 220 4to Avenue South, Kent, Washington 98032. • KENT WASHINGTON _ Y BIDDER'S PACKET ORDER OF CONTENTS CITY HALL CAMPUS IMPROVEMENTS Project # PR 2005 04 Location Map and Directions to Site Contractor's Compliance Statement Bid Proposal Request for References Specific Subcontractor List Bid Bond Form Combined Affidavit & Certification Forms: Non-Collusion and Minimum Wage (Non Federal Aid) E.E.O. Policy Declaration City of Kent Administrative Policy No. 1.2 — MWBE Certification of Non-segregated Facilities Proposal Signature Page . t CITY HALL CAMPUS IMPROVEMENTS 220 4th Avenue South Kent, Washington 98032 Directions from 1-5: (southbound) Take the Kent-Des Moines Exit. Turn east (left) onto Kent-Des Moines Road. Drive east on Kent-Des Moines Road/State Route 516 down Into the Kent valley. This street will become Willis Street. Drive under Highway 167 Turn north (left) onto 4th Avenue. Turn east (right) onto Gowe Street. City Hall Campus is on the southeast corner of 4th Avenue and Gowe Street with w Parking v Street.the parking lot off of Gowe Street. Pa king is also available on Gowe S eat. A pre-bid meeting is scheduled for Tuesday, September 27, 2005 at 10:00 a.m. in Chambers East, City Hall Building, 220 4th Avenue South, Kent, Washington 98032. MAO*UrST'r g 2'22 _S 231 st St p 4 'n �LM8o E r Novak h S232nd 6t S 233rd St m " / to tn= m,• ' S2342h St z Keni aA S2ZiAh St ; —' s mt si_ 4 Gbudy St r a ' p _wJimosSt - _ C° eo t`rden�E Jamas S S th St 244thS r Ptayfiel g St' Russell Road E Cedar St -- Park, . 1; t u ; W Smmt St W jSmith`St -it E Smith St` i W kleelcer St w Mew e)�w Si 'Kent " W Titus ' St t D �t Sao's.25 tst st „w wji s"r V+ 7 �LO � 8, i W 9 y - a � � 0�6aOrt �� -x W �m� as Sr �< Borden E Jaro St o --= d T z Piayfield .; x �rn s _ 525 g_. z— �, y EPronesrSt f 7] S 282n S[ tf" g° F E MCMINaD et? p_ 1� W Smnh(St N E Smith- ; _ e E Ward St 2004 MaPOL10stoom.Inc. '0200A Nav at on T + W Hauisan St yeahno» es Q w _ `s, E Maoket St W tulosket St W Meeker St, z Kent' i a` 60W Si ♦_ E&vxeSt Thum wE Till St, 7 i Sce W Saar StE 6aar St E S Kant ries Rd , r __•= '="'`'::�- W St E Wift St w ^c 6�25istSt in ��-� n ID (A 'ye' p W Grow St 9 s = E Seatttla St �f� ' `cc oy�� a r { II 1 u rn 1 B vv' ti3� Cat�r 9t 02004 Ma41wslcom Inc,02n04 Nav atopTechno es E CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order#11246) Date: n �''f � , 2005 This statement relates to a proposed contract with the City of Kent named City Hall Campus Improvements, PR 2005 04. I am the undersigned bidder or prospective contractor. I represent that I (please circle one contract or subcontract subject to response) have or have not � artici ated in a previous � P ) � P P the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. BIDDER: T. W SUrd1nSTRQM, INC Company Name By: r7 Contractor or Contractor's Representative Signature Its: f l 6e �L�-; C— DATE: ADDRESS: jP. O. BOX 893 RAVENSDALE , WA 98051 18063 RENTON MAPLE VALLEY RD. SE MAPLE VALLEY, WA 98038 - et� Note to Bidders: The information required in this Compliance Statement is informational only BID PROPOSAL To The City Clerk City Hall 220 4ch Avenue South Kent, Washington 98032-5895 y, The undersigned hereby certifies that � ,fi�/i ���� �f ( ` has personally examined the job site and construction details of the work as outlined on the Plans and described in the Contract Documents for City Hall Campus Improvements, PR 2005 04 for the City of Kent, Washington, and has read and thoroughly understands the Plans and Specifications and Contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices. NOTE TO BIDDERS: 1. Unit prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs, the written or typed words shall prevail. If a math error is discovered between the unit price and total amount, the unit price shall prevail and be used to calculate the correct total. The City reserves its right to make the final determination on all bids 2. Washington State Department of Revenue Special Rule 170, and its related rules, applies to this contract. Under these rules, the City will automatically add retail sales tax to each payment made to the Contractor. Accordingly, the Contractor should not include retail sales tax in the Unit Bid Item (s) or Lump Sum Prices, subject to certain limited exceptions. See WSDOT Standard Specifications, J P P . Section 1-07 2 (APWA Supplement). 3. Any bids not filled out properly may be considered non-responsive. 4. It is the intention of the City to award the entire contract to one contractor. A. BASE BID: CITY HALL CAMPUS IMPROVEMENTS I. PROJECT TOTAL (LUMP SUM): $ (figures) l/ ollars) (Written in dollars) I ry� Base bid amount should include all overhead, lab materials, and equipment necessary to complete the work. Work noted as "not in contract' abbreviated N.I.C. is not included in Base Bid. II. TRENCH EXCAVATION SAFETY PROVISIONS (LUMP SUM) If the contract contains any work which requires trenching exceeding a depth of four (4) feet, all costs for adequate trench safety systems shall be identified as a separate bid item in compliance with Chapter 39 04 RCW The purpose of this provision is to ensure that the bidder agrees to comply with all the relevant trench safety requirements of Chapter 4 9 17 R CW. If trench excavation safety provisions do not pertain to t his p roject, p ut N/A f or d ollar a mount. Failure to complete this requirement shall be considered as non-responsive to the bid solicitation. 1. Trench Excavation Safety Provisions Lump Sum $ Da 04 (dollars) Ill. PROJECT TOTAL pp TOTAL LUMP SUM BID (ITEMS I and II) Lump Sum $ 0�, IY► Xi �l r Uri A,V cd Gt Ni/{,1 � L/t t,{�i 1 r vl , — (dollars) (Written in dollars) .f B. ALTERNATE BIDS: The undersigned agrees to perform the additions called for in the following Alternate, as described in Specification Section 01100 BASE BID AND ALTERNATES for the following additions to the BASE BID All items are totally inclusive of whatever is required to complete each item in its entirety including overhead and fees. Alternate Lump Sum Bidder shall indicate if bid is to be added to or deducted from the project total lump sum bid: 1. Amount to b adde or deducted from, the project total lump sum bid to complete the work as delineated m eet C4 0 as Add/alternate Number One. Work includes the demolition of existing conditions, construction of two new commercial driveways, curb, vehicular pullout area, asphalt overlay and construction of the bioretention area or "rain arden". $ 0 )J NVA V /(XV Pry J& Q# IM0 --(dollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.0.) 2. Amount to be dde to r deducted from, the project total lump sum bid to complete the work as delineated in e C4.0 as Add/alternate Number Two. Work includes demolition of existing conditions, construction of the concrete walkway, asphalt overlay and ADA accessible ramp. l VW U kW a" f1t b ollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.0) 3. Amount to be ded to, o deducted from, the project total lump sum bid to complete the work as delineated i .0 as Add/alternate Number Three. Work includes demolition of existing conditions, construction of an 18-foot wide ramp into the existing parking garage, sidewalk, vehicular pull out area, curb, asphalt overlay and ADA accessible parking area adjacent to the Police Station. I" I VW (dollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.0.) 4. Amount to be dded tt or deducted from, the project total lump sum bid to complete the work as delineated m Seet C4.1 as Add/alternate Number Four. Work includes demolition of existing conditions, and construction of a new commercial driveway approach and ramp to existing parking garage on Titus Street. CU Tio('dqh : ULavl 2filA Icy (dollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.1.) DO NOT INCLUDE SALES TAX C. UNIT PRICE BIDS The following are Unit Prices that are totally inclusive of whatever is required to complete each item in its entirety including overhead and fees and including all requirements of the base bid for such items and same may be utilized, at the sole discretion of the Owner, for any changes, additions or deletions to the work at any time throughout the Project.7v ,1. Import Fill PER C.Y. $ (p (dollars) (The price includes all labor, materials, and equipment necessary to provide and place on site imported fill in accordancb with Section 02210 of the Technical Specifications.) 2. Export Fill PER C.Y. $ PF, UP 0� (dollars) (The price includes all labor, materials, and equipment necessary to excavate and remove from site unsuitable soil in accordance with Section 02210 of the Technical Specifications ) 3. Topsoil PER C.Y. $ 4�5, 00 Elio lfi a& a,/(M (dollars) (The price includes all labor, materials, and equipment necessary to provide and install topsoil as detailed and in accordance with Section 02900 of the Technical Specifications.) 4. Asphalt Paving PERAF. $ OD I 5iq , fDD� a�k /X'L ((b (dollars) (The price includes all labor, materials, and equipment necessary to provide and install asphalt paving as detailed and in accordance with Section 02700 of the Technical Specifications.) 5. .Concrete Curbs & Paving PER C.Y. $/ r(�, 00 ( I V I (dollars) (The price includes all labor, materials, and equipment necessary to provide and install concrete flatwork as detailed and in accordance with Section 03310 of the Technical Specifications.) 6. Concrete Formwork PER C Y. $ 5M. Ob le,z I UL 1(00 (dollars) (The price includes all labor, materials, and equipment necessary to provide and install concrete formwork as detailed and in accordance with Section 03100 of the Technical Specifications ) 7. Pipe (purple) PER L.F $ J1NCMAA /AAA x1m (dollars) i (The price includes all labor, materials, and equipment necessary to provide and install purple pipe as detailed and in accordance with Section 15400 of the Technical Specifications.) DO NOT INCLUDE SALES TAX The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: 2��1L L� �z 12�1 ��— DATE: eV- (signature) By: ���(� t�/�'Ll� G� °�2�9/! Title: V i t'l 6/r S1W (print name) Company Name: Address: Flo City/State/Zip: Phone. REFERENCES PROJECT NAME: CITY HALL CAMPUS IMPROVEMENTS, PR 2005 04 If you have not worked for the City of Kent in the past three years, please provide three references for work performed similar in size and scope to the City Hall Campus Improvements Project. At least two of the references should be from a public agency. Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx ) Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) CITY OF KENT SUBCONTRACTOR LIST (for contracts exceeding $100,000 only) Pursuant to RCW 39.30.060, list each Subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form. This document must be completed and included as part of your bid. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may render your bid non-responsive and void. CONTRACTOR'S SIGNATURE: _( V�& PROJECT NAME: CITY HALL CAMPUS IMPROVEMENTS, PR 2005 04 Subcontractor Name 1V Item Numbers i Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers City of Kent Combined Affidavit & Certification Form: Non Collusion, Anti-Trust, Minimum Wage (Non Federal Aid) and Certification of Lawful Employment NON COLLUSION AFFIDAVIT Being first duly sworn, the undersigned deposes and says, that they are the identical person who s ubmitted t he f oregoing p roposal o r 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/herself 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 overcharges 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 u rider this order o r contract. I n addition, vendor warrants a nd represents that each of her/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, depose, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, worker, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, and that I know the contents thereof and the substance as set forth therein is true to my knowledge and belief. AND CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that he/she has complied with all provisions of the Immigration and Nationality Act, now or as hereafter amended, 8 USC Section 1101 et. seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Kent. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI TRUST CLAIMS TO PURCHASER, MINIMUM WAGE AFFIDAVIT AND CERTIFICATION OF LAWFUL EMPLOYMENT NAME OF PROJECT: CITY HALL CAMPUS IMPROVEMENTS, PR 2005 04 NAME OF BIDDER'S FIRM: SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER (Notarization Required) [CORPORATE/PARTNERSHIP ACKNOWLEDGMENT] STATE OF WASHINGTON) NOTARY PUBLIC ) ss. MAGGIE V.SAENZ COUNTY OF K I N G ) STATE OF WASHINGTON My Commission Expires Aprd 3,2606 certify that I know or have satisfactory evidence that tYb- -yn is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the `/j of the Partnership/Corporation to be the free and voluntary act of such Partnership/Corporation for the uses and purposes mentioned in the instrument. DATED: r%,r NOTARY PUBLIC in and for the State of Washington, residing at .I,/"/ My commission expires -L4 /c t, SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER (Notarization Required) [INDIVIDUAL ACKNOWLEDGMENT] STATE OF WASHINGTON) NOTARY PUBLIC MAGGIE V SAENZ ss. STATE OF WA tN SH GTON COUNTY OF K I N G ) MY Commission Expas Apt 13,20H certify that I know or have satisfactory evidence that nn I� Is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it to be his/her free and voluntary act for the uses and purposes mentioned In the Instrument. DATED: (fin `)' _ S NOTARY PUBLIC in and for the State of Washington, residing at My commission expires c e , CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY DECLARATION The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's Equal Employment Opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives o utlined, it w ill b e considered a b reach of contract a nd 1 t w ill b e a t the City's sole determination regarding suspension or termination for all or part of the contract. The questions are as follows: 1. I have read the attached City of Kent Administrative Policy Number 1 .2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of any sensory, mental or physical disability. 3. During the time of this contract I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider the hiring and promoting of women and minorities. 5. Before acceptance of this contract 1, the prime contractor, will sign an adherence statement that the requirements as heretofore outlined were complied with By signing below, I agree to fulfill the five requirements referenced above. /1J Dated this ��i day of 2005. Company: 5-Alpl d S-f J l2 G Title: _ C.'� ��1'f S �. d'� Date: bot 4, ��u5 M CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer I 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. CITY OF KENT CERTIFICATION OF NONSEGREGATED FACILITIES The undersigned certifies that s/he does not maintain or provide for her/his employees any segregated facilities at any of her/his establishments, and that s/he does not permit her/his employees to perform their services at any locations under her/his control where segregated facilities are maintained. The undersigned certifies further that s/he will not maintain or provide for her/his employees to perform their services at any location under herlhis control where segregated facilities are maintained. The undersigned agrees that a breach of this certification will be in violation of the Equal Opportunity Clause set forth in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis or race, color, religion, or national origin, because of habit, local custom, or otherwise. The undersigned agrees that except where s/he has obtained identical certifications from subcontractors prior to the award of subcontracts exceeding $ 10,000, w hich a re n of a xempt from the provisions of the Equal Opportunity Clause, that s/he will obtain identical certifications from subcontractors and that s/he will retain such certifications in her/his files. Signature: i� -- Title: Z1,�, Company: �� �� l j �/ yu� Uj G Address: 0, 7�ti S-I 3 City/State/Zip jZiafm AA, vjH 9 �C51 t7 .V�1, Date: PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him or her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within ninety (90) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within (10) calendar days after City awards the Contract. No bidder may withdraw her/his bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s , to the plans and/or specifications is hereby acknowledged. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder BIDDER: L.W . SUNDSTROM. INC. / y (Name of Construction Company) By �L�- /(��L �7�9�i� CARRIE A . SUNDSTRom iIrof. (Signnature) (Print Name and Title) Date: V� LIB Address: P-tX ��l3 BID BOND FORM KNOW ALL PERSONS BY THESE PRESENTS: That we L.W. Sundstrom, Tnc. , as Principal, and Tfamelers Casualty and Surety Company o merica , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Total Amount Bi-d Dollars, for the payment of which the P rincipal a nd the S urety bond themselves, their h eirs, executors, administrators, successors and assigns, jointly and severally, by these presents. I The condition of this obligation is such that if the Obligee shall make any award to the Principal for City Hall Campus Improvements, PR 2005 04. According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 4th DAY OF October 2005. PRINCIPAL: L.W. Sundstrom, Inc.Z by : .� its: 11C� / n ,c Z'6� Travelers C sualt and Surety Comp SURETY' any f mericya its: Viki Baum, Attorney-in-Fact DATE: C>G�- 4 ' , 2005 Received return of deposit in the sum of$ r STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE I On Nov. 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act") The Act establishes a short-term program under which the federal government will share in the payment of covered losses caused by certain acts of international terrorism We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the federal government will pay a share of such losses Specifically, the federal government will pay 90 percent of the amount of covered losses caused by certain acts of terrorism, which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the federal government or an insurer can be responsible at $100 billion, provided that the insurer has met its deductible Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ILT-1018(9104) " TRAVELERS CASUALTY AND SURETY COMPANY OFF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices to the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint Darlene Jakielsld, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K. Bush, Michael A. Murphy,Jim W. Doyle, Lawrence J. Newton,Andy D. Prill,Jim S. Kuich,John C. Beeson, Vrki Baum, of Bothell, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s) by his/her sole signature and act, any and all bonds, recogmzances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect VOTED That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recogmzances,contracts of mdemmty,and other writings obligatory in the nature of a bond,recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her VOTED That the Chairman, the President, any Vice Chaurnan, any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary VOTED That any bond, recognizance, contract of mdernimy, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Semor Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED. That the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointmg Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsm ile signature and facsumle seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to wluch it is attached I019-0 51 LTnlirtuted D SURETY Y F AMERICA, TRAVELERS IN WITNESS WHEREOF, TRAVELERS CASUALTY AN SUR COMPANY O C , `CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 25th day of Apnl, 2005. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS Hartford FARMINGTON CASUALTY CONTANY COUNTY OF HARTFORD�"W*SL~H� yJP,TY ANps HAR H '� � w H CO N� o i �1 982 o By George W. Thompson Senior Vice President «xurnnhrn`a� On this 25th day of April, 2005 before me personally came GEORGE W. THOMTSON to me known, who, being by me duly sworn, did depose and say. that be/sne is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument, that he/she knows the seals of said corporations,that the seals affixed to the said instrument are such corporate seals, and that he/she executed the said instrument on behalf of the corporations by authority of lus/her office under the Standing Resolutions thereof TET ` h7VEC '� My commission expires June 30, 2006 Notary Public Mane C. Tetreault CERTIFICATE I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked, and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority,are now in force Signed and Sealed at the Home Office of the Company,in the City of Hartford, State of Connecticut Dated this 4 th day of October 20 0� �a,Wwxxui,yw 0y A p� ANFn SUA ETY yJP Nos pASU��j €a�F g N C ORti{o y W HF,CO N.. ��y 1 �.a �db1 ' FNyb 6`A'NE �a wxi"moo« I3y Nicholas Seminara Senior Vice President i 9 ACORo. CERTIFICATE OF LIABILITY INSURANCE OP ID B DATE(MM/DDIYYYY) LWSUN-1 1 10 31 05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bush, Cotton & Scott LLC HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P. 0. Box 3 018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bothell WA 98041-3018 Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Ohio Casualty Insurance Co INSURER B LW Sundstrom, Inc. NSURERC Carrie Sundstrom P.O. Box 893 INSURER Ravensdale WA 98051-0893 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTRINSRO TYPE OF INSURANCE POLICY NUMBER POLICY ON DATE MMIDDIYY EFFECTIVE POLICY MM%Dm LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X X COMMERCIAL GENERAL LIABILITY BKO53002371 09/28/05 09/28/06 PREMISES(Eaocwrence) $ 100000 CLAIMS MADE 7' OCCUR MED EXP(Any one person) $ 10000 PERSONAL&ADV INJURY $10 0 0 0 0 0 X STOP GAP LIAB GENERAL AGGREGATE $ 2000000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 2000000 POLICY X EC LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X X ANY AUTO BA053002371 09/28/05 09/28/06 (Ea accident) $ 1000000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-E4 ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY I EACH OCCURRENCE $1000000 A X X OCCUR CLAIMSMADE US053002371 09/28/05 09/28/06 AGGREGATE $ 1000000 $ DEDUCTIBLE $ X RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ If yes describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS IT IS AGREED THE CERTIFICATE HOLDER IS INCLUDED AS ADDITIONAL INSURED AS RESPECTS THE ONGOING OPERATIONS OF THE NAMED INSURED. COVERAGE IS PRIMARY AND NON-CONTRIBUTORY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY APPLIES. SEE ATTACHED CG8416 1203. RE: CITY HALL CAMPUS PROJECT CERTIFICATE HOLDER CANCELLATION CIKENTT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF KENT IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 220 4TH AVENUE S. KENT WA 98032 REPRESENTATIVES Zkq E R IVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 m y 2 Z o E 2 0 Z p Ll '. u i A > p D i � � mo cNi s � 3 D i y tZi • D ° < y A D SO a y 0 I y a O C D y > D ZD n O > D D D N ? T m [ m - a • L -1 C z < O m` y ` � Z O � n •: n o p 9 y m v z mN 9 O 6m aZ -i c -± D m m m ? r a D m O s m m o r m ,^.� ^ m m n (/� z m o°m n n T Z D w9i a Z A > m a x $n N ~ Z '� S m z • � u m m M H i m o 0 m s n i z n�0 9 m j OD m fl��l�iflfll��98nflfl�fldflflfl�lfll m _ ap _e or° '- o - 2. Z:Zgi ' m -m i - 3 3 5 c •.� : f 5 0 < :� 3 n Z o •'^ e�� .^. S o s o 'C a r . "o E ° o n n E N Z ono ¢-17 'Z. `o vEEF �y eEtzz ° o n � � y s° "• u • d n 9 0 �e 3 3 c°a • 5 ^> o C e 3 0 n Y A R.n 3 n `• ° .].° n ° •e� 3: Y 'y _ .ov n ..9p ` n o • n m _m L] n . �° n c < o Q '•o n m > F o -m � u m".K .n� cD n • 3 > 5 S= .m. .. MINIMUM[! WUIpYY [! n p u 0 Y m 3 9 � �� y F i Y Y .. : S=O • ? F O H F N 4 J>C � .•p' � T N 'J _ Tq <7 D C • K—Y � E 0�a i � n�• _ ��+n � Bm -^ � 2� > T c m g E E n • . n F u 3 3 o g � e<3 - 3 F _ < _ p'n _z DO-0ate i .F 9oC i F n oEo E r N � r N y F V y n ♦ •_'u_ > 6 v m � �� � n 9 ^n m "- C n � z • . °a « L J � -v �m U' °] _ ^7j P `6 `°C S � C � S'DJ n C = • ° s A 9 B� D n m u m e N A �� = K 2• a y 7 n C_ _ � 9 9 a � T �n 2 0° 'a 'F . a' n ': � L'.- D ° e o c ¢ 3= : • �n ° - a - e - g • ^ IW�utl���kl�''YIIIIIWfll171Ltllll�l N u e 'v SS 9.90 . r • CC n mD !3 m nc _ a �E n "3 �y . _ a p o s • E � c- v a v o � . �<g a u n^.^ ::^ < ^• c'.C :ti >_e v v _ m p o:= u '-- a 3 : � �a�_ < _ m9 i i<> ne ° S� iv nY 1 S va : n°?o•<• tmi • iIE ''"L o i 3 0 - � m �^ a - • ! -z u 3 m S_ ,c D F• : n m'< > _a` Cc a°[^ o • 9: DO w�^ ^ 3cn 7 n« D ° !� o c c wo _' ' u. 3 � ] E E •]c °<ac m E ! �<e'wn � •�_ T i n -]v A S T•( • m O a e °� y O�i O O 6 1 O fLi . ]9 Si =s 3 c m '^':T� ! n9 7 -' £ v .e o p � E < e � . •.� 9c S a = .w _ . • :moo y < p.G w 8,p C 1=i ]n K n 6.m[t • D 9 � 1^.F n o x z 55 y q 0 > >>>>K p. 1 a n c • n i<< ^ s e-� i o _ .�E< m n � 5 n �� J3 z nn o 3q •a -<. n"=". s m m Z�$ ° ` z� c • __5 0 ° �3 c° n S � p o a e m £ n � o i�_' 2.f c � a �3 ` ° ' n � � � �m a Rn o ow <� - •a o � n o ff$ � o c < °2 2 = o w c a � m i• � i � : �c�c > p E3 r° AIS c> n< . . 7 9 n > ry n• h >r o' 3 co 03 • S �$ 4 ^ i o - °<F e 63 n � <� ?• ^• n > O a N�• 66 . • • w w Z ] •9< .. r wYY1���WILLW111YY14��Y111��NL W WINIYI T • n 7 0 _ D =n T >=a b p u•J>:3 c ��, i cni 9 � 3 � w m J w y T _� o c.' y 1 ? n w = a a o E P e< o n •n 33 g^ 0 3= � � nQ � i 3<6 _ `: 'b- "- ��3 3< i iEj 30 OM O Q 7 u 6 C• 1 Y o 'n SL P c • 'm N E w ' S a ff j w r < i 0 0 o � 6 V O C . n a a Y 6 6 1 n 1 4 i PERFORMANCE BOND TO CITY OF KENT Bond No. 104621971 KNOW ALL MEN BY THESE PRESENTS: Travelers Casualty and That we, the undersigned, L.W. 5undstrom,__Inc. Principal, and surety Company of tNnerica Corporation organized and existing under the laws of the State of Viunnhggn, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of$3s9,952.00 together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent October 18, 2005, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of City Hall Campus Improvements, PR 2005 04 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: I NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. z IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. TWO WITNESSES: L.W. Sundstrom, Inc. PRINCIPAL BY: TITLE: DATE: 12s}-SOS DATE: CORPORATE SEAL: TfaXelets Casualty and Surety Company SURETY o merica CORPORATE SEAL: BY: DATE: / TITLE: yiki Baum, Attorney-in-Fact ADDRESS: P.O. Box 3018 Bothell, WA 98041-3018 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that /ifjn 1} .,SuVAS_orr l Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SE RETARY OR A SISTANT SECRETARY R ti �r STPAUL TRAVELLERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On Nov. 26, 2002, President Bush signed into law the Terronsm Risk Insurance Act of 2002 (the "Act') The Act establishes a short-term program under which the federal government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act The Act further provides that the federal government will pay a share of such losses Specifically, the federal government will pay 90 percent of the amount of covered losses caused by certain acts of terrorism, which is in excess of an insurer's statutorily established deductible for that year The Act also caps the amount of terrorism-related losses for which the federal government or an insurer can be responsible at $100 billion, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. U T-1019(9104) 0 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA '. TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven K Bush, Michael A.Murphy,Jim W. Doyle,Lawrence J. Newton,Andy D.Prill,Jim S. Kuich,John C.Beeson,Viki Baum, of Bothell, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s) by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect VOTED That the Chairman, the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any tune may remove any such appointee and revoke the power given him or her. VOTED; That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Semor Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of tYus Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary VOTED That any bond, recognizance, contract of indemnity, or wntmg obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed)under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED That the signature of each of the following officers' President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsomle seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached (02-05)Unturuted IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 25th day of April,2005 STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS Hartford FARAIIINGTON CASUALTY COIIIPANY COUNTY OF HARTFORD nnuwunrvvk tY AN Pr =`y°'VaµnNu�\�p> UT�r osGrc ,5• S< w _ �HARTX'tlfiDrtI � HATFODs� b 6 I CONN nW }' George W. Thompson ''bi'^�';o�, b� ��� �y ► '� Senior Vice President On this 25th day of April, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument, that he/she knows the seals of said corporations,that the seals affixed to the said instrument are such corporate seals, and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof i ®rtiz `cY�c C to My commission expires June 30, 2006 Notary Public Mane C.Tetreault CERTIFICATE I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked, and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority,are now in force Signed and Sealed at the Home Office of the Company,in the City of Hartford, State of Connecticut Dated this day of aC,4-Dy� 20�Po ° �tY A 4_0s Sug4r6 yJP Es3•/(HA ��' ¢P HARTFORO, $ HRCONN. t= y W CONN. �a� �, CONN ?r1, M1� >db Y �HdDr byy `Cs"F�+ By Nicholas Seminara Senior Vice President PROJECT MANUAL CITY HALL CAMPUS IMPROVEMENTS 220 4t" Avenue South Kent, Washington 98032 1 Owner: ' City of Kent John Hodgson, Director Parks, Recreation & Community Services Perry Brooks, Parks and Open Space Mike Hattru , Parks Facilities 220 4 Avenue South 220 4 Avenue South Kent, WA 98032-5895 Kent, WA 98032-5895 253 856-5114, 253 856-6050 FAX 253 856-5082, 253 856-6080 FAX brooks ci.kent.wa.us mhattru ci.kent.wa.us Consultants: 2020 Engineering, Inc. Site Workshop, LLC Bellingham, WA Seattle, WA DPA Signs Cierra Electrical Engineering Seattle, WA I Seattle, WA Ecotop Mechanical Engineering Seattle, WA KENT WASHINGTON CITY OF KENT ' KING COUNTY, WASHINGTON CITY HALL CAMPUS IMPROVEMENTS ' PROJECT NUMBER PR 2005 04 BIDS ACCEPTED UNITL: BID OPENING: TUESDAY, OCTOBER 4, 2005 TUESDAY, OCTOBER 4, 2005 10:00 A.M. 10:15 A.M. ' DELIVER TO ' CITY OF KENT, CITY HALL CITY CLERK'S OFFICE, FIRST FLOOR 220 4TH AVENUE SOUTH KENT, WASHINGTON 98032-5895 ' ORDER OF CONTENTS CITY HALL CAMPUS IMPROVEMENTS Project# PR 2005 04 Location Maps and Directions to Site Call for Bids ' TAB1 Samples of: Contractor's Compliance Statement ' Bid Proposal Request for References Subcontractor List (over$100,000) Bid Bond Form Combined Affidavit & Certification Forms: Non-Collusion and Minimum Wage (Non-Federal Aid) E.E.O. Policy Declaration City of Kent Administrative Policy No. 1.2 — MWBE Certification of Nonsegregated Facilities 1 Proposal Signature Page Agreement/Contract: To Be Completed After Award of Bid Performance Bond Form and Certificate as to Corporate Seal: To Be Completed After Award of Bid Affidavit of Compliance- To Be Completed After Project is Completed ' Bidder's Check List TAB 2 Technical Specifications TAB 3 Kent Parks Special Provisions ' TAB 4 Geotechnical Report TAB 5 Prevailing Wages ATTACHMENTS: Bidder's Packet, Plans ' CITY HALL CAMPUS IMPROVEMENTS 220 4th Avenue South Kent, Washington 98032 Directions from 1-5: (southbound and northbound) Take the Kent-Des Moines Exit. Turn east (left) onto Kent-Des Moines Road. Drive east on Kent-Des Moines Road/State Route 516 down into the Kent valley. This street will become Willis Street Drive under Highway 167. Turn north (left) onto 4th Avenue. Turn east (right) onto Gowe Street. City Hall Campus is on the southeast corner of 4th Avenue and Gowe Street with the parking lot off of Gowe Street Parking is also available on Gowe Street. A pre-bid meeting is scheduled for Tuesday, September 27, 2005 at 10.00 a.m in Chambers East, City Hall Building, 220 4th Avenue South, Kent, Washington 98032. : av �s k � — .r_� a m° 322 r � S2lstSt to Novak n 9: S232nd6t N��6i233rd St z m c, W rA 234th St Kent v 9 — - j memorial 19 ¢p 'irk 5�237dt�t � J 623St St_- k� Cloudy St Borden',B amas St `t � Rustelt Rbdd a" � _ PiaYfrelQ 1- E a Gsdr St � �_ . =Parkes �f-; r r ti,Tr i W�Smrth:St - tt; Vt Singh St E ma's W meeker§tt MeekarS_t Kent., < 824 ",�&25tstSt t +hl WUIts -tS.1_ a m � __�r-- ,•. ,✓" r� .uj �,,, ,ti,..,.o Ay _ _ A' 2U0� i ,7��� _� 4 0�s000 I,C W Jamas 5 � Borden ��mas St aL aL p �y. ,o m > ,z ar_6Y25 < ;EP rssrst j $`r S --+ sti _ EkAchhtanSt(.__,y, yi 3mhh St E Smith St 1 .�� T` E WdrSt 2004 Ma uestcam Inc.02004 Navigation Techno e W Harrison St y M rS t WMaasrS1 W,MeakorSt Eka anEGowe5t GoWQ St �ar WTitus E'Titus SS_ t W Saar St i E Saar St S Kent nos Rd 1 WINts St E Wtlle St --'w Y 4` S 251�st St`— y=w n s �& R a tlt W Grow St" ! a % E Saatna St w v- _ N ( rnLIL of qyV Comet St ' 2004 Map<lue5t coin Inc 42004 Nav aton Technub es ' CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Kent, Washington will receive sealed bids at the City Clerk's office through Tuesday, October 4, 2005 up to 10 00 a m as shown on the clock in the City Clerk's office located on the first floor of Kent City Hall, 220 4th Avenue South, Kent Washington 98032- 5895 All bids must be properly marked and sealed in accordance with the "Call for Bids" Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, 1 including US Mail All bids will be opened and read publicly aloud Tuesday, October 4, 2005 at 10 15 a.m for the City of Kent project named as follows: City Hall Campus Improvements. A pre-bid meeting is scheduled for Tuesday, September 27, 2005 at 10 00 a m in Chambers East, City Hall Building, 220 41h Avenue South, Kent, Washington 98032 The project consists of, but is not limited to, demolition, grading, drainage, irrigation, concrete form and flatwork, sidewalks, curbs, gutters, electrical, plumbing, carpentry, underground cistern installation, and landscaping as indicated on the drawings and as specified in the contract documents The Engineer's estimate for the base bid of this project is approximately $300,000. Questions about the project can be directed to Mike Hattrup (253) 856-5082 or Perry Brooks (253) 856-5114, City of Kent Bid documents may be obtained by contacting Kent Parks and Open Space at (253) 856-5110, 220 4'h Avenue South Kent, WA 98032 or from the City of Kent's Procurement web page ' www ci kent.wa us/procurement/index.asp Only bidders who obtain full sets of the bidding documents will be listed on the official "Planholder's List". used for distribution of addendum and other official and legal purposes Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 41h Avenue South, K ent, W A 9 8032-5895 O my s ealed b ids w ill b e accepted. No facsimiles will be considered. Each bid shall be in accordance with plans and specifications and other contract documents now on file in the Parks, Recreation & Community Services Office, 220 4th Avenue South, City Hall, Kent, ' Washington Copies of the Plans and Special Provisions may be purchased at a nonrefundable cost of 40 00 for each set A $20 00 penalty fee will be charged for checks with insufficient funds Copies of the 2002 WSDOT Special Provisions are available for perusal only A cashier's check, postal money order, or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to I waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof No plea of mistake in the bid shall be available to the bidder for the recovery of her/his deposit or as a defense to any action based upon the neglect or refusal to execute a contract Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No 11246 No bidder may withdraw his/her bid for a period of sixty 60 days after the day of anticipated bid opening. Published in the King County Journal and Daily Journal of Commerce on: 9/19/05 & 9/26/05 CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order#11246) Date- 2005 ef This statement relates to a proposed contract with the City of Kent nak a2 �6all Campus wr Improvements, PR 2005 04. I am the undersigned bidder or prospective contractor. I represent that I (please circle one response) have or have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. BIDDER: Company Name By: 1 Contractor or Contractor's Representative Signature Its: DATE: iADDRESS: ' Note to Bidders: The information required in this Compliance Statement is informational only i To The City Clerk BID PROPOSAL City Hall � 220 4fh Avenue South (ID Kent, Washington 98032-5895 (, The undersigned hereby certifies that ��'�' has personally examined the job site and construction details of the work as "4 n the Plans and described in the Contract Documents for City Hall Campus Improvement . PR 2005 04 for the City of Kent, Washington, and has read and thoroughly understands the Plans and Specifications and Contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1. Unit prices for all items, all extensions and total amount of bid must be shown. jShow unit prices in both words and figures and where conflict occurs, the written or typed words shall prevail. If a math error is discovered between the unit price ' and total amount, the unit price shall prevail and be used to calculate the correct total. The City reserves its right to make the final determination on all bids. ' 2. Washington State Department of Revenue Special Rule 170, and its related rules, applies to this contract. Under these rules, the City will automatically add retail sales tax to each payment made to the Contractor. Accordingly, the Contractor Ishould not include retail sales tax in the Unit Bid Item (s) or Lump Sum Prices, subject to certain limited exceptions. See WSDOT Standard Specifications, ' Section 1-07.2 (APWA Supplement). 3. Any bids not filled out properly may be considered non-responsive. ' 4. It is the intention of the City to award the entire contract to one contractor. A. BASE BID: CITY HALL CAMPUS IMPROVEMENTS 1. PROJECT TOTAL (LUMP SUM): ot,� a5 C� � { ' nr $ (figures) d s) (Written in dollars) �,' tBase bid amount should include all overhead, labor, materials, and equipment necessary to complete the work. Work noted as "not in contract' abbreviated N.I.C. is not included in Base L Bid. II. TRENCH EXCAVATION SAFETY PROVISIONS (LUMP SUM) iIf the contract contains any work which requires trenching exceeding a depth of four (4) feet, all costs for adequate trench safety systems shall be identified as a separate bid item in I compliance with Chapter 39.04 RCW. The purpose of this provision is to ensure that the bidder agrees to comply with all the relevant trench safety requirements of C hapter 4 9.17 R CW I f trench excavation safety provisions do not pertain to t his p roject, p ut N/A f or d ollar a mount. Failure to complete this requirement shall be considered as non-responsive to the bid solicitation. 1. Trench Excavation Safety Provisions Lump Sum $ (dollars) I - Ill. PROJECT TOTAL TOTAL LUMP SUM BID (ITEMS I and II) Lump Sum $ (dollars) (Written in dollars) i i I I B. ALTERNATE BIDS: The undersigned agrees to perform the additions called for in the follow ate, as described in Specification Section 01100 BASE BID AND ALTERNATES fo ` *wing tadditions to the BASE BID. All items are totally inclusive of whatever is required`t ~M e e each item in its entirety including overhead and fees , ' Alternate Lump Sum Bidder shall indicate if bid is to be added to or deducted from the project total lump sum bid: 1. Amount to be added to, or deducted from, the project total lump sum bid to complete the work as delineated in Sheet C4.0 as Add/alternate Number One. Work includes the demolition of existing conditions, construction of two new commercial driveways, curb, vehicular pullout area, asphalt overlay and construction of the bioretention area or "rain garden". (dollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.0.) 2. Amount to be added to, or deducted from, the project total lump sum bid to complete the work as delineated in Sheet C4.0 as Add/alternate Number Two. Work includes demolition of existing conditions, construction of the concrete walkway, asphalt overlay and ADA accessible ramp. (dollars) i (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.0) 3. Amount to be added to, or deducted from, the project total lump sum bid to complete the work as delineated in Sheet C4.0 as Add/alternate Number Three. Work includes demolition of existing conditions, construction of an 18-foot wide ramp into the existing parking garage, sidewalk, vehicular pull out area, curb, asphalt overlay and ADA accessible parking area adjacent to the Police Station. (dollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.0.) 4. Amount to be added to, or deducted from, the protect total lump su 6'D, mplete the work as delineated in Sheet C4 1 as Add/alternate Number Four Work inclu � lition of existing conditions, and construction of a new commercial driveway approach an 0 existing parking garage on Titus Street, $ (dollars) (The price includes all labor, materials, and equipment necessary to complete the work as described above and as detailed on Sheet C4.1.) DO NOT INCLUDE SALES TAX C. UNIT PRICE BIDS The following are Unit Prices that are totally inclusive of whatever is required to complete each item in its entirety including overhead and fees and including all requirements of the base bid for such items and same may be utilized, at the sole discretion of the Owner, for any changes, 1 additions or deletions to the work at any time throughout the Protect. 1. Import Fill PER C.Y. $ (dollars) (The price includes all labor, materials, and equipment necessary to provide and place on site imported fill in accordance with Section 02210 of the Technical Specifications.) 2. Export Fill PER C.Y. $ (dollars) (The price includes all labor, materials, and equipment necessary to excavate and remove from site unsuitable soil in accordance with Section 02210 of the Technical Specifications.) 3. Topsoil PER C.Y. $ (dollars) (The price includes all labor, materials, and equipment necessary to provide and install topsoil as detailed and in accordance with Section 02900 of the Technical Specifications.) 4. Asphalt Paving PER L F. $ (dollars) (The price includes all labor, materials, and equipment necessary to provide and install asphalt paving as detailed and in accordance with Section 02700 of the Technical Specifications ) 5. Concrete Curbs & Paving PER C.Y. $ �`�f�� r� ' (The price includes all labor, materials, and equipment necessary to provide and install co flatwork as detailed and in accordance with Section 03310 of the Technical Specifications.) 6. Concrete Formwork PER C.Y. $ (dollars) (The price includes all labor, materials, and equipment necessary to provide and install concrete formwork as detailed and in accordance with Section 03100 of the Technical Specifications.) 7. Pipe (purple) PER L.F. $ 1 (dollars) (The price includes all labor, materials, and equipment necessary to provide and install purple Ipipe as detailed and in accordance with Section 15400 of the Technical Specifications ) DO NOT INCLUDE SALES TAX The undersigned Bidder hereby verifies that these listed bid prices are true and correct in all respects. BIDDER: DATE: (signature) By: Title: (print name) Company Name: Address: jCity/State/Zip: Phone: r REFERENCES PROJECT NAME: CITY HALL CAMPUS IMPROVEMENTS,R]�2-005.Q4 a4 If you have not worked for the City of Kent in the past three years, pleas pre e three 611/ references for work performed similar in size and scope to the City Hall Campus I rovements IProject. At least two of the references should be from a public agency. Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) i Agency Name Address, city, state, zip Phone Contact Name Name of Project Amount of Contract (approx.) CITY OF KENT SUBCONTRACTOR LIST (for contracts exceeding $100,000 only) VF� x ✓1 Pursuant to RCW 39.30.060, list each Subcontractor, from any tier of subconiro,�forstk�at shall �1 , .'1 perform subcontract work amounting to more than 10% of the total bid contract pri ache I�r44ach bid item to be performed by each designated subcontractor in numerical sequen � If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form. This document must be completed and included as part of your bid. Failure 1 to submit a fully completed and signed subcontractor list after the time set for bid opening may render your bid non-responsive and void. CONTRACTOR'S SIGNATURE: PROJECT NAME: CITY HALL CAMPUS IMPROVEMENTS, PR 2005 04 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i I 1 BID BOND FORM KNOW ALL PERSONS BY THESE PRESENTS: ', That we a" , as, Principal, and as Surety, are held and fifFrpbound unto the CITY OF KENT, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the S urety bond themselves, their h eirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for City Hall Campus Improvements, PR 2005 04. According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 2005. PRINCIPAL: by : its. SURETY: by : its: ' DATE: 2005 Received return of deposit in the sum of$ City of Kent Combined Affidavit & Certification Form: Non Collusion, Anti-Trust, Minimum Wage (Non Federal Aid) and Certification of Lawful Employme"4 NON COLLUSION AFFIDAVIT Being first duly sworn, the undersigned deposes and says, that they are the identical person who s ubmitted t he f oregoing p roposal o r 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/herself or to any other person any advantage over other bidder or bidders. 3 AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER IVendor 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 overcharges 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 u rider t his o rder o r contract. I n a ddition, vendor warrants a nd represents that each of her/his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM �', •; ,. r, I, the undersigned, having been duly sworn, depose, say and certify that in c ►ect*�gwyith the performance of the work of this protect, I will pay each classification of labofn/��fcer, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, and that I know the contents thereof and the substance as set forth therein is true to my knowledge and belief. AND CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that he/she has complied with all provisions of the Immigration and Nationality Act, now or as hereafter amended, 8 USC Section 1101 et seq., and that all employees, i ncluding s ubcontractor a mployees, a re I awfully p ermitted to p erform work in the United States as provided in this agreement with the City of Kent. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI TRUST CLAIMS TO PURCHASER, MINIMUM WAGE AFFIDAVIT AND CERTIFICATION OF LAWFUL EMPLOYMENT NAME OF PROJECT: CITY HALL CAMPUS IMPROVEMENTS, PR 2005 04 NAME OF BIDDER'S FIRM: SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDD ' ' (Notarization Required) Yt* [CORPORATE/PARTNERSHIP ACKNOWLEDGMENT] a, .•', STATE OF WASHINGTON) ) ss. COUNTY OF K I N G ) I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the of the Partnership/Corporation to be the free and voluntary act of such Partnership/Corporation for the uses and purposes mentioned in the instrument. DATED: NOTARY PUBLIC in and for the State of Washington, residing at My commission expires ' S R Y`1Y SIGNATURE OF AUTHORIZED REPRESENTATIVE O _ BIDDER ' (Notarization Required) [INDIVIDUAL ACKNOWLEDGMENT] � 1 ' STATE OF WASHINGTON) ) ss. COUNTY OF K I N G ) I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she jwas authorized to execute the instrument, and acknowledged it to be his/her free and voluntary act for the uses and purposes mentioned in the instrument. DATED: NOTARY PUBLIC in and for the State of Washington, residing at My commission expires CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY DECLARATION The City of Kent is committed to conform to Federal and State laws regarding-equaI opportunity. As such, all contractors, subcontractors and suppliers who perform work with'�rOation to this Icontract shall comply with the regulations of the City's Equal Employment Opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, i t will be considered a breach of contract a nd it will be at the City's sole determination regarding suspension or termination for all or part of the contract. The questions are as follows: 1. I have read the attached City of Kent Administrative Policy Number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of any sensory, mental or physical disability. 3. During the time of this contract I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider the hiring and promoting of women and minorities. 5. Before acceptance of this contract I, the prime contractor, will sign an adherence statement that the requirements as heretofore outlined were complied with. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of 2005 By: Company: Title Date: CITY OF KENT ADMINISTRATIVE POLICY YY /r'✓ }'p'' Jy � fief NUMBER: 1.2 EFFECTIVE DATE. Januar�rpl, 1998 1 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Y�S 1 CITY OF KENT a, CERTIFICATION OF NONSEGREGATED FACILITIES lee The undersigned certifies that s/he does not maintain or provide for her/his.,iamployees any segregated facilities at any of her/his establishments, and that s/he does not permit her/his employees to perform their services at any locations under her/his control where segregated facilities are maintained. The undersigned certifies further that s/he will not maintain or provide for her/his employees to perform their services at any location under her/his control where segregated facilities are maintained The undersigned agrees that a breach of this certification will be in violation of the Equal Opportunity Clause set forth in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis or race, color, religion, or national origin, because of habit, local custom, or otherwise. The undersigned agrees that except where s/he has obtained identical certifications from subcontractors prior to the award of subcontracts exceeding $ 10,000, which a re n of exempt from the provisions of the Equal Opportunity Clause, that s/he will obtain identical certifications from subcontractors and that s/he will retain such certifications in her/his files. Signature: Title. Company: Address: City/State/Zip Date: PROPOSAL SIGNATURE PAGE, The undersigned bidder hereby proposes and agrees to start constructionWork on the Contract, if awarded to him or her, on or before ten (10) calendar days from the dale of the Notice to Proceed, and agrees to complete the Contract within ninety (90) working darts after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within (10) calendar days after City awards the Contract. No bidder may withdraw her/his bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s , to the plans and/or specifications is hereby acknowledged. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. BIDDER: (Name of Construction Company) By (Signature) (Print Name and Title) Date: Address: i CONTRACT THIS AGREEMENT, made in triplicate is entered into between the'CITYbF KENT, a Washington Municipal Corporation ("City"), and ("Contracfor"y;,located and doing business at v y Y 4�O i WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for City i Hall Campus Improvements, PR 2005 04 in accordance with and as described in the attached Project Manual and specifications and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Unless otherwise directed by the City, work shall start within ten (10) days after Notice to Proceed and be completed in ninety 90 calendar days The City shall suffer damages if said work is not completed within the time specified. Therefore, the Contractor agrees to i pay to the City liquidated damages in accordance with Section 1-08.9 of the Standard Specifications, as may be modified by the Kent Special Provisions. iThe Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for i constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the CITY OF KENT. i2. The CITY OF KENT hereby p romises a nd a grees w ith t he C ontractor to e mploy, a nd does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. i 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the CITY OF KENT by reason of entering into this contract, except as expressly provided herein. 1 1 ' 5. Contractor shall defend, indemnify and hold the City, its officers,,officials, employees, s agents, volunteers and assigns harmless from any and all claim ,.injunes, damages, losses or suits, including all legal costs and attorney fees, arising out of-or in connection ' with the performance of this contract, except for injuries and d arpage's c aused b y t he sole negligence of the City. -r rcay The City's inspection or acceptance of any of Contractor's work whep',completed ' shall not be grounds to avoid any of these covenants of indemnification. 11�1 ' Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. ' 6. Contractor agrees, upon the City's written demand, to make all books and records available to the CITY OF KENT for inspection, review, photocopying and audit in the event of a contract related dispute, claim, modification or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the CITY OF KENT. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19 122, including utilization of the "one call" locator service before commencing any excavation activities. ' 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the CITY OF KENT. ' (SIGNATURES ON FOLLOWING PAGES) IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. Cc ' CITY OF KENT CONTRACTOR �sff BY: BY: iJIM WHITE, MAYOR NAME, TITLE ' DATE: DATE: ' WITNESS, if INDIVIDUAL OR PARTNERSHIP: ATTEST: APPROVED AS TO FORM• BRENDA JACOBER, CITY CLERK LAW DEPARTMENT STATE OF WASHINGTON) ss 1 COUNTY OF KING ) 1 On this day of , 2005, before me personally appeared and f 1 to me known to be and 1 of the corporation/individual that executed the within and foregoing instrument, and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute 1 said instrument and that the seal affixed is the corporate seal of said corporation. ' IN WITNESS WHEREOF, I have hereunto set my hand the day and year first above written. 1 Notary Public in and for the State of Washington, residing at NOTICES SHALL BE DELIVERED TO: CONTRACTOR: CITY: 1 (Name) Perry Brooks (Company) Parks, Recreation & Community Services ' (Address) 220 Fourth Avenue South (City, State, Zip) Kent, WA 98032-5895 ' (Phone) (253) 856-5114 Phone (FAX) (253) 856-6050 FAX i i 1 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance � ' The Contractor shall procure and maintain for the duration of the Agreement, instance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liabilitv insurance covering all owned, non-owned, hired and ' leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liabilitv insurance shall be written on ISO occurrence ' form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. ' 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies. r4. Workers' Compensation coverage as required by the Industrial Insurance laws oft State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ' 2. Commercial General Liabilitv insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit. 3. Excess Liability insurance shall be written with limits no less than $1 ,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above. C. Other Insurance Provisions ' The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: EXHIBIT B INSURANCE (Page Two) 1. The Contractor's insurance coverage shall be primary insurance as aspect the City. ' Any insurance, self-insurance, or insurance pool coverage maintained 44yy the City shall be excess of the Contractor's insurance and shall not contribute, '►t h A 2. The Contractor's insurance shall be endorsed to state that coverage shal 'ot be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial ' General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses ' The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation ' The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance ' obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise ' F. Acceptability of Insurers ' Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage 1 Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for ' subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ' PERFORMANCE BOND * '' TO CITY OF KENT . a KNOW ALL MEN BY THESE PRESENTS: E` -'; . <t�> That we, the undersigned, ' as Principal, and a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent October 18, 2005, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of City Hall Campus Improvements, PR 2005 04 (which contract is referred to herein and is made a part hereof as though attached hereto), and ' WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth ' NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all ' the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF KENT, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ' IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. ; ' TWO WITNESSES: PRINCIPAL f, ' BY: -, TITLE: DATE: DATE: ' CORPORATE SEAL: SURETY CORPORATE SEAL BY: DATE: TITLE: ' ADDRESS: ' CERTIFICATE AS TO CORPORATE SEAL 1 I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. ' SECRETARY OR ASSISTANT SECRETARY ' CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this protect by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime tcontractor for the Agreement known as City Hall Campus Improvements that was entered into on the (date) , between the firm I represent and the City of Kent. II declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of 2005 ' By. For: Title: STATE OF WASHINGTON) )ss. COUNTY OF KING ) I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the of the Partnership/Corporation to be the free and voluntary act of such Partnership/Corporation for the uses and purposes mentioned in the instrument. WITNESETH my hand and seal this _day of , 2005. NOTARY PUBLIC for the State of Washington residing at My commission expires 1 BIDDER'S CHECKLIST Project: City Hall Campus Improvements The bidder's attention is especially called to the following forms that must be executed in full as required: Failure to comply shall result in rejection of any bid not so complying. A) BID PROPOSAL The unit prices and alternate bids and/or lump sum price bid must be shown in the space provided Show prices in both words and figures. B) REQUEST FOR REFERENCE- This form is to be completed by the bidder. C) SUBCONTRACTOR LIST: If total contract price of bid, exceeds $100,000, indicate all subcontractors (and yourself, if applicable) that will perform work amounting to more than ten percent of the total contract price. This form must be completed and submitted with your bid--no ' delays will be allowed D) COMBINED AFFIDAVIT AND CERTIFICATION FORM: This form must be subscribed to and sworn before a Notary Public. E) BOND ACCOMPANYING BID This form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond must equal 5% of the total amount bid and shall be shown in both words and figures. F) E E O POLICY DECLARATION: To be completed and signed by the bidder. G) DISADVANTAGED MINORITY or WOMEN'S BUSINESS ENTERPRISE CERTIFICATION: If applicable to bidder. H) CERTIFICATION OF NONSEGREAGATED FACILITIES: To be completed and signed by the bidder. 1) PROPOSAL SIGNATURE SHEET: To be completed and signed by the bidder. The followinq City of Kent forms are to be executed after the Contract is awarded: A) PUBLIC WORKS AGREEMENT- Executed by the successful bidder. B) PERFORMANCE BOND/CERTIFICATE AS TO CORPORATE SEAL: T o be executed by the successful bidder and his surety company. The following City of Kent form is to be executed after completion of the project: C) AFFIDAVIT OF COMPLIANCE RE- City Administrative Policy 1 2: To be executed after completion and prior to acceptance by Owner. R etainage w ill n of b e r eleased b y O wrier u ntd receipt of this Affidavit. TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1 General Requirement Section Title Author 01010 Administrative Procedures City 01020 Field Engineering City 01039 Coordination and Meetings City 01040 Codes & Standards City 01090 Definitions and Abbreviations City 01100 Base Bid and Alternates City 01101 Site Security City 01300 Submittals City 01400 Quality Control Cit 01500 Temporary Facilities and Controls City 01600 Materials and Equipment City 01700 Project Closeout City 01900 Temporary Erosion & Sedimentation Control City DIVISION 2 Site Construction Section Title Author 02100 Site Preparation SW/2020 02110 Demolition 20/20 02120 Utility Removal 20/20 02210 Earthwork SW/2020 02235 Tree Protection SW 02305 Backfillin SW/2020 02510 Water Distribution SW/2020 02620 Subdraina e 2020 02700 Asphalt Concrete Pavement 2020 02720 Stormwater Drainage 2020 I 02721 Rain garden Bioretention 20/20 02725 Structural Sod SW ' 02780 Unit Paving SW 02810 Irrigation System SW 02871 Site Furnishings SW 02900 Landscape SW DIVISION 3 Concrete Section Title Author 03100 Concrete Formwork SW 03200 Concrete Reinforcement SW 03301 Cast-In-Place Concrete SW 03310 Concrete Curbs and Paving 2020 03345 Concrete Finishes SW DIVISION 4 Masonry Section Title Author 04810 Masonry SW DIVISION 6 Woods and Plastics Section Title Author 06100 Rough Carpentry SW/2020 DIVISION 9 Finishes Section Title Author 09900 Painting SW 10441 Striping & Signs City/2020 DIVISION 15 Mechanical Section Title Author 15010 Mechanical Provisions 2020 15050 Basic Materials and Methods 2020 , 15060 Pipe, Valves and Fittings 2020 15250 Mechanical Insulation 2020 15400 Plumbing 2020 DIVISION 16 Electrical Section Title Author 16000 Electrical Work 2020 16011 Demolition 2020 16050 Basic Electrical Materials and Methods 2020 , 16111 Conduits 2020 16123 Building Wire and Cable 2020 16130 Raceway and Boxes 2020 t 16131 Cabinets and Enclosures Sierra 16135 Underground Ducts & Manholes 2020 16140 Wiring Devices Sierra 16411 Enclosed Switches Sierra 16450 Grounding System Sierra ' 16470 Panelboards Sierra 16491 Fuses Sierra 16500 Lighting Fixtures and Control 2020 i 1 SECTION 01010 1 ADMINISTRATIVE PROCEDURES PART 1 - GENERAL I1.01 CONDITIONS OF CONTRACT Contractor shall familiarize himself/herself thoroughly with all conditions of the specifications, as well as technical sections 1.02 PERMITS The City shall obtain and pay for any permits required during the course of the work. The City has obtained the necessary permits to date. j 1.03 DUST CONTROL The Contractor shall be responsible for alleviation or prevention of any dust arising from the work on this project, by using water or dust palliatives as required by the City of Kent and as approved by the Designated Authority. 1.04 VANDALISM The Contractor is hereby advised to take all lawful and prudent precautions against vandalism on any work and equipment connected with this project. The Owner will not in any way be held financially responsible or accountable for vandalism, or be responsible to repair or replace any work or equipment 1.05 WEATHER AND WATER TABLE CONDITIONS Since work may be done during inclement weather, and within a high water table, each bidder shall satisfy himself before submitting his bid as to the hazards likely to arise from weather or high water table conditions. Complete weather records and reports may be obtained from any US Weather Bureau Office. No additional payment will be made for any conditions caused by inclement water, wetlands, streams, flooding, saturated soils, or high water table. 1.06 MAINTENANCE OF STREETS, TRAILS, UTILTITIES, ETC. A. The Contractor shall be responsible at all times for the maintenance of streets, parking lot, and utilities affected by construction operations. Streets, sidewalk, and utilities shall be kept in full operation during the entire course of the project Debris and rubbish shall not be allowed to I accumulate and all premises shall be maintained in a neat and workman- like condition as determined by the Owner. City Hall Campus Improvements SECTION 01010 ADMINISTRATIVE PROCEDURES B. In the event the Contractor fails to conform to these requirements, the Owner shall have the right to have the work done by others and the cost will be deducted from monies due the Contractor. 1.07 PROTECTION OF MATERIALS The Contractor is responsible for protection of materials and completed work from vandalism until the work is completed. 1.08 EROSION CONTROL The Contractor shall be responsible at all times until final acceptance for any I erosion control during construction and for repair of any completed work damaged by erosion. 1.09 STATE LICENSING LAW The Contractor agrees and covenants to furnish the Owner proper evidence that the Contractor has fully complied with the State Licensing Law as specified in Chapter 77, Laws of the State of Washington, of 1963, as amended; and a , Contractor's Certificate of Registration shall be in full force and effect throughout the work project hereinabove enumerated. 1.10 EXISTING SITE TOPOGRAPHY The existing topography is shown as screened contour lines and spot elevations. Notify Designated Authority immediately should actual conditions vary significantly from those shown 1.11 SURVEY DATAIEXISTING CONDITIONS The Contractor's surveyor shall establish and stake out control points for the various parts of the work for location, I ines, a nd g rades from the base line as shown on the plans An electronic file of coordinates will be provided to the surveyor by the Designated Authority upon request. Surveyor shall be a licensed surveyor in the State of Washington. 1.12 AS-BUILT DRAWINGS AND SPECIFICATIONS A. The Contractor shall keep one set of drawings and specifications at the site for the purpose of recording all changes made during construction as changes occur. City Hall Campus Improvements I SECTION 01010 ADMINISTRATIVE PROCEDURES B. In addition, the drawings and specifications shall be marked to record all materials used where options or alternates were indicated or specified and dimensional changes made during the course to the work shall be drawn to scale. C. The Contractor shall provide a mylar record drawing prepared and stamped by a licensed surveyor reflecting the actual vertical and horizontal locations of drainage facilities (including open channels) constructed on the project site as per City of Kent code requirements. D. The record drawings shall include the following declaration by the licensed surveyor. 'WE HEREBY DECLARE THAT ALL IMPROVEMENTS INCLUDING STORM DRAINAGE IMPROVEMENTS ARE LOCATED AS SHOWN ON THESE RECORD DRAWINGS PER THE FIELD MEASUREMENTS TAKEN (Date)." PART 2 — PRODUCTS Not used. PART 2 — EXECUTION Not used END OF SECTION City Hall Campus Improvements SECTION 01020 FIELD ENGINEERING PART 1—GENERAL 1.01 WORK INCLUDED A. GRADES, LINES, AND LEVELS 1. Employ a licensed Civil Engineer or Land Surveyor to lay out the work and establish all points, lines, grades, and levels from such points, reference lines, and datum as indicated on the drawings The Contractor will be held responsible for the accuracy of his work 2. Provide all such stakes, spikes, steel pins, templates, platforms i equipment, instruments, tools, and materials, and all labor including instrument men, road-men, chain-men, etc , as may be required in laying out any part of the work. 3. Provide all stake out and locations of the various portions of the work and provide such Imes and grades as are necessary for the proper construction and drainage of the project as required on drawings. 4. Submit all layout data to City Representative/Engineer for approval prior to beginning work. Retain and record all layout data not shown on contract documents or at variance with the contract documents Retain and record survey data on record drawings 5. Record all survey data in accordance with standard and approved methods. All field notes, sketches, recordings, and computations made by the Contractor in laying out the work shall be available at all times during the progress of the work for the ready examination by the Owner or its duly authorized representative. 6. Maintain and preserve all stakes and other marks established until ' authorized to remove them; if such marks are destroyed by the Contractor through his negligence prior to their authorized removal, and if required by the City Representative/Engineer, they shall be replaced by the Contractor at his expense. 7. Locate all utilities prior to excavation by calling 1-800-424-5555. Qwest , Fiber Optic line is located on the site. If working within five feet (5') of the line, a Monitor must be present on-site. Call 253-939-2443 at least 48 hours in advance of the need for the Monitor. City Hall Campus Improvements SECTION 01020 FIELD ENGINEERING PART 2 — PRODUCTS Not used. PART 3 — EXECUTION A. HAZARDOUS SUBSTANCE ENCOUNTERED 1. Immediately identify any hazardous substance or condition exposed during the Work to the Project Manager/ Engineer for decision or remedy. END OF SECTION j � t 1 1 i City Hall Campus Improvements SECTION 01039 COORDINATION & MEETINGS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Coordination. B. Pre-construction conference. C. Progress meetings. D. Pre-installation conferences. 1.02 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of Specifications to assure proper, efficient, and orderly sequence of construction and installation of interdependent elements. B. Verify that utility requirement characteristics of operating equipment are compatible with building and site utilities. Coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit as closely as practicable; place runs parallel with line of budding or fences. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. Coordinate completion and clean up of Work of separate sections in preparation for Completion. 1.03 PRECONSTRUCTION CONFERENCE A. Owner will schedule a preconstruction conference after Notice of Award. B. Attendance Required: Owner, Inspector, and Contractor. C. Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. City Hall Campus Improvements t SECTION 01039 COORDINATION & MEETINGS 5. Designation of personnel representing the parties in Contract, and the Architect/Engineer 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. 8. Security of Project. 9. Site Meetings. 10. Coordination with Owner. 11. Notice to Proceed. 12. Special Instructions 1.04 PROGRESS MEETINGS A. Owner will schedule and administer weekly meetings throughout progress of the work at weekly intervals. B. Contractor shall attend meetings. C. Attendance Required: Contractor, Job Superintendent, Owner, Owner's consultaants and Subcontractors and Subconsultants as appropriate to agenda topics for each meeting. D. For each weekly meeting, Contractor shall prepare and provide a neat, concise, and updated two-week schedule of projected work. E. Agenda: 1. Review minutes of previous meetings. 2. Review of submittals and status of submittals. 3. Review of overall and two-week schedule. 4. Maintenance of progress schedule. 5. Review plans and specifications related to anticipated work. 6. Review of Work progress. 7. Field observations, problems, and decisions. 8. Review of off-site fabrication and delivery schedules. 9. Other business relating to Work. City Hall Campus Improvements SECTION 01039 COORDINATION & MEETINGS 1.05 PREINSTALLATION CONFERENCES A. When required, convene a pre-installation conference at work site prior to commencing work of a Technical Section. B. Require attendance of parties directly affecting, or affected by, work of the specific section C. Notify Owner seven (7) days in advance of meeting date. D. Prepare agenda and preside at conference. E. Review conditions of installation, preparation, and installation procedures, and coordination with related work. PART 2-PRODUCTS Not used. PART 3-EXECUTION Not used. END OF SECTION City Hall Campus Improvements ' I SECTION 01040 CODES & STANDARDS PART 1—GENERAL 1.01 CODES AND STANDARDS A. All work shall conform to the most current editions of the Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (Standard Specification and Standard Plans respectively), unless otherwise indicated herein. B. The Contractor shall have one copy of the most current editions of the Standard Specifications and Standard Plans at the job site. C. All work shall conform to the most current edition of the City of Kent Construction Standards. D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. E. Erosion control and stormwater systems must conform to the requirements of the latest edition of the "Surface Water Design Manual", King County WA, except as amended by the City of Kent stormwater manual and construction standards. ' F All work shall conform to the most current and accepted building code adopted by the City of Kent. G. All work shall comply with other codes and standards as required in the project drawings, specifications, and by applicable jurisdictional entities. 1.02 CODE COMPLIANCE A. Give all notices and comply with all laws, ordinances, rules, regulations, and orders of any public agency having authority over the performance of the work. B. Contractor will be held responsible for observance by himself, his agents, his sub-contractors, and all employees, of the regulations of the United States Government, State of Washington, City of Kent, and King County covering sanitation, fire protection, safety, and burning City Hall Campus Improvements SECTION 01040 CODES & STANDARDS C. Promptly notify the Owner in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. D. If Contractor performs work knowing it to be contrary to such laws, ' ordinances, rules, regulations, and orders, and without such notice to the Owner, Contractor shall assume full responsibility therefore and shall bear all costs attributable thereto. E. Where the drawings and specifications call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger sizes than may be required to said laws, ordinances, rules, and regulations, and orders, the provisions of the drawings and specifications shall take precedence over said laws, ordinances, rules and regulations, and orders. PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION City Hall Campus Improvements r SECTION 01090 DEFINITIONS AND ABBREVIATIONS PART 1 — GENERAL 1.01 NUMBER OF SPECIFIED ITEMS REQUIRED Wherever in the project specifications and drawings, an article, device, or piece of equipment is referred to in the singular number, such reference applies to all and as many such articles as are shown on the drawings, or required to properly complete the installation. 1.02 DEFINITIONS rA."Owner": The City of Kent or their representative. B. Designated Authority (Engineer, Landscape Architect): an employee of or consultant to the City of Kent. C."Provide" shall mean, "furnish and install' or "furnish labor, equipment, and materials necessary for complete and proper installation, ready for use, and under the terms of the contract drawings". "As shown", "as indicated," "as detailed," "as noted," or words of similar meaning refer to contract drawings. D."The work" means "the project work to be accomplished under this contract." E. "Approved" means "Approved by the owner or designated authority." "For approval' means "for owner approval, or designated authority approval." ' F. Where the words "or equal' are used, the owner is the sole judge of the quality and suitability of the proposed substitution. G. "Products" means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and r equipment used for preparation, fabrication, conveying, and erection of the Work. Products may also include existing materials or components required for reuse. 1.03 ABBREVIATIONS See Legends on the drawings. r City Hall Campus Improvements 1 SECTION 01090 DEFINITIONS AND ABBREVIATIONS 1.04 ORGANIZATION OF SPECIFICATIONS Divisions and sections of these specifications conform generally to customary trade practice. They are intended for convenience only. The Owner and Designated Authority are not bound to define the limits of any subcontract. 1.05 DIMENSIONS AND MEASUREMENTS Written dimensions govern. Do not scale drawings, unless so indicated on the plans. Check all dimensions in the field and verify them with respect to the adjacent or incorporated work. 1.06 CONFLICT IN DRAWINGS AND SPECIFICATIONS A. Bring immediately to attention of the Designated Authority any conflicts relating to technical aspects in drawings and specifications. (See 1-04.2 of the Kent Parks Special Provisions). B. Contractor shall request clarification and information in written format. PART 2 — PRODUCTS Not used. PART 3— EXECUTION Not used. ' END OF SECTION City Hall Campus Improvements t ' SECTION 01100 BASE BID AND ALTERNATES PART 1 — GENERAL 1.01 GENERAL Bidders shall submit a proposal for the base bid and alternates. The City reserves the right to award the base bid only if considered to be in the City's best interest. Only basic information concerning Base Bid and Alternates is listed in the proposal. No attempt has been made to list all items or details. Refer to technical sections of the Specifications and Drawings for more detailed information. 1.02 SITE WORK A. Base Bid 1. Includes all labor, materials, equipment, direct and incidental required for successful completion of the work drawn and specified, together with the necessary appurtenant and/or associated work. 2. Work Not Included in Base Bid Work noted as "not in contract" abbreviated N I.C., or work included under alternates is not included in Base Bid. tB. Trench Excavations Safety Provisions If the contract contains any work that requires trenching exceeding a depth of four (4) feet, all costs for adequate trench safety systems shall be identified as a separate bid item in compliance with Chapter 39.04 RCW. The purpose of this provision is to ensure that the bidder agrees to comply with all the relevant trench safety requirements of Chapter 49.17 RCW. This bid amount shall be included in the total Lump Sum Base Bid set forth above. If trench excavation safety provisions do not pertain to this project put N/A for dollar amount. Failure to complete this requirement shall be considered as non-responsive to the bid solicitation. C. Additive Alternates Additive alternate bids shall include work described in the proposal and shall include modifications, adjustments, and revisions to the Base Bid or other work necessary to incorporate such alternate work into the protect. The sum shown on the Contractor's Proposal shall cover all costs into the completed project City Hall Campus Improvements SECTION 01100 BASE BID AND ALTERNATES PART 2—PRODUCTS Not used. PART 3—EXECUTION Not used. END OF SECTION i i i i 1 i i 1 City Hall Campus Improvements SECTION 01101 SITE SECURITY PART 1 — GENERAL 1.01 SITE SECURITY A. The Contractor shall secure the site with temporary fencing such that it I does not impede pedestrian access to either City Hall or the Centennial Center. Contractor shall post signs stating that the site is a construction area — do not enter. Contractor is hereby advised to take all lawful and prudent precautions against unauthorized entry to the work area. B. The Contractor shall take all lawful and prudent precautions against 1 damage to project equipment, materials, completed work, and all other elements of the work. Contractor shall upgrade precautionary measures as appropriate and necessary to ensure adequate site security C. The Contractor shall coordinate security efforts and measures with Owner and local law enforcement as appropriate. 1.02 ACCESS TO SITE A. The Contractor must maintain access to the Police Department at all times. B. The Contractor is responsible to maintain safe means of ingress and egress to the construction site off of adjacent public roads. C. Contractor is responsible to present the City with weekly proposed access routes. 1.03 VANDALISM A. The Contractor is hereby advised to take all lawful and prudent precautions against vandalism on any work and equipment connected with this project. The Owner will not in any way be held financially responsible or accountable for vandalism, or be responsible to repair or replace any work equipment. B. The City will notify City Police Patrol Units when project commences. ' City Hall Campus Improvements SECTION 01101 SITE SECURITY PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION . i ! 1 i 1 City Hall Campus Improvements ! SECTION 01300 SUBMITTALS PART 1—GENERAL 1.01 SUBMITTALS A. RELATED WORK ELSEWHERE 1. Contractual Requirements for Submittals: a) General Conditions b) Special Conditions B. SUBMITTALS REQUIRED 1. See each Section under PART I—GENERAL for specific items to be 1 submitted for approval. C. COMPLIANCE 1. Failure to comply with these requirements shall be deemed as the Contractor's failure to furnish the exact materials specified or materials selected by the Owner based on these specifications. D. MANUFACTURER'S LITERATURE 1. Contractor shall submit three copies of manufacturer's literature for approval. 2. Catalog cuts or brochures shall show type, size ratings, style, color, manufacturer, and catalog number of each item and be complete ! enough to provide for positive and rapid identification in the field. E. SAMPLES 1. The sample submitted shall be the exact or precise article proposed to be furnished. 2. Samples, color chips, finish styles, etc. shall be submitted in sufficient number as to provide the Owner with alternate choices F. SUBSTITUTIONS 1. The contract is based on materials, equipment, and methods described in the contract documents City Hall Campus Improvements SECTION 01300 SUBMITTALS 2. Contractor shall not substitute materials, equipment, or methods unless such substitution has been specifically approved for the work by the Owner. 3. Requests for substitutions may not be made prior to bid. 4. Requests for substitutions may be made after award of bid. All technical data and costs, and delivery information shall accompany such requests. When, in the sole opinion of the Owner, the product is equal, or better, in all respects, to the product specified, it will be approved subject to contract requirements and the Contractor's assumption of the responsibility for all extenuating circumstances. 5. Where the phrase "or equal" or "or equal as approved by the Owner" occurs in the contract documents, Contractor shall not assume that material, equipment, or methods will be approved as equal by the Owner unless the item has specifically been approved for this work by ' the Owner. 6. In all cases, Owner approval of substitutions shall be made prior to installation or use. 7. The decision of the Owner shall be final. G.SUBMITTALS 1. Samples, tests, shop and detail drawings shall be submitted in related packages. All equipment or material details that are interdependent or are related in any way must be submitted indicating the complete installation. 2. All tests, samples, shop drawings and materials submitted for approval must be submitted ten (10) working days prior to use or installation of the material or shop drawings 3. Following approval, all work must be done in accordance with the ' approved shop drawings, samples, and submittals. 4. If corrections are required, the Contractor shall make the corrections required by the Owner and file with him the same number of corrected copies as indicated above. City Hall Campus Improvements SECTION 01300 SUBMITTALS 5. The Owner's review of, and approval of, any tests, submittals, or shop drawings is understood to be an acceptance of the character of the details and not a check of any dimensions or quantities. Owner's approval will not relieve the Contractor from responsibility for errors of any sort in shop drawings or schedules, whether or not the Owner finds errors in review of such details. The Owner's review of, and approval of, any submittal will not relieve the Contractor of responsibility of consequences due to deviations from the contract documents unless the Contractor has called attention to such deviations in writing No changes shall be made in any drawing after it has been reviewed, except by the consent or the direction of the Owner in writing. I PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION City Hall Campus Improvements SECTION 01400 QUALITY CONTROL PART 1—GENERAL 1.01 SECTION INCLUDES A. Quality assurance and control of installation B. References C. Inspection and testing laboratory services 1.02 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply fully with manufacturer's instructions, including each step in sequence. C. Should manufacturer's instructions conflict with contract documents, request clarification from designated authority before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure products in place with positive anchorage devices. 1.03 REFERENCES A. Conform to reference standard by date of issue current on date for receiving bids. B. Should specified reference standards conflict with contract 1 documents, request clarification from designated authority before proceeding. City Hall Campus Improvements SECTION 01400 QUALITY CONTROL C. The contractual relationship of the parties to the contract shall not be altered from the contract documents by mention or interference otherwise in any reference document. 1.04 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will appoint, employ, and pay for services of an independent firm to perform inspection and testing of compaction, concrete, asphalt, and painting if needed. B. That independent firm will perform inspections, tests, and other services except those specifically required of the Contractor in individual specification sections. C. Reports will be submitted by the independent firm to the Architect/Engineer and Owner indicating observations and results of tests and indicating compliance or noncompliance with contract documents. D. Contractor shall at all times cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, and assistance as requested. 1. Notify Architect/Engineer and independent firm 48 hours prior to expected time for operations requiring service. 2. Make arrangements with independent firm and pay for additional samples and tests beyond the Owner's test if required for Contractor's use. C. Re-testing and site visits required because of nonconformance to specified requirements and scheduling shall be performed by the same independent firm on instructions by the Architect/Engineer. Payment for redesign and site visits will be charged by the Owner to the Contractor by deducting inspection or testing charges from the contract sum/price. PART 2—PRODUCTS Not used. PART 3—EXECUTION Not used END OF SECTION City Hall Campus Improvements SECTION 01500 TEMPORARY FACILITIES & CONTROLS PART 1 —GENERAL 1.01 CONTRACTOR'S WORK All work specified under this Section shall be provided by the Contractor. , 1.02 TEMPORARY POWER t Contractor shall provide sufficient electric power of capacity necessary and make it available to all those connected with the work. The Contractor is to pay for all temporary transformers, lines, poles, meters, and other changes and all charges connected with the use of the permanent facilities until accepted by the Owner. All costs and other charges in providing electric power to be paid by Contractor until acceptance of project by Owner. 1.03 TEMPORARY TELEPHONE SERVICE As soon as possible after Notice to Proceed with construction, provide a non-coin box telephone or cellular phone on the site and maintain same until completion of the work. Pay for installation, maintenance, and non-toll calls and allow all connected with the work to use, provided they pay for toll calls. 1.04 TEMPORARY DRINKING WATER Make necessary arrangements and provide drinking water from a proven safe source required during entire construction period. Comply with state and local health requirements. Serve in single service containers or sanitary drinking fountain. 1.05 WATER FOR CONSTRUCTION Contractor,to provide water and make it available to all those connected with the work The Contractor is to pay all costs and charges for same until acceptance of project by Owner. Obtain a temporary hydrant permit from the City of Kent or prevailing purveyor if required. 1.06 TEMPORARY SANITARY FACILITIES The Contractor is responsible to provide and maintain restroom facilities. Locate inside the construction area and keep in clean, orderly, and sanitary condition Secure to prevent tipping or other disturbances by vandals or others Remove when directed by Owner and disinfect premises. City Hall Campus Improvements SECTION 01500 TEMPORARY FACILITIES & CONTROLS 1.07 TEMPORARY SHEDS ' Construct and maintain such temporary sheds as may be required for the use of workmen, for tool cribs, and for the storage of materials, project plans and documents. Provide temporary light in all areas of the sheds. All sheds shall be maintained at all times in good repair and in a clean and sanitary condition. Upon completion of the work, all sheds shall be removed and the premises cleaned. 1.08 STAGING AREA The Contractor staging area to be agreed upon by the Contractor and the Owner. ' Submit a proposed location to the Owner for approval. All disturbed areas shall be cleaned up, fine graded, seeded, and otherwise restored to its original condition as determined by the Owner or according to the Plans and Specifications. 1.09 FIELD OFFICES The Contractor is not required to provide a field office on the premises for this project. 1.10 DAILY CLEAN UP (See Kent Parks Special Provisions) Contractor is required to clean all streets, trail, walkways, and alleys at the end of the work day. Contractor shall secure all areas of the work, equipment, and material and leave the site in a neat, orderly manner. PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION City Hall Campus Improvements SECTION 01600 MATERIALS & EQUIPMENT PART 1--GENERAL 1.01 MATERIALS AND EQUIPMENT A. QUALITY 1. Unless otherwise specified, all materials, equipment, or other items incorporated in the work shall be new. 2. Deliver materials and equipment to job site in original unbroken containers, stamped with brand and maker's name. 3. All workmanship shall be consistent with latest shop and trade practices. 4. All required certificates, tests, labels, and compliance with all code , and legal requirements are conditions of acceptance for use in the work. 5. It is the Contractor's responsibility to be certain that all equipment and materials selected by the Contractor or sub-contractors or materials suppliers conform exactly to the requirements of the drawings and specifications. 6. The approval of a manufacturer's name by the Owner does not relieve the Contractor of the responsibility for providing materials and equipment that comply with the contract documents. 7. Identification of a product in the specifications is to establish standard, type, performance, and quality that the Owner has determined as requisite and necessary for the project. B. In general, the preparation of the drawings and specifications has been based upon sizes, loads, and requirements of specific items, materials, or equipment, and, as such, are the basis of bidding. B. STORAGE AND PROTECTION 1. The Contractor shall take all precautions necessary to insure safe and secure storage for materials and equipment. 2. Protect all materials and equipment from damage from whatever the cause City Hall Campus Improvements i i SECTION 01600 MATERIALS & EQUIPMENT 3. Comply with Owner's directions to safeguard materials and equipment stored on site or off site 4. Provide all insurance as required by General Conditions for materials stored on site or off site. PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION i i i i 1 i City Hall Campus Improvements SECTION 01700 PROJECT CLOSE OUT PART 1—GENERAL 1 1.01 PROJECT CLOSEOUT A. CONTRACT RECORD DOCUMENTS 1. Definition a) On-site As-built drawings are defined as a printed set of the contract drawings that the Contractor shall keep current and indicate thereon all differences between the contract work as drawn and as installed, and where any work added to the contract is also indicated. b) As-Built (Record) Drawings are defined as a black line set of prints of the contract drawings covering the completed work, and on which are shown any and all differences between the contract work as drawn and installed, as well as any work added to the contract. c) Concealed work is that which is installed underground or in areas that cannot be readily inspected by means of access panels, ' inspection plates, or other removable features. Contractor shall record concealed work daily on the on-site As-Built drawing. B. REQUIREMENTS 1. Each contractor and sub-contractor (General, Mechanical, Electrical, etc.) shall prepare and maintain a set of on site As-Built Drawings which clearly show all differences between the contract drawings as drawn and the work as installed, and shall also indicate work performed which was not shown on the contract drawings. Include location of all clean outs and access panels. C. ON SITE AS-BUILT DRAWINGS 1. Each Contractor (General, Mechanical, Electrical, etc.) shall , maintain a set of on site As-Built Drawings at the job site. These shall be kept legible and current, and shall be available for inspection at all times by the Owner. All changes in the contract work or work added shall be, neatly and in consistent format, shown on these drawings in a permanent contrasting color (e.g using a red, blue, green, or other colored pen). City Hall Campus Improvements SECTION 01700 PROJECT CLOSE OUT ' D. AS-BUILT DRAWINGS 1. Upon substantial completion of the project, each Contractor ' (General, Mechanical, Electrical, etc.) shall submit one copy of the As-Built Drawings to the Owner for review and approval E. APPROVAL 1. The Owner shall review the on site drawings and the As-Built Drawings, and shall be the sole judge of the acceptability of these drawings. ' 2. The receipt and acceptance of As-Built Drawings is a prerequisite to project acceptance by Owner. ' F. PERMITS ' 1. Deliver all permits "signed off' to the Owner. 2. Submission of"signed off' permits is a prerequisite to project ' acceptance by Owner. G. REMOVAL OF TEMPORARY FACILITIES 1. Temporary office facilities, toilets, storage sheds, electric and plumbing lines and/or connections shall be removed from the site and services terminated upon completion of the work, or sooner if progress permits and in the opinion of the Owner. ' 2. Portions of the site occupied by temporary construction shall be restored by the Contractor to a condition completely satisfactory to the Owner. ' H. PRE-FINAL INSPECTION Contractor shall notify the Owner in writing (and by phone) when all the work or portions of the work are complete and ready for inspection. The Owner will make inspection and prepare a punch list to be forwarded to the Contractor who shall promptly correct punch list items as identified by Owner. ' Contractor shall restore all areas disturbed during construction to original, or better condition, and to the satisfaction of the Owner ' City Hall Campus Improvements SECTION 01700 ' PROJECT CLOSE OUT I. OPERATION AND MAINTENANCE DATA ' 1. Provide data for: , a. All productslequipment with moving parts. b. Mechanical equipment and controls. ' c. Electrical equipment and controls. d. Finishes. 2. Submit three (3) sets prior to final inspection, but no later ' than 48 hours prior to scheduled training, bound in 8.5 X 11 inch three ring binders. 3. Part 1: Directory listing names, addresses, and telephone , numbers of Contractor and sub-Contractors, suppliers and , Consultants. 4. Part 2: Operation and Maintenance instructions, arranged by ' Technical Specification Division listing: a. Pertinent design criteria. b. Equipment model number, supplier. , c. Parts list. d. Operating instructions. e. Maintenance instructions. J. FINAL INSPECTION Contractor shall notify the Owner in writing, or by phone, when all punch list items have been corrected The Owner will set a time for the final inspection, at which time the Owner, other City Representatives, , Designated Authorities (as applicable), and Contractor shall jointly inspect the work. The Contractor will promptly correct any further punch list items as identified. ' Owner will provide a written Notice of Project Acceptance after all punch list items have been corrected. Warranty period begins from the date of Project Acceptance and runs for one year. Contractor is responsible to complete, and provide proof of, all ' necessary Washington State releases. City Hall Campus Improvements SECTION 01700 PROJECT CLOSE OUT PART 2 — PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION ' City Hall Campus Improvements SECTION 01900 ' TEMPORARY EROSION & SEDIMENTATION CONTROL PART 1 — GENERAL 1.01 DESCRIPTION Work in this section includes erosion and sedimentation control. Location of silt ' fences, stabilized construction entrances, catch basin protections, and.other erosion control measures are shown on the Construction Drawings, and in accordance with City of Kent codes. ' 1.02 JOB CONDITIONS Construction of the erosion and sedimentation control measures shall be done , prior to any grading, clearing, or demolition. Owner shall determine if any additional TESC is needed. PART 2 — PRODUCTS 2.01 SILTATION FENCE AND CATCH BASIN PROTECTION ' Geotextile for catch basin protection and silt fence shall be Mirafi 140NS or ' approved equal, meeting or exceeding Mullen burst of 220 psi (ASTMD-37866), trapezoidal tear of 40 lbs. (ASTM D-4533) and a puncture strength of 65 lbs. ' (ASTM D-4833). PART 3 — EXECUTION ' 3.01 GENERAL Prior to site grading, clearing, or demolition, construct stabilized construction ' entrance, construction fence (clearing limits), filter fabric fence sedimentary and interceptor swales and maintain throughout duration of project, in accordance , with City of Kent requirements. 3.02 PROJECT CLOSEOUT Temporary silt fence, catch basin protections, and other TESC measures shall be removed after re-vegetation measures have been completed and accepted. ' Restore areas affected by silt fence per Sections 02820 and 02900. END OF SECTION City Hall Campus Improvements , ! SECTION 02100 SITE PREPARATION PART 1 — GENERAL ! 1.01 GENERAL ' A. In general, any remaining trees, grass, shrubs, tree roots, and other vegetation not identified for retention shall be cleared and grubbed within limits of work in order to complete construction unless noted otherwise. B. Contractor may grind up all limbs and miscellaneous organic matter into medium coarse organic mulch Mulch may be used on site for ! landscaping work, pending approval and under direction of the Owner. Mulch that is not used and all clearing and grubbing spoils shall be removed from site and properly disposed. ! C. Grubbing shall be the removal and disposal of all unwanted vegetative matter from underground, including trees, sod, roots, logs, stumps, etc Grubbing shall be to a minimum depth of twelve (12) inches. D. Contractor shall be responsible for disposal of all materials from clearing ' and grubbing process, and shall pay all costs associated with proper and lawful disposal. ! E. Contractor performing the sub-grade work shall complete all grading, rockery construction, and preliminary drainage system construction per the Plans. The work shall be performed in accordance with the applicable sections of the Specifications. 1.02 SCOPE OF WORK A. Furnish all labor, materials, equipment and related items required to ! complete the work indicated on the plans and/or as specified in these Specifications. The items of work, shall include, but not be limited to: ' 1. Removal and disposal of tree roots, shrubs, brush, stumps, rubbish, and any other materials. 2. Coordinate all clearing and grubbing activities with the installation, maintenance and removal of temporary erosion control facilities. 3. Grade the site according to the final Plans. 4. Complete drainage per the final Plans. ! ' City Hall Campus Improvements 02100 - 1 SECTION 02100 ' 1.03 RELATED WORK SITE PREPARATION A. Related work in other sections of these Specifications includes but is not ' limited to: 1. Section 02200 — Earthwork ' 2. Section 02110 — Site Demolition 3. Section 02120 — Utility Demolition ' 4. Section 02720 — Stormwater Drainage 5. Section 02900 — Landscaping 1.04 UTILITIES ' Field verify location of all utilities before commencement of the work. Remove no , utilities, unless shown on the plans, as specified in the Specifications, or as directed by Owner. If unexpected conditions arise, stop work and immediately and notify the Owner. In all phases of the work, damage caused by Contractor to ' any existing utilities shall be repaired by the Contractor, at no additional cost to Owner. The contractor shall field locate and measure elevations of all existing utilities , (i.e. electric, water, stormwater, etc.) that will remain and/or have new connections. The contractor shall provide this information to the Owner prior to ' beginning other work items. 1.05 MONUMENTS Carefully maintain all benchmarks, monuments and other reference points. If ' disturbed or destroyed, Contractor shall replace at no additional expense to the owner. 1.06 TREE PROTECTION ' A. Protect all trees and other plant material scheduled to remain. See plans for minimum protection zones. Light no fires under or near any trees to remain and place no materials or debris nor park any equipment, motor driven or otherwise, within the Critical Root Zone, defined as one (1) foot ' radius from the base of the trunk per inch caliper of existing tree to remain as measured four (4) feet above grade. Protect tree by installing fencing 5 feet from dripline as show on the plans. ' B. If the Contractor damages or destroys a tree which he has been directed to preserve, he shall replace it in species, size and grade, with a healthy , tree acceptable to the Owner, and he shall guarantee that the tree shall live for a period of one (1) year from Owner's acceptance In the event that the tree fails to survive for the one-year period, it shall be replaced in ' City Hall Campus Improvements 02100 - 2 ' SECTION 02100 SITE PREPARATION species, size and grade, at the Contractor's expense. If the Contractor ' fails to replace a tree damaged or destroyed as a result of operations, the Contractor shall forfeit one hundred dollars ($100 00) per square inch of sectional area measured four (4) feet above the ground line of the damaged or destroyed tree. The calculated value of the tree, as described above, shall be deducted from the contract amount. It is the Contractor's responsibility to notify the Owner immediately after damage has occurred. 1.08 HERBICIDES APPLICATION QUALIFICATION ' Applications of herbicides shall be made only by an applicator licensed under Washington State Law. No herbicides shall be applied to raingarden areas. 1.09 PROTECTION Provide protective cover and barriers as necessary to prevent damage and staining to all existing site improvements. 1.10 QUALITY CONTROL All final grading shall be accurate to within ± 0.05 feet for pavement areas. ' PART 2 - MATERIALS 1 2.01 MATERIALS AND EQUIPMENT As required for work involved. See other applicable specification sections. PART 3 - EXECUTION ' 3.01 CLEARING AND GRUBBING OF EXISTING VEGETATION ' A. Remove existing vegetation within limits of work as indicated on the plans. B. Roots of trees and shrubs whose diameter is one (1) inch or greater shall ' be grubbed to a depth of twelve (12) inches below existing grade, unless located in proposed grass or field areas with a minimum of three (3) feet of cover. In such cases, cut off at ground level. Care shall be taken not to ' damage roots of trees and shrubs scheduled to remain. APPLY AN APPROVED STUMP AND ROOT KILLER TO REMAINING ROOTS OF TREES AND SHRUBS (TO BE REMOVED) PER MANUFACTURERS ' RECOMMENDATIONS, PER DIRECTION BY OWNER'S REPRESENTATIVE. ' City Hall Campus Improvements 02100 - 3 SECTION 02100 , SITE PREPARATION C. Haul off site and dispose of all organic debris in such a manner as to meet all State, County, and Municipal regulations. , D. All "holes", "pits", or "voids" shall be backfilled and compacted to provide a neat appearance and suitable structural base where required by , subsequent construction. 3.02 WEED AND GRASS ERADICATION/CONTROL ' Remove or spray as required to eradicatelcontrol weed and grass growth as shown on the plans. Herbicide shall be a non-selective liquid herbicide with no , soil residue for immediate plant back Contractor shall be responsible to coordinate herbicide application with a licensed herbicide applicator. HERBICIDE APPLICATION MUST ALLOW THE PLANTING OF GRASS ' DURING THIS CONTRACT PERIOD. Herbicides shall not be used in raingarden areas. 3.03 CLEARING AND GRUBBING OF IMPERISHABLE DEBRIS Remove off site all imperishable debris that would be unsuitable for bearing including, but not limited to rocks, concrete, pipe, and existing construction. 3.04 UTILITIES , Verify location of all utilities before commencement of the work. Remove no , utilities, unless shown on the plans or as specified in the Specifications or directed by Owner. If unexpected conditions arise, stop work and immediately , notify Owner In all phases of the work, damage caused by Contractor to any existing utilities shall be repaired by the Contractor, at no additional cost to Owner. 3.05 MONUMENTS , Carefully maintain all benchmarks, monuments and other reference points. If ' disturbed or destroyed, Contractor shall replace at no additional expense to the Owner. 3.06 HERBICIDES APPLICATION QUALIFICATION Applications of herbicides shall be made only by an applicator licensed under ' Washington State Law. City Hall Campus Improvements 02100 - 4 ' SECTION 02100 SITE PREPARATION 3.07 PROTECTION ' A. Provide protective cover and barriers as necessary to prevent damage and staining to all existing site improvements. B. Protect benchmarks and existing work from damage or displacement. 3.08 SCARIFYING EXISTING SURFACE All existing grass areas shall be thoroughly roto-tilled, after application of herbicide, to a minimum six (6) inch depth in two directions, each ninety (90) degrees to each other, prior to stripping topsoil. 3.09 SUB-GRADE PREPARATION Grade all areas according to the G Plans, and per all other applicable 1 specification sections (e.g Section 02200 — Earthwork). 3.10 STORMWATER DRAINAGE Construct all drainage systems according to the Plans, and per all other applicable specification sections (e.g. Section 02720 — Stormwater Drainage). As needed, raise catch basins and manholes to top riser section and install lids. Seal grated lids with plastic sheeting and cover with plywood to prevent soils or other materials from entering the drainage system. Prior to sealing, clean out all new structures. 3.11 DISPOSAL A. Properly remove and dispose of all materials off site unless otherwise noted on the plans. Obtain approval of Owner for off site disposal sites. B. No on site burning will be permitted. C. Haul off site and dispose of all organic debris in such a manner as to meet all State, County, and Municipal regulations IEND OF SECTION ' City Hall Campus Improvements 02100 - 5 SECTION 02110 ' DEMOLITION ' PART 1 - GENERAL 1.01 DESCRIPTION Provide all labor, materials, and equipment necessary to demolish existing concrete and asphalt pavement, pavement blocks, cast-in-place concrete, and any storm drainage or irrigation system utilities as shown on the plans. 1.02 SCOPE OF WORK , Owner shall pay for and secure a City of Kent demolition permit and comply , with all conditions of the permit. 1.02 RELATED SECTIONS , Section 02100 - Site Preparation , Section 02700 - Asphalt Concrete Paving Section 03310 - Concrete Paving ' Section 02990 - Site Restoration Section 03301 — Cast-in-Place Concrete 1.04 EXISTING CONDITIONS A. Underground utilities and elements: locate all underground utilities and , elements prior to digging and/or driving stakes Take care, to neither disturb nor damage any existing above ground or underground utilities or elements. ' Keep streets, sidewalks and site clean, free from debris and affected drains open and free flowing at all times. It is the sole responsibility of the Contractor to independently verify all known utility locations, and to discover , and avoid an previously unknown utilities that may be affected. You must call Utilities Underground Location Services @ (800)424-5555 at least 48 hours prior to construction. The Owner shall be contacted immediately when a conflict is found to exist. B. The contractor shall field locate and measure elevations of all existing ' utilities (i.e. electric, water, stormwater, etc.)that will remain and/or have new connections. The contractor shall provide this information to the Owner prior to beginning other work items C. Contact Owner to request shut-off of pressurized utilities Verify that all appropriate services have been disconnected Contractor shall pay for all fees and costs associated with utility disconnect, capping of lines and meter removals required within the project limits. City Hall Campus Improvements 02110 - 1 , SECTION 02110 DEMOLITION D. Do not shut off or cap utilities without prior notice. Coordinate work with Division 1 requirements. Maintain street and site drains and sewers open ' for free drainage. Provide catch basin protection. E. Objectionable Noises- Limit use of air hammers and other noisy equipment as much as possible. Conform to local governing requirements. 1.04 PROTECTION OF TREES Exercise extreme care to prevent damage to existing trees and roots. Contractor shall reimburse City for damages to trees according to the American Society of Arboricultural Standards 1.05 UTILITIES Notify utilities serving property Call for utilities locate at least 48 hours prior to start of work. Make sure that active services have been properly disconnected and/or capped where conflicts may occur. PART 2 PRODUCTS 2.01 MATERIAL AND EQUIPMENT ' As required for work involved. PART 3 EXECUTION 3.01 GENERAL Contractor is hereby advised to take all lawful and prudent precautions against unauthorized entry to the work area. The Contractor shall secure the site with temporary fencing. Contractor shall post signs stating that the site is a ' construction area —do not enter. 3.02 PROTECTION OF FACILITIES Ensure adequate protection of drainage structures, utilities, trees, and other facilities that will not be removed during demolition work. 3.03 DEMOLISH ASPHALT PAVING Identify areas of existing AC paving to be removed by marking and offsetting as appropriate with grease pencil or paint for approval of the Owner prior to commencing this work. When markings are approved, provide a clean, sawn ' edge through a minimum of 2/3 of the thickness of the material to be removed to ' City Hall Campus Improvements 02110 - 2 SECTION 02110 , DEMOLITION ' protect adjacent paving to remain. Use care to protect edge to remain as saw- cut edge will remain as a finished edge against new Asphalt Paving work (Section 02700). Completely remove AC paving to the base rock. 3.04 DEMOLISH CONCRETE PAVING Identify areas of existing Concrete Paving to be removed by marking and ' offsetting as appropriate with grease pencil or paint for approval of the Owner ' prior to commencing this work. When markings are approved, provide a clean, sawn edge through a minimum of 2/3 of the thickness of the material to be removed to protect adjacent paving to remain. Use care to protect edge to remain as saw-cut edge will remain as a finished edge against new Concrete work (Section 03310). Completely remove Concrete paving to the base rock. 3.05 DEMOLISH CAST-IN-PLACE CONCRETE ' Identify areas of existing Cast-in-Place Concrete to be removed by marking and offsetting as appropriate with grease pencil or paint for approval of the Owner prior to commencing this work. When markings are approved, provide a clean, saw-cut edge through a minimum of 2/3 of the thickness of the material to be ' removed to protect adjacent concrete to remain. Use care to protect edge to remain as saw-cut edge will remain as a finished edge against new Concrete work (Section 03301). Completely remove Concrete to base rock. ' Remove paver bricks in a manner that will allow for their reuse if possible. Reused paver bricks must be in good condition with a clean surface. , 3.06 DEMOLISH PAVER BRICKS Identify areas of existing pavers to be removed by marking and offsetting as appropriate with grease pencil or paint for approval of the Owner prior to commencing this work. When markings are approved, provide a clean, saw-cut ' edge through a minimum of 2/3 of the thickness of the material to be removed to protect adjacent concrete or pavers to remain Use care to protect edge to remain as saw-cut edge will remain as a finished edge against new Concrete , work (Section 03301) or paver work Completely remove pavers to base rock. Remove paver bricks in a manner that will allow for their reuse if possible. , Reused paver bricks must be in good condition with a clean surface. 1 City Hall Campus Improvements 02110 - 3 ' ' SECTION 02110 DEMOLITION 3.07 DISPOSAL OF MATERIALS The Contractor, in a manner consistent with all government regulations, shall dispose of the refuse resulting from demolition. In no case shall refuse material be left on the project site, or be buried in embankments or trenches on the project site. All effort shall be made to recycle materials whenever possible. Maintain hauling routes clean and free of any debris resulting from work of this Section. END OF SECTION I City Hall Campus Improvements 02110 -4 SECTION 02120 , UTILITY REMOVAL ' PART 1 - GENERAL 1.01 DESCRIPTION , A. Capping and plugging of electrical equipment, water lines, drainage pipe ' and structures, and other utility connections. B City of Kent assumes no responsibility for actual conditions of existing ' utilities. Drawings of existing facilities are available for information only and do not necessarily reflect the actual conditions. C. Disposal of materials from site. 1.02 RELATED SECTIONS ` Section 02050 - Site Preparation , Section 02110 - Demolition Section 02200 — Earthwork 1.03 EXISTING CONDITIONS , A. Existing utilities that are not scheduled for removal shall be protected, per ' the requirements of Sections 02100 and 01700. B. Verify site conditions before beginning work. , PART2 - PRODUCTS 2.01 SALVAGE All items of salvageable value shall be salvaged by the Contractor Those items , identified for salvage shall be returned to the City of Kent. The Contractor shall dispose of off-site, all items not deemed of salvageable value by Owner PART 3 - EXECUTION 3.01 DISCONNECTION OF UTILITIES ' A. Before starting demolition, the Contractor shall call Utilities Underground , Location Services at (800) 424-5555 to verify location of all utilities in the R.O W. and contract with an independent utilities location service to locate utilities inside the property of City of Kent. Contractor shall meet with the ' Owner to verify location of utilities with Contractor's location service. City Hall Campus Improvements 02120 - 1 a ' SECTION 02120 UTILITY REMOVAL The Contractor shall notify utility agencies and shall arrange for disconnection of utility services as required. The Contractor shall pay for all capping or disconnection fees. B. Existing pipe shall be abandoned in the ground in locations where the pipe does not conflict with the proposed drainage and irrigation piping Work In areas where existing irrigation pipe conflicts with proposed piping, the pipe shall be cut and removed completely from the site and disposed of. C. The disconnection of electrical equipment shall be done by a licensed electrician, prior to beginning electrical demolition. D. Existing site storm drains and catch basins, as indicated on the plans or as directed in the field, shall be kept open and operable at all times. Catch basins shall be protected from silt by filter fabric during construction, per Section 02100. Catch basins or pipes that become blocked shall be Icleaned immediately by the Contractor. E. Dispose of all waste material at an approved disposal facility. All efforts should be made to recycle concrete and asphalt materials. F. Carefully record the locations of any remaining utilities in work area by surveying their actual locations onto the record drawings. G. Remove the irrigation heads carefully. H. Cap any remaining risers, swing joints or pipelines that will not be used tightly to prevent contamination. I. Upon completion and approval of the Earthwork, coordinate the re- installation or replacement of the utilities as necessary. 3.02 DISPOSAL Dispose of all non-salvageable waste material at an approved disposal facility. All efforts should be made to recycle concrete and asphalt materials. i3.03 PROTECTION OF FACILITIES Follow all procedures in Section 02100 for protection of trees and other facilities during demolition work tEND OF SECTION City Hall Campus Improvements 02120 - 2 SECTION 02210 , PART 1 — GENERAL EARTHWORK 1.01 DESCRIPTION , Work includes but is not limited to rough and final grading for all areas of ' improvements according to the Plans. 1.02 CONTROL OF WORK , A. Contractor's surveyor shall establish and stake out control points for the various parts of the work for location lines and grades as shown on the Plans. B. Maintain all reference points. If reference points are disturbed or , destroyed, replace as directed. 1.03 EXISTING SITE TOPOGRAPHY A. Original (Existing) Site Conditions —The original or existing site topography is based upon previous surveys provided the City of Kent Survey Department. This information is presented on sheet C1.0. B. Site Conditions —Contractor shall consult the Owner immediately and no , later than two weeks after issuance of the notice to proceed, should actual on-site sub-grade conditions show substantial deviation from the ' information shown on the site conditions plans. 1.04 EXISTING GRADES ' It is the Contractor's responsibility to visit the site prior to bidding to ascertain general quantities, sod types, and scope of work required to grade to the proposed final grades. 1.05 QUALITY CONTROL , All final grading shall be accurate to within ± 0.05 feet. 1.06 STANDARD SPECIFICATIONS A. All work shall conform to the most current editions of the Standard ' Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (WSDOT Standard Specification and Standard Plans respectively), unless otherwise indicated herein. City Hall Campus Improvements 02210 - 1 ' SECTION 02210 EARTHWORK B. The Contractor shall have one copy of the most current editions of the Standard Specifications and Standard Plans at the job site. C. All work shall conform to the most current edition of the City of Kent Construction Standards. D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. 1.07 RELATED WORK ' A. Related work in other sections of these Specifications includes but is not limited to: I 1. Section 02100 — Site Preparation 2. Section 02110 - Demolition 3. Section 02510 —Water Distribution ' 4. Section 02700 —Asphalt Concrete Paving 5. Section 02720 — Storm Drainage 6. Section 02811- Irrigation System ' 7. Section 02900 — Landscaping 8. Section 03310 — Concrete Curbs and Pavement 1 1.08 REFERENCES A. ASTM D1557 test method for moisture density relations of soils. B. ASTM D 2922 test method for in place density testing of compacted materials. PART 2 — MATERIALS ' 2.01 MATERIALS 1 A. Import Fill: All imported fill materials shall be free of all deleterious materials and/or chemicals, and conform to Standard Specifications 9- 03 14(2) (Select Borrow) unless otherwise specified. ' B. Base Course: All base course material shall conform to Standard Specifications 9-03 9(3) unless otherwise specified. tC. Top Course: All top course material shall conform to Standard Specifications 9-03.9(3) unless otherwise specified City Hall Campus Improvements 02210 - 2 SECTION 02210 EARTHWORK D. Bedding Material for Rigid Pipe: All bedding material for rigid pipes shall conform to Standard Specifications 9-03.12(3) unless otherwise specified. ' E. Bedding Material for Thermoplastic Pipe: All bedding material for thermoplastic pipes shall conform to Standard Specifications 9-03.16 , unless otherwise specified. F. Trench Backfill: Trench backfill shall be base course material and shall , conform to Standard Specifications 9-03 9(3) unless otherwise specified. G. Wall Backfill: Rockery and retaining wall backfill shall be gravel backfill for walls and shall conform to Standard Specifications 9-03.12(2) unless otherwise specified. 2.02 EQUIPMENT As required for work involved. , PART 3 — EXECUTION 3.01 EXCAVATION ' Excavate material with conventional earthwork equipment. Haul and properly , dispose of offsite all excess excavated materials. 3.02 TRENCHES A. Excavation: Trenches shall be cut with smooth, vertical sides, no less width than as shown on the plans (pipe O.D. plus a minimum of six (6) inches clearance on each side of the pipe). All trench spoils shall be removed from excavation areas and used on-site as required by the specifications or removed form the site and properly disposed. In the event that the trench has been over-excavated, the Contractor may backfill the over-excavation with the specified trench backfill material, as ' long as the invert elevations of the pipe and the minimum backfill envelope(s) are per specifications. All trenches shall have loose material removed from the trench bottom before any bedding material shall be placed. Trench bottoms shall be uniformly smooth, compact, and to the specified or shown grade. B. Trench Maintenance: All trenches shall be maintained with vertical sides , and without loose or sloughed materials Care shall be taken in placement of bedding and backfill material to ensure no sloughing of , trench sides or contamination of the bedding and backfill. The Contractor shall not drive construction vehicles across excavated trenches. City Hall Campus Improvements 02210 - 3 ' i SECTION 02210 EARTHWORK C. Trench alignments shall be as shown and shored in accordance with all applicable federal, state, and local safety rules, regulations, and guidelines including those of OSHA/WISHA. ' D. The trench shall be kept free from water until joining is complete. Surface water shall be diverted so as not to enter the trench. The Contractor shall maintain sufficient pumping equipment on the job to ensure that these provisions are carried out. Construction of dewatering (groundwater interception) systems shall be in accordance with the APWA standard specifications, section 61-3.02. jE. Remove all material including boulders, rocks, roots, and other obstructions the width of the trench. F. All trench excavation, entry, backfilling activities, and safety measures shall be in conformance with all applicable federal, state, and local safety rules, regulations, and guidelines including those of OSHA/WISHA. 3.03 PROOF ROLLING (AREAS TO RECEIVE PAVING) A. Cut Areas: After cutting to finish subgrade elevation, proof roll all areas to receive paving to expose any unsuitable material Verify acceptance of proof rolling with Owner. B. Any unsuitable areas identified by the Inspector shall be over-excavated to a depth determined by the Inspector, and the excavated material replaced with well-graded import fill. Unsuitable material shall be disposed of off- site. Price to excavate and import fill shall be per Unit Price per cubic yard as detailed in the bid. 3.04 COMPACTION A. Under asphalt paving, concrete paving, walls, and all other areas of structural loading 95% of maximum dry density as determined by ASTM test method D-1557 (Modified Proctor). B. Landscape areas- 90% of maximum dry density as determined by ASTM test method D-1557 (Modified Proctor). C. Backfill directly over pipe to a distance of two (2) feet above the pipe shall be hand tamped only. Above two feet, backfdl shall be placed in lifts not to exceed twelve (12) inches in loose depth, and shall be mechanically ' compacted to specified densities 1 City Hall Campus Improvements 02210 - 4 i SECTION 02210 ' EARTHWORK D. Compaction of backfill material shall be accomplished with mechanical tampers, vibratory compactors, or other equipment suitable to the ' characteristics of the soils. Water settling shall not be employed. The use of mechanical compaction equipment directly over the pipe shall be controlled and limited in accordance with installation instructions and , recommendations provided by the Manufacturer of the pipe. E. Compaction shall be confirmed via ASTM methods D 1557 and D 2922 once for every 1000 cubic yards of material placed and compacted or for every 500 linear feet of trench backfilled, whichever is more. Sections fading to meet the required densities shall have the backfdl removed, replaced and recompacted, at no additional expense to the owner. F. Density (compaction) shall be performed only by an approved testing laboratory at he Owner's expense. G. Any additional testing to be performed will be at the Contractor's expense. , H. The Owner reserves the right to contract with an independent testing laboratory for density testing. , I 3.05 APPROVAL Obtain approval by Owner's Representative of all rough and finish subgrades prior to placement of any crushed surfacing or topsoil. END OF SECTION I City Hall Campus Improvements 02210 - 5 ' SECTION 02235 TREE PROTECTION PART 1 -GENERAL 1.01 SUMMARY A. The w ork i ncludes I abor, a quipment, a nd m aterials n ecessary f or a xisting tree protection and tree trimming. B. Contractor shall engage a qualified, ISA Certified and licensed arborist to perform any tree pruning or repair work recommended. If damage occurs due to construction operations, the arborist shall make repairs promptly to prevent progressive deterioration of damaged trees Any pruning, cabling, root treatment and tying back of limbs will be recommended and approved by the arborist. ' C. The contractor shall provide tree protection signage that must remain posted on designated trees inside the construction zone for the duration of the protect D. Related Work Specified Elsewhere: 1. Earthwork: Section 02300 2. Landscape: Section 02900 1.02 QUALITY ASSURANCE A Standards: Code of Standards of the American Association of Nurserymen in the American Standard for Nursery Stock and National Arborist Association Standards for Pruning and Guying of Shade Trees. 1 B. Arrange a pre-construction meeting to review schedule, specifications, and tree protection operations. 1 1.03 SUBMITTALS A. Product Data Submit product literature with name of product manufacturer's name and compliance with specifications. 1. Pesticides (herbicides, insecticides and fungicides, etc.) 2. Anti-desiccant 3. Wetting agent 4. Soluble fertilizer ' B. Schedule and Work Plan. Submit detailed schedule and work plan for each part of the work. ' 1.04 REGULATORY REQUIREMENTS Comply with all rules, regulations, laws and ordinances of local, state and federal authorities having jurisdiction City Hall Campus 02235- 1 SECTION 02235 ' TREE PROTECTION 1.05 PROJECT CONDITIONS A. Existing Conditions ' 1. Carefully examine the site before submitting a bid Be informed of the site conditions including adjacent properties, utilities and soil , conditions. 2. Should the Contractor find any discrepancies between Drawings and physical conditions inform the Owner's Representative immediately for L clarification. 1.06 PROTECTION , A. Use every precaution to prevent damage to existing plant material. Provide protection as necessary for all existing plant material. Replace or repair to ' original condition, as acceptable to the Owner's Representative and at no additional cost to t he Owner, a II m aterial o r work d amaged o r destroyed while performing work. i B. Clean adjacent structures and pavements of debris caused by relocation operations. , C. The Contractor shall be responsible for providing any additional temporary fencing during the work as necessary to protect vegetation. Provide 6' chain link fencing or plywood boxes as required to protect trees, which is to remain free from any damage above and below grade throughout the construction period. Fencing shall extend to tree drip line minimum. Erect and have approved by Certified Arborist prior to commencement of demolition work. PART 2 - PRODUCTS 2.01 TREATMENT MATERIALS ' A. Pesticides: Approved before use for type and rate of application by and local, state, and federal agencies with jurisdiction. B. Anti-desiccant 'Wiltpruf as manufactured by Wdtproof Products, Inc , P.O. Box 4280, Greenwich, CT 06830, (203) 5314740, or equal. C. Composted Mulch- Refer to Section 02910, Sod Preparation & Soil Mixes. ' D. Hog Fuel: wood chips free of non-wood material (plastic, glass, etc.) E. Wetting Agent PHC BioPakTM with Yuccah TM. PART 3 - EXECUTION City Hall Campus 02235-2 ' SECTION 02235 TREE PROTECTION 3.01 PREPARATION ' Do not park any vehicles or equipment, store materials or stockpiled sod, dispose of building materials, chemicals, petroleum products or other detrimental ' substances within drip line of any plant material. Protect plant material from flame, smoke and heat. Construction access to site shall not occur beneath dripline of plant material. 3.02 EXISTING TREES TO REMAIN A. General: 1. Provide 6' high chain link or 4'x4'x8' high plywood fence at tree dripline. 2. Where allowable, retain existing paving within tree root zones as an existing form of protection. Demolish pavement only when absolutely necessary for new construction per plan. 3. Apply drench of wetting agent to the disturbed areas prior to placement of mulching/hog fuel 4. Root zones that are not covered by existing paved surfaces shall also be protected with 12" of wood chips or hog fuel to prevent compaction. Remove wood ships/hog fuel prior to placement of finished grades and new mulch. 5. Where fencing is not possible due to obstructions, roadways, or other conflicting elements notify Owners Representative for alternative fencing locations. 6. Restrict foot and vehicular traffic over root systems to prevent excessive compaction of soil 7. Under no circumstances shall the Contractor remove or alter existing trees designated to remain for the convenience or ease of construction. B. Excavation Around Trees: 1. Excavate within drip line of trees only where shown. ' 2. Where trenching for utilities is required within drip line, tunnel under or around roots by hand digging. Do not cut main lateral roots or tap roots. The Contractor shall notify the Owner's Representative prior to 1 cutting roots over 3/4" in diameter. Certified arbonst shall cut roots larger than 3/4" Contractor may be allowed to prune roots with approval and direction from certified arborist. 3. Do not leave roots exposed to sun or drying for more than 24 hours. Protect all exposed roots with moist soil backfill as soon as possible. 4. Where excavating f or new construction i s required within d rip line of tree, excavate by hand to minimize damage to roots and perform as follows: a. Use narrow tine spading forks and comb soil to expose roots. b. If main lateral roots are immediately adjacent to location of new ' construction cut roots three (3) inches from new construction. City Hall Campus 02235-3 SECTION 02235 ' TREE PROTECTION c. Do not allow exposed roots to dry out before permanent backfill is placed. , d. Provide temporary earth cover, or pack with peat moss and wrap with burlap. e. Water and maintain in moist condition until covered with backfill. , f. Cut roots min. 6 months in advance of new construction per details to allow tree to adjust to new conditions. g. Where footings are located on top of existing roots, alter footing by , arching over root and filling with structural earth. C. Grading and filling around trees ■ 1. Maintain existing grades within drip line of trees unless otherwise i indicated or approved by Owner. The Certified Arborist will evaluate the extent of backfilling within the tree root zone of a protected tree and , make recommendations if necessary. Only sandy, gravelly pit run is recommended for backfilling. Grade cuts are usually more detrimental than grade filling within the tree root zone. D. Repair and Replacement of Trees: 1. Plant material protected within fencing that becomes damaged or dies f shall be replaced w ith p lant material of the same s pecies a nd equal size. 2. Contractor to engage and pay for a certified and licensed arborist to perform tree repair work damaged by construction operations. Make repairs promptly after damage occurs to prevent progressive deterioration of damaged trees. 3. Damaged and destroyed trees which cannot be replaced shall be paid for at the rate of $50.00 per square inch of cross sectional area , measured three (3) feet above existing grade for trees up to and including six (6) inch caliper, and at the rate of $100 00 per square inch of cross sectional areas measured three (3) feet above existing grade for trees greater than six (6) inches caliper This amount shall be credited to the Owner. 4. Remove any damaged and destroyed trees from the site as , determined by the arborst to be incapable of restoration to a normal growth pattern Grub stumps and repair the ground surface. All costs shall be borne by the Contractor 5. Replacement plants shall be in good health and approved by Owner before installation. E. Irrigation of Trees During Construction ' 1. Ensure trees are irrigated during construction to maintain health of the tree. 2. Water trees deeply at regular intervals and a minimum of once every two weeks during the growing season (March through October). The water should penetrate the sod to a depth of at least six inches ' 3. Take necessary precautions to prevent over watering, excessive run- off, and erosion from occurring. City Hall Campus 02235-4 1 SECTION 02235 TREE PROTECTION 4. Do not irrigate if specified irrigation requirements occur naturally 1 through rainfall. 3.02 TRIMMING OF EXISTING TREES A. General: Engage a qualified arborist to selectively remove branches from trees. Do not prune unless approved and directed by the Owner's Representative. B. Pruning: Cut branches with sharp pruning instruments and do no break or chop. Prune to outside edge of branch collar per ANSI pruning standards. 1 END OF SECTION I I I 1 1 1 1 1 1 City Hall Campus 02235-5 SECTION 02305 BACKFILLING PART 1 - GENERAL 1.1 SECTION INCLUDES ' A. Provide all materials, operations and labor as indicated on Drawings and as ' specified herein to complete all site Backfdl and Compaction Work. B. Backfills for all excavations required for specified area construction including the placing and compacting of material around site structures to the lines indicated on the Drawings. 1.2 REFERENCES A. ASTM C136 — Method For Sieve Analysis of Fine and Coarse Aggregates. , B. ASTM D2419 —Test Method For Sand Equivalent Value of Soils and Fine Aggregate. C. ASTM D2434 —Test Method for Permeability of Granular Soils (Constant Head). D. ASTM D2922 —Test Methods for Density of Soil and Soil-Aggregate in Place by , Nuclear Methods (Shallow Depth). E. ASTM D3017 —Test Methods for Moisture Content of Soil and Soil —Aggregate ' Mixtures. PART 2 - PRODUCTS 2.1 MATERIALS Nonexpansive, granular borrow. PART 3 - EXECUTION 3.1 BACKFILLING OPERATION A. Backfill shall not be placed around concrete structures (i.e.) footings, foundations, walls, etc.) until the concrete has attained 75 % of it's design strength. B. Place backfill in 6" layers (loose measurements) and compact between each ' successive layer. C. Maintain optimum moisture content of backfill materials to attain required relative , compaction density (2% of optimum). City Hall Campus Improvements 02305 SECTION 02305 BACKFILLING D. Protective Measures- All work shall be protected and guarded against danger of life, limb and property. 3.2 COMPACTION METHOD A Place all backfill materials according to all applicable provisions of the standards referenced in section 1.2. B. Backfill shall be class II aggregate base or approved imported fill. C. Compaction of each layer shall be continuous over its entire area and the compaction equipment shall make sufficient passes that the required density is obtained. 1 3.3 COMPACTION DENSITY 95 percent of maximum dry density. 3.3 CLEAN UP jA. Clean site daily of trash and debris resulting from construction operations. B. Upon completion of the work, remove soil piles, surplus material, and equipment from the site. Restore ground surface to original condition. END OF SECTION 1 1 - 1 City Hall Campus Improvements 02305 SECTION 02510 WATER DISTRIBUTION PART 1 - GENERAL 1.01 DESCRIPTION ' The work includes installation of all water service lines, water meters, vaults, valve, and appurtenances Also included are installation of service connection and connections to irrigation systems and all related fittings and miscellaneous parts that may be required to complete the connections. 1.02 STANDARDS A. All work shall conform to the most current editions of the Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (WSDOT Standard Specifications and Standard Plans respectively), unless otherwise indicated herein. B. The contractor shall have one copy of the most current editions of the Standard Specifications and Standard Plans at the job site. C. All work shall be coordinated with and in conformance of the standards of the City of Kent Water Department Division 7 of Kent Standard Specifications The Standard Specifications and Plans, except as modified or superceded by the standards of City of Kent Water Department, the project Specifications, or the protect Drawings shall govern all phase of the work in this section. D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. E. Prior to commencement of construction, Contractor shall hold a preconstruction meeting with the Owner's Representative and other appropriate parties. Contractor shall contact the Water Department at least three (3) business days prior to commencement of construction activities. 1.03 RELATED WORK Related work in other parts of these Specifications includes but is not limited to: , 1. Section 02200 - Earthwork City Hall Campus Improvements 02510 - 1 SECTION 02510 WATER DISTRIBUTION 1.04 SUBMITTALS ' Submit composite data sheets on all manufactured materials. Submit samples and sieve analysis on bedding. ' PART 2 - MATERIALS 2.01 SERVICE PIPE All service pipe material and products shall conform to the City of Kent Water Department Standard Specifications. 2.02 PIPE BEDDING All pipe bedding material and products shall conform to the City of Kent Water Department Standard Specifications. 2.03 TRENCH BACKFILL All trench backfill material and products shall conform to the City of Kent Water Department Standard Specifications. 2.04 VALVES All valve material and products shall conform to the City of Kent Water Department Standard Specifications. The solenoid valve shall be a 2-way Danfoss Type EVSI 40 (Code No. 032U6536, Coil Code No. 018Z7623), or approved equivalent. The valve shall be soft-closing (anti-water hammer) with a brass body. The three way valve for the potable water supply shall be a Assured Automation 31 D Brass 2" Manual 3-way Ball valve or approved equivalent. The valve shall have a T Port, with Flow Plan G, or other acceptable flow plan based on pipe connections and installations. The three way valve for the storm drainage line diverting roof runoff to the pond or the catch basin shall be a Hayward 4" PVC Ball Valve or approved equivalent. The valve shall be installed where roof runoff will be an "inlet' port, and either the pond or the catch basin will be "outlet" ports. Turning the valve handle will determine which outlet is used by the valve. City Hall Campus Improvements 02510 - 2 SECTION 02510 ' 2.05 VALVE BOX WATER DISTRIBUTION All valve box material and products shall conform to the City of Kent Water Department Standard Specifications. 2.06 METER BOX t Meter boxes shall be provided by the City of Kent Water Department. , 2.07 SERVICE SADDLE Service saddles shall be provided by the City of Kent Water Department. PART 3 - EXECUTION 3.01 SERVICE CONNECTION Connection to the water system shall be installed in conformance with City of Kent Water Department Standard Specifications. , 3.02 TRENCHES Trenches shall be excavated and maintained as specified in Section 02200 - Earthwork. 3.03 PRESSURE AND LEAKAGE TESTING A. All water lines (potable water and pressurized rainwater lines) and appurtenances shall be pressure tested for leakage in accordance with the City of Kent Water Department. B. In general, and unless otherwise required by the City of Kent Water Department, the water line and appurtenances shall be brought to a hydrostatic pressure of 200 psi There shall be no loss in pressure for the duration of a one-hour test period. 3.04 HYDROSTATIC TEST All hydrostatic test material and products shall conform to the City of Kent Water Department Standard Specifications. , 3.05 DISINFECTION All disinfection material and products shall conform to the City of Kent Water Department Standard Specifications. City Hall Campus Improvements 02510 - 3 SECTION 02510 WATER DISTRIBUTION 3.06 COORDINATION The Contractor is responsible for coordinating all work and meter installation with the City of Kent Water Department. END OF SECTION 1 City Hall Campus Improvements 02510 - 4 SECTION 02620 SUBDRAINAGE PART 1-GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Special Provisions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes building subdrainage systems for the following- 1. Foundations. 2. Roof Drain Lines. 1.3 SUBMITTALS A. Product Data: 1. Perforated pipe. i 2. Solid pipe. PART 2 - PRODUCTS 2.1 PIPING MATERIALS Refer to various application articles in Part 3 for applications of pipe, tube, fitting, and joining materials. 2.2 ROOF DRAIN LINES A. NPS 4 B elow G rade PVC S ewer P ipe a nd F ittings: A STM D 3034, S DR 35, bell-and-spigot ends, non perforated, for gasketed joints. 1. Gaskets: ASTM F 477, elastomeric seal. 2. Cleanouts Cast-Iron Pipe- ASME All 12.36.2M, with round-flanged, cast- iron h ousing; a nd s ecured, s conated, M edium-Duty L oading c lass, c ast- iron cover Include cast-iron ferrule and countersunk, brass cleanout plug. 3. Downspout Risers: Cast-Iron Pipe: ASME A112 36 2M, with round- ' flanged, cast-iron housing up to 6" above adjacent paving. City Hall Campus Improvements 02620 - 1 SECTION 02620 SUBDRAINAGE 2.3 FOOTING DRAIN LINES NPS 4 Perforated, PVC Sewer Pipe and Fittings: ASTM D 2729, bell-and- spigot ends, for loose joints. 2.4 SOIL MATERIALS Drainage Fill: Washed, evenly graded uncrushed gravel, ASTM D 448, coarse aggregate, Size No. 57, with 100 percent passing 1-1/2-inch sieve and not more than 5 percent passing No. 8 sieve. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine surfaces and areas for suitable conditions where subdrainage systems are to be installed. B. Proceed with installation only after unsatisfactory conditions have been corrected. s 3.2 EARTHWORK Excavating, trenching, and backfilling are specified in Division 2 Section "Earthwork - Building." 3.3 FOUNDATION DRAINS A. Drainage Bedding Fill: Place supporting layer of drainage fill over compacted subgrade to compacted depth of not less than 4 inches B. Drainage Backfill After installing drainage piping indicated in paragraph 3.5 below, add drainage fill to width of at least 6 inches on side away from wall and to top of pipe to perform tests After satisfactory testing, cover piping to width of at least 6 inches on side away from footing and above top of pipe to within 12 inches of finish grade. Place drainage fill in layers not exceeding 3 inches in loose depth; compact each layer placed C. Fill to Grade: Place native fill material over compacted drainage fill Place material in loose-depth layers not exceeding 6 inches Thoroughly compact teach layer. Fill to finish elevations and slope away from building. City Hall Campus Improvements 02620 - 2 SECTION 02620 SUBDRAINAGE 3.4 ROOF DRAINS A. Install roof drain lines after placement of footing drain lines. Grade bottom of ' trench excavations to required slope and compact to firm, solid bed for drainage system. B. Fill: Place supporting layer of drainage fill over compacted subgrade to compacted depth of not less than 4 inches After installing drainage piping, add drainage fill to top of pipe to perform tests. After satisfactory testing, cover ' piping with drainage f ill to elevation of bottom of slab a nd compact drainage material. 1 3.5 PIPING INSTALLATION A. Install piping beginning at low points of system, true to grades and alignment indicated, with unbroken continuity of invert. Bed piping with full bearing in filtering material. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions and other requirements indicated. 1. Lay perforated pipe with perforations down. B. Use increasers, reducers, and couplings made for different sizes or materials of pipes and fittings being connected. Reduction of pipe size in direction of flow is prohibited. C. Install PVC piping according to ASTM D 2321. 3.6 PIPE JOINT CONSTRUCTION A. Cast-Iron Soil Pipe and Fittings: Hub and spigot, with rubber compression gaskets according to CISPI's "Cast Iron Soil Pipe and Fittings Handbook." Use gaskets that match class of pipe and fittings. B. Join PVC pipe and fittings according to ASTM D 3034 with elastomeric seal gaskets according to ASTM D 2321. C. Join perforated, PVC pipe and fittings according to ASTM D 2729, with loose, bell-and-spigot joints. D. Special Pipe Couplings Join piping made of different materials and dimensions with special couplings made for this application. Use couplings that are compatible with and that fit both pipe materials and dimensions. City Hall Campus Improvements 02620 - 3 SECTION 02620 SUBDRAINAGE 3.7 CLEANOUT INSTALLATION A. Install cleanouts from subdrainage piping to grade. Locate cleanouts at beginning of piping run and at changes in direction. Install fittings so cleanouts open in direction of flow in piping B. Use NPS 4 cast-iron soil pipe and fittings for piping branch fittings and riser extensions to cleanout plug. Set cleanout frames and covers in concrete sidewalk Set top of cleanout plug flush with grade in such a manner to provide no tripping hazard. 1 3.8 CONNECTIONS Connect low elevations of roofing and foundation drainage system to storm water system stub as indicated on the drawings. 3.9 FIELD QUALITY CONTROL Testing: After installing drainage fill to top of pipe, test drain piping with water to ensure free flow before backfilling. Remove obstructions, replace damaged components, and repeat test until results are satisfactory. 3.10 CLEANING Clear interior of installed piping and structures of dirt and other superfluous material as work progresses. Maintain swab or drag in piping and pull past each joint as it is completed. Place plugs in ends of uncompleted pipe at end of each day or when work stops. END OF SECTION City Hall Campus Improvements 02620 - 4 SECTION 02700 ASPHALT CONCRETE PAVEMENT PART 1-GENERAL 1.01 DESCRIPTION The work includes constructing asphalt concrete pavement for the parking areas and walkways as indicated on the drawings. 1.02 STANDARDS A. All work shall conform to the most current editions of the Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (WSDOT Standard Specifications and Standard Plans respectively), unless otherwise indicated herein. ' B. The contractor shall have one copy of the most current editions of the Standard Specifications and Standard Plans at the job site. C. All work shall conform to the most current edition of the City of Kent Construction Standards. D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. 1.03 RELATED WORK A. Related work in other parts of these Specifications includes but is not limited to: 1. Section 02200 - Earthwork 1.04 SUBMITTALS A. Submit sieve analysis from a certified testing laboratory showing conformance to the sieve sizes listed and sample of crushed rock material (1/2 cubic foot). B. Submit composite data sheets on sterilant. , City Hall Campus Improvements 02700 - 1 Y SECTION 02700 ASPHALT CONCRETE PAVEMENT PART 2 - PRODUCTS 2.01 ASPHALT CONCRETE ' Asphalt concrete shall be Class B with aggregate conforming to Section 9- 03.8 and asphalt AR-4000W conforming to Section 9-02 1(4)A of the Standard Specifications Asphalt percentage of the total mixture shall be 5.0 to 7.5 percent. 2.02 TACK COAT Tack coat shall be emulsified asphalt Grade CSS-1 or CSS-1 h The emulsified asphalt may be diluted with water at a maximum ratio of 1:1. 2.03 SEALER AR 4000 joint sealer, or approved equal. 2.04 CRUSHED ROCK A. Base course material shall meet the requirements as outlined in Section 9.03.9(3) of the Standard Specifications, and used under Class B asphalt where shown on the plans. B. Top course material shall meet the requirements as outlined in Section 9.03 9(3) of the Standard Specifications, and used under Class B asphalt where shown on the plans. C. Compacted Depth- See detail. 2.05 SOIL STERILANT Casaron pre-emergent herbicide, or approved equal. PART 3 - EXECUTION 3.01 SUBGRADE Prepare subgrade in conformance with Sections 02100 and 02200 Obtain approval of pavement subgrade prior to placing crushed rock. 3.02 CRUSHED ROCK - ' Construct crushed surfacing for A.C. base in accordance with Section 4- 04 of the Standard Specifications. City Hall Campus Improvements 02700 - 2 SECTION 02700 ASPHALT CONCRETE PAVEMENT 3.03 SOIL STERILANT Apply sterilant herbicide with sprayer in accordance with manufacturer's recommendations over crushed rock base of asphalt The Owner shall be notified 24 hours in advance of application of sterilant. Apply stenlant to specified areas only, and under no circumstances shall it be sprayed on other areas. 3.04 ASPHALT A. All Paving: Construct in accordance with Section 5-04 of the Standard Specifications. B. Obtain approval of crushed rock base course prior to paving. 3.05 JOINT SEALING Seal butt joints between new and existing pavement sections. 3.06 CUT AND PATCH Any approved cuts of existing public roadways shall be backfilled and compacted in accordance with City of Kent standards. All cuts into existing asphalt shall be along neat, continuous, sawed, or wheel cut lines. A temporary cold mix patch must be placed immediately after backfill and compaction. Replaced and new areas of the existing road shall be constructed per the plans and City of Kent requirements. In no case shall the replacement be less than the existing section END OF SECTION r City Hall Campus Improvements 02700 - 3 SECTION 02720 STORMWATER DRAINAGE PART 1 - GENERAL 1.01 DESCRIPTION A. The work includes construction of storm drainage systems including drainage pipe, drainage structures, and rainwater harvesting system components. B. Prior to acceptance of construction, surveyor certified record (as-built) drawings of all storm drainage facilities shall be prepared and approved. C. The conctractor is responsible for installing and maintaining erosion/sedimentation controls as may be needed to prevent sedimentation from leaving the project site. 1.02 STANDARDS A. All work shall conform to the most current editions of the Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (WSDOT Standard Specifications and Standard Plans respectively), unless otherwise indicated herein. B. The contractor shall have one copy of the most current editions of the Standard Specifications and Standard Plans at the job site C. All work shall conform to the most current edition of the City of Kent Construction Standards. D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work. The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. i1.03 RELATED WORK A. Related work in other sections of these Specifications includes, but is not limited to: 1. Section 02100 — Site Preparation 2. Section 02200 — Earthwork City Hall Campus Improvements 02720 - 1 SECTION 02720 PART 2 - PRODUCTS STORMWATER DRAINAGE 2.01 CORRUGATED HIGH DENSITY POLYETHYLENE PIPE FOR RAINWATER CISTERN Pipe manufactured for this specification shall comply with the requirements for , test methods, dimensions, and markings found in AASHTO M252 Type S for 4" — 10" diameters or AASHTO M294 Type S for 12" — 60" diameters. As further defined and described in AASHTO M252 and AASHTO M294, the prescribed sizes of pipe are nominal inside diameters. Pipe diameter tolerance shall be 4.5 percent oversize and 1.5 percent undersize. Pipe lengths shall not be less than 99 percent of the manufactures stated length. Forty-eight inch (48-inch) pipe shall be watertight and shall be Hancor BLUE SEAL or pre-approved equal. Pipe supplied shall be smooth Interior and Annular Exterior Corrugated High Density Polyethylene (HDPE) Pipe meeting the requirements of AASHTO M294, Type S. The pipe supplied shall be watertight as defined in the joint performance requirements of this specification. Virgin material for 48" Pipe and fitting production shall meet the requirements of AASHTO M294 with the addition that it shall be Hancor Resin 8, which is a slow crack resistant material evaluated using the notched constant ligament-stress (NCLS) test according to the procedure described in AASHTO M294, Section 9.5. Average NCLS test specimens must exceed 24 hours with no test results less than 17 hours. The virgin material shall have a minimum 50-year tensile strength of 900 psi. A. Joint Performance Watertight joints shall be bell-and-spigot meeting the watertight requirements of AASHTO M252 or AASHTO M294. Watertight joints shall meet the ASTM D3212 10.8 psi (74kPa) laboratory test. Gaskets shall be made of polyisoprene meeting the requirements of ASTM F477. Gaskets shall be installed by the pipe manufacturer and covered with a removable wrap to ensure the gasket is free from debris. A joint lubricant supplied by the manufacturer shall be used on the gasket and bell during assembly. Forty eight inch diameter pipe shall have a reinforced bell-and-spigot including a bell tolerance device. The bell tolerance device shall be installed by the manufacturer and covered with a protective wrap The bell tolerance device shall be capable of withstanding 5% strain without j evidence of splitting cracking or delamination. The spigot shall include a gasket seat that is reinforced with a closed cell structural foam core capable of maintaining long-term gasket pressure. The closed cell structural foam core must have a free rise density no less than 1.5 Ibs/ft' (24 kg/m') and a compressive strength no less than 20 Ibs/in' (320 kg/mz). City Hall Campus Improvements 02720 - 2 SECTION 02720 STORMWATER DRAINAGE B. Fittings Fittings shall conform to AASHTO M252 or AASHTO M294 Fabricated fittings shall be welded on the interior and exterior at all accessible junctions. 1. Acceptable Manufacturers Manufacturer shall submit production lot testing logs, signed by an executive officer, to verify adequate quality assurance quality control system. In lieu of test logs, manufacturer shall have an ISO 9001:2000 Quality Lab and a quality control — quality assurance system based on ISO 9001-2000 standards and manufacturer shall be UL listed for quality systems on the ISO 9001:2000 quality systems certification. I2. Installation Pipe installation shall be in accordance with Part 3 of this specification and the product manufacturer's published installation guides. 2.02 STORMWATER DETENTION STRUCTURES FOR RAINWATER CISTERN A. Detention structures shall be constructed with pre-manufactured Hancor LandMax headers and laterals or pre-approved equal. 1. 32" - 48" Pipe used to construct headers and laterals shall meet the structural and performance requirements of AASHTO M294 as supplied by Hancor or pre-approved equal. 2. Virgin material for 32%48" pipe used for header and lateral production shall be high-density polyethylene conforming to the minimum requirements of cell classification 335400C as defined and described in ASTM D3350. The virgin pipe material shall be Hancor Resin 8, which is a slow crack resistant material evaluated using the notched constant ligament-stress (NCLS) test according to the procedure described in AASHTO M294, Section 9.5 Average NCLS test specimens must exceed 24 hours with no test results less than 17 hours The virgin material shall have a minimum 50-year tensile strength of 900 psi. B. Material for 32" —48" Pipe used for header and lateral production shall be Recycled High Density Polyethylene (HDPE-R) conforming to the minimum requirements of cell classification 335400C as defined and described in ASTM D3350 The recycled resin shall be tested for slow crack growth resistance using the notched constant ligament-stress City Hall Campus Improvements 02720 - 3 f 1 SECTION 02720 STORMWATER DRAINAGE (NCLS) test according to the procedure described in AASHTO M294, section 9.5. Average failure time of the five test specimens shall not be less than 18 hours for pigmented resins or 24 hours for equivalent non- pigmented resins. The material formulation shall not contain less than 50% recycled polyethylene C. All required detention volume shall be contained within the open area of the pipe and headers comprising the underground detention system. The ' storage area available within the voids of the backfill material shall not be utilized to obtain the required design storage volume. D. All couplings for pipe, headers, and fittings used for detention system construction shall meet or exceed the performance requirements section of this specification. E. System installation shall be in accordance with Part 3 of this specification and the product manufacturer's published installation guides. F. Vertical risers shall consist of vertical sections of corrugated high density polyethylene pipe. Pipe shall conform to all requirements for corrugated high density polyethylene pipe as specified in this section. All joints and connections shall be made watertight. G. Frames and grates for risers shall be manufactured with grade 80-55-06 ductile iron meeting ASTM A536 or as specified on project plans, and shall be seated on a concrete collar. A concrete collar shall be used to transmit the load into the ground, not the vertical pipe. Collar shall be used to adjust final grade elevation. Inside diameter of concrete collar shall be the same as inside diameter of top section Riser shall have a removable, tamperproof, solid lid for access to the astern vault. H. Vertical risers shall be installed as shown on the plans and as per manufacturer's recommendations. I. A catch basin or capped tee shall be used at the header of the cistern to create a sump for the submerged pump as shown on the plans. If a tee is used, it shall be part of the fittings used to connect the 48" diameter corrugated high density polyethylene pipe to the riser, and shall conform to all specifications for these fittings. All joints and connections shall be water tight. If a catch basin is used, all joints and connections shall be water tight. J. Sump shall be installed as shown on the plans and as per manufacturer's recommendations City Hall Campus Improvements 02720 - 4 1 SECTION 02720 STORMWATER DRAINAGE K. Orenco Systems, Inc. Model PVU72-1813, Universal Biotube Pump Vault or engineer-approved equal, installed as shown on the plans. The filter shall have a minimum effective screen area of no less than 15 5 square feet. The Biotube Pump Vault shall consist of a 12" diameter, 72" deep hdpe vault with eight (8) 2" diameter holes evenly spaced around the perimeter, located appropriately to prevent debris from entering pumping system. Housed inside the polyethylene vault shall be the Biotube assembly consisting of 1/8" mesh polypropylene tubes. Attached to the vault is a flow inducer to accept two high-head water pumps. L. The pump vault shall be installed as shown on the plans and as per manufacturer's (Orenco) instructions. 2.03 PIPE A. Storm drain pipe may be constructed of one of the following materials unless otherwise specified in the plans. All pipe joints must be gasketed watertight and must be of the same material as the pipe. All pipe shall have a minimum cover as specified and shall be adequately protected during construction. Refer to the manufacturer's recommendations for minimum cover for heavy equipment loadings. 1. Ductile iron - 4-inch through 14-inch diameter pipe shall be class 50- and 16-inch through 24-inch diameter pipe shall; be class 50, all in accordance with USA standard A- 21 1 (AWWA C-51). All joints shall be push-on, mechanical, or flanged (6-inch minimum cover). 2. Concrete - 4-inch through 18-inch diameter pipe shall be non- reinforced, bell and spigot with rubber gasket joints, conforming to ASTM C-4 (class ll) 21-inch through 36-inch diameter pipe shall be reinforced, bell and spigot with rubber gasket joints, conforming to ASTM C-76 (2-feet. minimum cover). 3. PVC - 4-inch through 18-inch diameter pipe, with 24-inch to 36-inch of cover shall be in accordance with ASTM D3034 C 21 4 inch through 18-inch diameter pipe, with ASTM D3034 V35 shall have 36 inches minimum cover All joints shall be push on with rubber gaskets PVC storm pipe requires A.C. collars (i.e. catch basin connection). Or Kor- N-Seal concrete boots. I4. Helical corrugated plain aluminum pipe (CMP) - 6-inch through 18-inch shall be 16 gauge with 2-2/3-inch x 1/2-inch corrugations. Refer to details in these plans for any pipes larger than 36-inch diameter. All aluminized pipe shall have asphalt treatment 1 coating. (2-feet minimum cover). City Hall Campus Improvements 02720 - 5 SECTION 02720 STORMWATER DRAINAGE 5. When plain aluminum pipe is used and where it will be in contact with concrete or concrete pipe, all aluminum surfaces in contact with concrete or concrete pipe shall be painted with two coats of paint in accordance with section 7-08.3(2)D of the Standard Specifications. 6. Helical corrugated steel pipe (RCMP) - 6-inch through 36-inch shall be 16 gauge with 2-2/3-inch x 1/2-inch corrugations All steel materials shall be galvanized and asphalt treatment 1 coated. Refer to details in these plans for any pipes larger than 36 inches in diameter. (2-feet minimum cover). 7. Corrugated smooth wall high density polyethylene (HDPE) pipe 2.04 CATCH BASINS AND MANHOLES A. Catch basins and manholes shall be precast concrete structures conforming to Section 7-05.2 of the Standard Specifications and City of Kent Standard Detail 5.7. Metal castings shall conform to the requirements of Section 9-05.15 of the Standard Specifications. B. All storm drainage structures, as designated in the plans, shall be one of the following: 1. Yard drain -Associated Sand and Gravel CB -10, or equal 2. Inlet - APWA standard plans 13-413, Associated Sand and Gravel CB - 17, or equal. 3. Type I-C catch basin - City of Kent standard detail 5-7 Associated Sand and Gravel CB-1 5, or equal. 4. Type I-D catch basin - Associated Sand and Gravel C13-6, or equal. 5. Type II - 48-inch catch basin - City of Kent standard detail 5-8(A) (with minimum 24 inches deep sump below invert), Associated Sand and Gravel CB-19, or equal 6. Special catch basins or drainage structures shall be as detailed in the plans. 7. All unit covers shall be per City of Kent standards and all structures i deeper than five feet (rim to invert) shall be Type II and equipped with safety manhole steps or a manhole ladder, per City of Kent standards. C. All frames, grates and/or solid covers shall be cast iron or ductile iron and shall meet City of Kent standards. City Hall Campus Improvements 02720 - 6 SECTION 02720 STORMWATER DRAINAGE 1. Standard frame and grate - City of Kent standard detail 5-1(A) & 2. 5-1(B) Olympic Foundry Co. No. SM60 D/T or equal. 3. Self-locking vaned grate - City of Kent standard detail 5-1(D) Olympic Foundry Co. No SM50-SL or equal. 4. Solid, locking, rectangular cover- City of Kent standards 5-1(C) Olympic Foundry Co. No. SM605 D/T or equal. 5. Solid, locking, round cover - City of Kent standard details 4-5, 4-6(A) & 4- 6(B) Olympic Foundry Co. No. MH30 D/T, MH36 W/T respectively or equal. 6. All grates shall be marked "OUTFALL TO STREAM - DUMP NO POLLUTANTS." All solid covers shall be marked "drain". All grates shall be depressed 0.04 feet from surrounding curb or pavement to insure adequate drainage, 7. Olympic Foundry Co. self-lock vaned grate SM505SL or approved equal. 8. Use with two locking bolts 5/8 11 UNC-2A stainless type 304 steel socket head (allen head) cap screws 2-inch long. Note slot detail. 9. The nautilus catch basin cover shown on the Plans shall be cast iron per ASTM A48 Class 35B or better. Standard finish shall be raw cast grey iron. Cover shall be 24" in diameter and with nautilus design (Urban Accessories, Nautilus Drain Cover) Cover shall be tamper resistant. 10.Material is ductile iron ASTM A5336 grade 80 55-06. 11."OUTFALL TO STREAM - DUMP NO POLLUTANTS" may be located on border area. 2.05 PIPE BEDDING Pipe bedding shall be as specified in Section 02200 - Earthwork. 2.06 TRENCH BACKFILL Trench backfill shall be base course material in conformance with Section 9- 03.9(3)of the Standard Specifications. City Hall Campus Improvements 02720 - 7 SECTION 02720 2.07 WATER LEVEL CONTROLS STORMWATER DRAINAGE A. Rainwater Cistern Water Level Controls The cistern shall be equipped with two float switches that will control potable water additions to the cistern when the cistern has low rainwater levels. The float switches shall be Orenco A (normally open) and T (normally closed) model signal-rated float switches. The upper float shall control the solenoid valve. When the float is lowered, the solenoid valve is energized, allowing for the cistern to fill with potable water When the float is raised, the solenoid valve is de-energized and closes, preventing potable water from filling the cistern. The float shall be Orenco (OSI) Model No. MFA-G33FS. The lower float switch shall be a redundant off/low level alarm. When this float is lowered, the pumps are turned off and the system will signal an alarm condition. This float shall be OSI Model No. MFT-W33FS. Float switches shall be installed in the Biotube Pump Vault per manufacturer's specifications and shown on the plans. The float shall be field adjusted to allow the water level in the cistern to reach the required water level as designed. B. Pond Feature Water Level Controls The pond shall be equipped with sump containing a water level sensor (Gentech Liquid Level Sensor Model No. VS804-51 or equivalent)that will control potable water additions to the pond when the pond has low water levels. The sensor shall energize the solenoid valve to open it and allow potable water to fill pond when the sensor detects low water. When the sensor detects water at or above the pond water level, the solenoid valve will be de-energized. The sensor shall be installed per manufacturer's specifications and shown on the plans. The sensor shall be field adjusted to allow the water level in the pond to reach the required water level as designed. PART 3 - EXECUTION 3.01 TRENCHES Trenches shall be excavated and maintained as specified in Section 02200 — Earthwork. 3.02 PIPE TRENCH BACKFILL Provide a one-foot minimum cover over pipe Backfill per Section 7.7.6 of Kent Standard Specifications with base course material in conformance with Section 9-03.9(3) of the Standard Specifications. City Hall Campus Improvements 02720 - 8 SECTION 02720 STORMWATER DRAINAGE Backfill placement and compaction shall be constructed in accordance with the specifications herein and the product manufacturer's published installation guides. 3.03 PIPE BEDDING Pipe bedding shall be placed six (6) inches below pipe, and on both sides of the pipe per Section 4.7.5 of Kent Standard Specifications. A. Bedding For Rainwater Cistern A stable and uniform bedding shall be provided for the pipe and any protruding features of its joint and/or fittings. The middle of the bedding, equal to one-third of the pipe outside diameter, shall be loosely placed while the remainder shall be compacted to a minimum of 90% of maximum density per AASHTO T99, or as shown in the plans. Pipe bedding shall be a minimum of 4" — 6" in thickness. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. All work shall also meet pipe manufacturer's specifications. 3.04 STRUCTURES Structures shall be installed in conformance with Section 7-05 3 of the Standard Specifications and per manufacturer's recommendations where appropriate. END OF SECTION City Hall Campus Improvements 02720 - 9 SECTION 02721 RAINGARDEN BIORETENTION PART 1 - GENERAL 1.01 DESCRIPTION A. Section Includes: Plant materials Bioretention planting soil mixture Pea gravel confinement layer Gravel drainage reservoir Overflow catch basin structure and associated piping Plant establishment B. Related Sections Section 02300 — Earthwork Section 02630 — Storm Drainage Section 02900 — Landscaping 1.02 STANDARDS A. Reference Standards: Current edition at date of Bid. B. Washington Department of Transportation (WSDOT) / American Public Works Association (APWA): 1. Standard Specifications for Road, Bridge, and Municipal Construction. 2. Standard Plans for Road, Bridge, and Municipal Construction. C. City of Kent Standard Specifications and Plans. D. American Society for Testing and Materials (ASTM): ASTM C33 - Standard Specification for Concrete Aggregates ASTM El - Standard Specification for Wire Cloth and Sieves for Testing Purposes ASTM D4972 - Standard Test Method for pH of Soils ASTM D422 - Standard Test Method for Particle-Size Analysis of Sods E. American Association of State Highway and Transportation Officials (AASHTO): AASHTO M278 — PVC Pipe AASHTO T194 - Determination of Organic Content by Wet Combustion AASHTO T88 — Particle Size Analysis of Soils F. American Standards for Nursery Stock 1.03 SUBMITTALS A. Submit under provisions of Section 01330. B. Submit for review and approval by Owner prior to placement. C. Bioretention Soil Mixture (BSM): City Hall Campus Improvements 02721 - 1 SECTION 02721 RAINGARDEN BIORETENTION 3. At least 45 days prior to the start of construction of bioretention facilities, source of the Planting Soil for the BSM shall be submitted to the Owner for approval. 4. No time extensions will be granted should the proposed Planting Sod ' fail to meet the minimum requirements stated above. 5. Once a stockpile of the Planting Soil has been sampled, no material shall be added to the stockpile. (Allow sufficient time for testing. Suggest certified source or laboratory to reduce mobilization time and construction delays.) C. Infiltration Test: 1. An infiltration test shall be run by a qualified geotechnical engineer or qualified testing laboratory to verify the infiltration rate. 2. This rate shall be obtained by testing the BSM in such a way as to replicate the long term field conditions. 3. The geotechnical engineer or qualified testing laboratory shall submit the test result to the Owner in writing 30 days prior to placement of the BSM. 1.04 QUALIFICATIONS Perform work of this Section by company specializing in work of this Section. 1.05 REGULATORY REQUIREMENTS Permits. Obtain required permits and inspections. Pay fees or costs for permits and inspections. 1.06 APPLICABILITY OF SECTION 02900 — LANDSCAPING TO THIS SECTION All instructions, conditions, procedures, and other requirements of Section 02900 — Landscaping apply to the construction of the Raingarden bioretention areas. Where the requirements of Section 02900 conflict with the recommendations contained in this section the more stringent standard shall apply. PART 2 - PRODUCTS 2.01 BIORETENTION SOIL MIXTURE A. The Bioretention Sod Mixture (BSM) is a mixture of planting soil, mulch, and sand consisting of the following: City Hall Campus Improvements 02721 - 2 1 SECTION 02721 RAINGARDEN BIORETENTION ITEM COMPOSITION BY REFERENCE VOLUME Sandy Loam 20% See below. Grade A Compost 15% See below. Coarse Sand 65% See below. B. The USDA textural classification of the Planting Soil for the BSM shall be LOAMY SAND OR SANDY LOAM. The Planting Soil shall be salvaged or furnished. Additionally, the Planting Soil shall be tested and meet the following criteria: ITEM PERCENT BY WEIGHT TEST METHOD Sand (2.0 — 0.050 mm) 50 — 85% AASHTO T88 i Silt (0.050 — 0.002 mm) 0 — 50% AASHTO T88 Clay (less than 0.002 mm) 10 —20% AASHTO T88 Organic Matter 1.5 — 10% AASHTO T194 C. The textural analysis for the Planting Soil shall be as follows: SIEVE SIZE MINIMUM PERCENT PASSING BY WEIGHT 2 in. 100 i No. 4 90 No. 10 80 D The Bioretention Soil Mixture (BSM) shall be a uniform mix, free of stones, stumps, roots or other similar objects larger than two inches excluding mulch. No other materials or substances shall be mixed or dumped within the bioretention area that may be harmful to plant growth, or prove a hindrance to the planting or maintenance operations E. The Bioretention Sod Mixture shall be tested and meet the following criteria: City Hall Campus Improvements 02721 - 3 SECTION 02721 RAINGARDEN BIORETENTION Item Criteria Test Method Corrected pH 5.5 — 7.5 ASTM D4972 ' Magnesium Minimum 32 ppm Phosphorus (Phosphate - Not to exceed 69 ppm P205) Potassium (K2O) Minimum 78 ppm Soluble Salts Not to exceed 500 ppm Infiltration Rate Minimum 2" to 4" per hour ASTM D2434 * Use authorized soil test procedures F. Should the pH fall outside of the acceptable range, it may be modified with lime (to raise) or iron sulfate plus sulfur (to lower). The lime or iron sulfate must be mixed uniformly into the BSM prior to use in bioretention facilities. G. Should the BSM not meet the minimum requirement for magnesium, it may be modified with magnesium sulfate Likewise, should the BSM not meet the minimum requirement for potassium, it may be modified with potash Magnesium sulfate and potash must be mixed uniformly into the BSM prior to use in bioretention facilities. H. Planting soil and/or BSM that fails to meet the minimum requirements shall be replaced at no additional cost to the Administration. Mixing of the corrective additives to the BSM is incidental and shall be at no additional cost to the Owner. I. Mixing of the BSM to a homogeneous consistency shall be done to the satisfaction of the Owner. 2.02 PLANT MATERIALS A. All plants, unless otherwise specifically permitted, shall conform to the standards of the current edition of American Standard for Nursery Stock as approved by the American Standards Institute, Inc. 1. All plant grades shall be those established in the current edition of American Standards for Nursery Stock. 2. Only one size per grade will be listed rather than a size range. The one size shall mean the minimum size for that grade and shall include plants from that size up to but not including the next larger grade size. City Hall Campus Improvements 02721 - 4 SECTION 02721 RAINGARDEN BIORETENTION B. All plant materials shall have normal, well developed branches and a vigorous root system. 1. They shall be healthy plants free from physical defects, plant diseases, and insect pests. , 2. Shade and flowering trees shall be symmetrically balanced. 3. Major branches shall not have V shaped crotches capable of causing structural weakness. 4. Trunks shall be free of unhealed branch removal wounds greater than a 1 in diameter. C. Shade trees shall have a single main trunk. Trunks shall be free of branches below the following heights- CALIPER HEIGHT inch feet 1-1/2 to 2-1/2 5 3 6 D. Plant materials shall be able to tolerate saturated soil conditions for the length of time anticipated in the design storm event, as well as snow melt chemicals and other anticipated runoff constituents. 2.03 MULCH Shredded hardwood bark shall consist of the bark from hardwood trees which has been milled and screened to a maximum 4 in. particle size and provide a uniform texture free from sawdust, foreign materials, and any artificially introduced chemical compounds that would be detrimental to plant or animal life. 2.04 WATER i Water used in the planting, establishing, or caring for vegetation shall be free from any substance that is injurious to plant life. 2.05 LIMESTONE (LIME) A. Limestone shall contain not less than 85 percent calcium and magnesium carbonates. Dolomitic (magnesium) limestone shall contain at least 10 percent magnesium as magnesium oxide and 85 percent calcium and magnesium carbonates City Hall Campus Improvements 02721 - 5 SECTION 02721 RAINGARDEN BIORETENTION B. Limestone shall conform to the following gradation: SIEVE MINIMUM ' SIZE PERCENT PASSING BY WEIGHT No. 10 100 No. 20 98 1 No. 100 50 2.06 IRON SULFATE Iron sulfate shall be a constituent of an approved horticultural product produced as a fertilizer for supplying iron and as a sod acidifier. 2.07 MAGNESIUM SULFATE Magnesium sulfate shall be a constituent of an approved horticultural product produced as a fertilizer. 2.08 POTASH Potash (potassium oxide) shall be a constituent of an approved horticultural product produced as a fertilizer. 2.09 PEA GRAVEL SEPARATION LAYER A. The pea gravel be washed and conform to the following gradation when tested according to ASTM-D422 (all percentages by weight): ISIEVE MINIMUM SIZE PERCENT PASSING BY WEIGHT 318" 100 No. 4 0 - 95 No. 8 0 - 2 No. 200 0 - 0.1 B. Effective Size- 3 mm to 5 mm C. Uniformity coefficient. less than or equal to 2 City Hall Campus Improvements 02721 - 6 SECTION 02721 RAINGARDEN BIORETENTION D. Filter media must be washed 2.10 WASHED ROCK RESERVOIR The washed rock shall be rounded, clean, non-deteriorating gravel varying in size i from 3/4 inch to 2 '/2 inches with no more than 0.5% passing a 200 sieve. PART 3 — EXECUTION 3.01 CONSTRUCTION SEQUENCE Bioretention facilities shall not be constructed until all contributing drainage areas are stabilized as shown on the Plans and to the satisfaction of the Owner. ' 3.02 PROTECTION OF BIORETENTION AREAS A. Bioretention facilities shall not be used as sediment control facilities. B. No heavy equipment shall operate within the perimeter of a bioretention facility before or during excavation, underdrain placement, backfilling, planting, or mulching of the facility. C. It is suggested that a biodegradable berm constructed on a permeable geotextile tube filled with the bioretention soil and seed stock be left around the perimeter to filter sediment after construction. 1. Other alternatives such as biologs are acceptable. 2. Sediment loads can still be significant, even after permanent vegetation cover is established. 3. These berms can be removed after the maintenance period. 3.03 EXCAVATION A. If the soil is classified as a clay soil (USDA textural classification), the roto- tilling shall not be done where the soil supports the aggregate bed underneath the underdrain. (See underdrain specifications below.) Clay soils beyond the edge of the aggregate bed shall be first overlain with a BSM layer 3 inches thick, and then roto-tilled to a depth 6 inches below the surface of the BSM layer. B. The bioretention facility shall be excavated to the dimensions, side slopes, and elevations shown on the Plans. 1. The method of excavation shall minimize the compaction of the bottom of the bioretention facility. 2. Excavators and backhoes, operating on the ground adjacent to the bioretention facility, shall be used to excavate the facility if possible. City Hall Campus Improvements 02721 - 7 SECTION 02721 RAINGARDEN BIORETENTION 3. Low -ground-contact pressure equipment may also be used for excavation. 4. No heavy equipment shall be allowed on the bottom of the bioretention facility. (Equipment will compact bottom, reducing any infiltration capacity. The structure of the soil and pore space can be restored by aeration/rototdl.) C. Excavated materials shall be removed from the bioretention facility site. Excavated materials shall be used or disposed of in conformance with Section 201. D. Prior to placing the underdrain and the BSM, the bottom of the excavation shall be roto-tilled to a minimum depth of 6 inches to alleviate any compaction of the facility bottom. 1. Any substitute method for roto-tilling must be approved by the Owner prior to use. 2. Any ponded water shall be removed from the bottom of the facility and the soil shall be friable before roto-tilling. 3.04 UNDERDRAIN A. The underdrain system shall be placed on a 3-ft wide bed of No. 57 aggregate. 1. The minimum thickness of the ASTM No. 57 aggregate shall be 3 inches 2. Underdrain shall be covered with 6 inches of No. 57 aggregate and topped with an additional layer of No. 7 aggregate (layer thickness shall be 2 inches, minimum) 3. All aggregate shall be placed according to dimensions shown on the Contract Plans. (Wrapping pipe in silt sock or textile is discouraged. Smaller silt particle sizes may clog these systems.) B. Observation wells/cleanouts of 6-inch non-perforated pipe shall be placed vertically in the bioretention facility as shown on the Contract Plans. 1. The wells/cleanouts shall be connected to the perforated underdrain with the appropriate manufactured connections as shown on the Plans. 2. The wells/cleanouts shall extend 6 inches above the top elevation of the bioretention facility mulch, and shall be capped with a screw cap 3. The ends of underdrain pipes not terminating in an observation well/ cleanout shall be capped (The screw cap is used to control the rate of discharge. Larger underdrains and outlet structures. Openings in the orifice can be used to control rate. Cap should be removable for cleaning ) City Hall Campus Improvements 02721 - 8 j SECTION 02721 RAINGARDEN BIORETENTION 3.05 PLACEMENT AND COMPACTION OF THE BIORETENTION SOIL MIXTURE A. The Bioretention Sod Mixture (BSM) shall be placed and graded using low ground-contact pressure equipment or by excavators and/or backhoes operating on the ground adjacent to the bioretention facility. 1. No heavy equipment shall be used within the perimeter of the bioretention facility before, during, or after the placement of the BSM. 2. The BSM shall be placed in horizontal layers not to exceed 12 inches for the entire area of the bioretention facility. 3. The BSM shall be compacted by saturating the entire area of the bioretention facility after each lift of BSM is placed until water flows from the underdrain. 4. Water for saturation shall be applied by spraying or sprinkling. 5. Saturation of each lift shall be performed in the presence of the Owner. 6. An appropriate sediment control device shall be used to treat any sediment-laden water discharged from the underdrain. 7. If the BSM becomes contaminated during the construction of the facility, the contaminated material shall be removed and replaced with uncontaminated material at no additional cost to the Owner. 8. Final grading of the BSM shall be performed after a 24-hour settling period. 9. Final elevations shall be within 2 inches of elevations shown on the Plans. 3.06 PLANT INSTALLATION A. Trees, shrubs, and other plant materials specified for Bioretention Facilities shall be planted as specified in the Plans and applicable landscaping standards with the exception that pesticides, herbicides, and fertilizer shall not be applied during planting under any circumstances. (See Landscape Section 02900 for additional details). B. Furthermore, pesticides, fertilizer, and any other soil amendments shall not be applied to the bioretention facility during landscape construction, plant establishment, or maintenance. 3.07 MULCHING A. Once the plants are in place, the entire bioretention facility shall be mulched to a uniform thickness of 3 inches. City Hall Campus Improvements 02721 - 9 SECTION 02721 RAINGARDEN BIORETENTION B. Well aged (minimum age of 6 months) shredded hardwood bark mulch is the only acceptable mulch (This should be done immediately after grading to reduce potential of any silt accumulation on surface.) 3.08 WATERING AND CARE FOR PLANTS AFTER CONSTRUCTION See requirements in Section 02900 — Landscaping 3.09 FIELD QUALITY CONTROL A. Special Inspections. 1. The Owner shall evaluate and/or test proposed imported material ' for its conformance with specifications prior to delivery to the site. Notify Owner 72 hours prior to importing fill to the site and approved by Owner. 2. Owner will approve fill materials, observe placement of compacted fill, and conduct in-place field density tests on compacted fill, checking moisture content and relative compaction. 3. Where less than required relative compaction is indicated, remove and replace substandard soil, or further compact and moisture-condition soil until specified relative compaction is attained. 4. Furnish level testing pads for conducting field density test by Owner. END OF SECTION City Hall Campus Improvements 02721 - 10 SECTION 02725 STRUCTURAL SOIL PART 1 - GENERAL j 1.01 DESCRIPTION Scope of Work- This section specifies tree planting soil under pavement furnished and installed by the contractor, as shown on the Drawings and specified herein. Work includes furnishing and installation of materials and furnishing sample mixes and testing. 1.02 RELATED WORK Examine the Contract Documents for requirements that affect the work of this Section. Coordinate all related work 1.03 REFERENCES A. Codes and Reference Standards- Comply with codes and requirements of the authority having jurisdiction. Comply with applicable requirements of the following standards, where these standards are in conflict with specification requirements, the most restrictive requirement shall govern. 1. ASTM —American Society of Testing Materials. 2. USDA — United States Department of Agriculture. 3. AOAC —Association of Official Agricultural Chemists 4. WSDOT — Washington State Department of Transportation Specification for Road, Bridge, and Municipal Construction. 5. AASHTO —American Association of State Highway Transportation Officials. 1.04 SUBMITTALS A. General: Refer to the Conditions of Contract and Division 1 Specification Section 01300, SUBMITTALS, for submittal procedures. Submit the following in accordance. Provide submittals with sufficient lead time to allow for the turnaround of product review specified in Section 01300 plus time needed to inspect mix samples over the period of time specified. B. Product Data: Manufacturer's product literature for polymer soil conditioner. C. Tests: Provide sieve analysis of crushed rock and clay loam products, pH test of clay loam. D. Component Samples- Provide bagged samples of crushed rock and clay loam in labeled, clean, sealed containers weighing no more than 10 pounds each. City Hall Campus 02725 - 1 SECTION 02725 STRUCTURAL SOIL E. Mix Samples and Compaction Tests: Mix and install on site up to 3 sample areas with varied percentages of crushed rock and clay loam Each sample area is to be minimum 6 feet square and 1 foot deep. Test samples shall be mixed according to the methods specified and compacted in lifts as I specified. Maintain samples areas in a moist condition, protect from contamination and erosion, test each sample for compaction levels and provide for inspection at weekly intervals by Landscape Architect over a period of three weeks Following the last inspection of the samples, the Landscape Architect will indicate the percentage ratio of clay loam to crushed rock to be used for the protect. F. Mixing Methods Submit description of equipment for and method of mixing. 1.05 DELIVERY, STORAGE AND HANDLING Protect materials during delivery and storage to ensure that the materials remain evenly mixed and moisture levels are maintained to ensure adhesion of clay loam to crushed rock. Do not allow material to become contaminated with debris or other soil materials. Protect soil from erosion. Do not deliver or install ' materials during freezing conditions or during heavy precipitation. PART 2 - PRODUCTS 2.01 CRUSHED ROCK A. Materials shall be angular base course material ranging in size from W to 1- 1/2" meeting WSDOT 9-03 (1)A. Particle size distribution shall be within the range of the following percentages by volume: Sieve Size Percent Passing 1-1/2" 90 TO 100% 1" 20 TO 75% 3/a" 10 TO 50% #40 5 TO 10% 2.02 CLAY LOAM A. Material shall meet within the 5 5 to 6.5 pH range. Particle distribution shall comply with US Department of Agriculture Soil Conservation Service Soil Survey for clay loam Clay loam shall be from a commercial processing facility, and shall contain no less than 2% organic matter and no more than 5% organic matter. Clay loam shall be free of debris and roots. Clay loam 1 should be composed of the following percentages by volume: Sieve Size Percent Passing 1 mm 100% .05 mm 70% City Hall Campus 02725 - 2 j SECTION 02725 STRUCTURAL SOIL .02 mm 40% .002 mm 10 to 25% 2.03 POLYMER SOIL CONDITIONER A. Materials shall be "Sod Moist Fines" with a particle size distribution of 500 to 50 microns, or approved. B. Suppliers: 1. H D. Fowler Company at phone 425-746-8400. 2. JRM Chemical, Inc. at 1-800-962-4010. 3. Pacific Topsoils at phone 425-337-2700 4. or approved equal. 2.04 WATER Water shall be available throughout the mixing and placement of the soil. Water shall be clean, potable water. PART 3 - EXECUTION 3.01 SOIL MIXING A. Mixing Ratios: 1. Crushed Rock: 2.5 to 3.5 cubic yards (72% to 78%) 2. Clay Loam: 1 cubic yard (28% to 22%) 3. Polymer soil conditioner: 4 lbs. 4. Water: as needed B. Mixing 1. Mixing should be done at an off-site location. Measure materials accurately to maintain the ratios of the mix. 2. The clay loam component of mix shall be in a friable condition that crumbles easily and will mix uniformly. 3. Maintain sufficient moisture throughout the mixing procedure to ensure adhesion of clay loam to crushed rock surfaces. 4. Spread a 1 foot thick layer or crushed rock over a clean paved surface. 5. Wet the rock evenly. 6. Broadcast spread evenly the proportional amount of dry polymer over the wet rock. Over the polymer, spread a proportional amount of clay loam in an even layer. 7. Turn the materials until materials are evenly mixed. 8. During the mixing process add water at the minimum rate required to ensure that clay loam adheres to the surfaces of the crushed rock and to produce optimum moisture content for compaction. Add amendments for pH adjustment, at the time of mixing at rates recommended by the soil test. City Hall Campus 02725 - 3 ' SECTION 02725 STRUCTURAL SOIL 3.02 SOIL PLACEMENT A. Install soil in lifts of 6 inches or less and compact each lift. B. Compact materials to peak dry density from a standard AASHTO compaction curve to achieve 95% proctor density. No compaction shall occur when moisture content exceeds maximum Delay compaction until soil falls within allowable range and protect sod during delays with covering to prevent soil erosion. C. Notify the Landscape Architect at least 2 days before the installation of soil. The Landscape Architect will regularly inspect the material during installation to ensure consistency with sample mix. Soil which varies 1 significantly from the approved sample, as determined by the Landscape Architect, shall be removed and new soil installed that meets these specifications. D. Bring sods to sub-grade elevations to support paving as shown on the Drawings. Subgrade surface shall be smooth and slope uniformly. Fill depressions greater than '/2". Cover soil surface immediately to protect it from erosion by rain and from contamination by toxic materials, construction waste, trash, debris, water containing cement, or soil materials that will alter the article size distribution of the mix. 3.03 ACCEPTANCE STANDARDS The Landscape Architect will inspect the work upon the request of the contractor. Request for inspection shall be received at least 2 days before the anticipated date of inspection. 3.04 CLEAN UP Upon completion of the soil installation operation, clean surrounding areas within the limit of work. Remove excess material from the site. Do not wash adjacent areas with water until paving materials covering sod are in place. END OF SECTION City Hall Campus 02725 - 4 SECTION 02780 UNIT PAVING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work Includes: 1. Granite unit pavers set on mortar bed over concrete slab. 2. Grass Pavers- Provide specified paving system including paver units, soil polymer mix, soil and gravel base course as recommended by manufacturer Installation will also be per the manufacturer's instructions as rated for fire trucks. 1.02 RELATED WORK A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Other Specification Sections that directly relate to work of this Section include, but are not limited to, the following- 1. Section 02300 — Earthwork 2. Section 03300 — Cast-In-Place Concrete 3. Section 03345 — Concrete Finishes 4. Section 02900 — Landscape 1.03 SUBMITTALS A. Product Data and samples for the following: 1. Concrete Pavers provide (3) full size pieces of each color as indicated on drawings. 2. Submit a 10" x 10" section of grass paver material for review. 3. Submit material certificates for base course and sand fill materials. B. Compatibility and Adhesion Test Reports: From latex-additive manufacturer indicating the following: 1. Mortar and grout containing latex additives have been tested with pavers for compatibility and adhesion. 2. Interpretation of test results relative to mortar and grout performance and written recommendations for installation practices needed for adhesion. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Engage experienced Installers who have completed paver installations similar in design and extant to that indicated for Project. City Hall Campus 02780 - 1 SECTION 02780 UNIT PAVING B. Source Limitations: Obtain each type of unit paver, joint material, and setting material from one source with resources to provide materials and products of consistent quality in appearance and physical properties. C. Preconstruction Compatibility and Adhesion Testing: Submit to latex- additive manufacturer, for testing indicated below, samples of paving materials that will contact or affect mortar and grout that contain latex additives. 1. Use manufacturer's standard test methods to determine whether mortar and grout materials are required to obtain optimum adhesion with, and will be nonstaining to, installed pavers and other materials constituting paver installation. 2. Submit a sufficient number of pavers and other materials involved in installation to allow comprehensive testing. 3. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 4. For materials failing tests, obtain mortar and grout manufacturer's written instructions for corrective measures, including the use of alternative materials to obtain optimum bond and prevent staining. D. Mockups- Before installing unit pavers, build mockups for each form and pattern of unit pavers required to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution Build mockups to comply with the following requirements, using materials indicated for the completed Work, including same base construction, special features for expansion joints, and contiguous work as indicated- 1. Build mockups in location as directed by the Contractor. 2. Mockup sizes- 3' X 3' area. 3. Granite Pavers: ' in pattern as indicated on plans 4. Notify Landscape Architect seven days in advance of dates and times when mockups will be constructed 5. Demonstrate the proposed range of aesthetic effects and workmanship. 6. Obtain Landscape Architect's approval of mockups before starting unit paver installation. 7. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 8. Demolish and remove mockups when directed. 9. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion, City Hall Campus 02780 - 2 SECTION 02780 UNIT PAVING 1.05 DELIVERY, STORAGE, AND HANDLING A. Protect unit pavers during storage and construction against soiling or contamination from earth and other materials 1. Cover pavers with plastic or use other packaging materials that will prevent rust marks from steel strapping. B. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp C. Store liquids in tightly closed containers protected from freezing. 1.06 PROJECT CONDITIONS A. Cold-Weather Protection: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen subgrade or setting beds. Remove and replace unit paver work damaged by frost or freezing. B. Weather Limitations for Mortar and Grout* Comply with the following requirements 1 Cold-Weather Requirements: Protect unit paver work against freezing when atmospheric temperature is 40 deg F (4 deg C) and falling. Heat materials to provide mortar and grout temperatures between 40 and 120 deg F (4 and 49 deg C). Provide the following protection for completed portions of work for 24 hours after installation when the mean daily air temperature is as indicated: below 40 deg F (4 deg C), cover with weather-resistant membrane; , below 25 deg F (minus 4 deg C), cover with insulating blankets; below 20 deg F (minus 7 deg C), provide enclosure and temporary heat to maintain temperature above 32 deg F (0 deg C) ■ 2. Hot-Weather Requirements. Protect unit paver work when i temperature and humidity conditions produce excessive evaporation of setting beds and grout. Provide artificial shade and windbreaks and use cooled materials as required. Do not apply mortar to substrates with temperatures of 100 deg F (38 deg C) and higher. 3. When ambient temperature exceeds 100 or 90 deg F (38 or 32 deg C) with a wind velocity greater than 8 mph (13 kmlh), set pavers within 1 minute of spreading setting-bed mortar. C. Grass Pavers: 1. Review installation procedures and coordinate grass paver work with other work affected Generally, grass pavers are installed at the same time as project grass installation, nearly the last site construction activity 2. All hard surface paving adjacent to Grasspave2 areas, including concrete walks and asphalt paving must be completed prior to installation of Grasspave2. City Hall Campus 02780 - 3 SECTION 02780 UNIT PAVING PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Granite Pavers- 1. Provide paver types of different colors and finish as noted on the plans and supplied by Cold Springs Granite, (425) 836-0670 or approved equal. B. Grass Pavers and Soil Polymer Mix: 1. Grasspave2 or approved equal. Available from Invisible Structures, Inc., 1597 Cole Blvd., Suite 310, Golden, Colorado 80401. Call from USA and Canada 800-233-1510 toll free, International 303-233- 8383, Fax 303-233-8282, 2.02 PORTLAND CEMENT MORTAR SETTING-BED MATERIALS A. Portland Cement: ASTM C 150, Type I. B. Latex Additive: Latex Acrylic admixture in factory, prediluted or concentrated form (water emulsion) serving as replacement for part or all of gaging water, of type specifically recommended by manufacturer for use with job-mixed portland cement and aggregate, and not containing a retarder. C. Water: Potable. a 2.03 GROUT MATERIALS A. Latex-Portland Cement Grout. ANSI A118.6, preblended mixture consisting of portland cement and additives formulated for type of paver installed: 1. Color: a. At concrete pavers: custom blend to match pavers B Water: Potable 2.04 MORTAR AND GROUT MIXES A. General- Comply with referenced standards and with manufacturers' written instructions for mix proportions, mixing equipment, mixer speeds, mixing containers, mixing times, and other procedures needed to produce setting-bed and joint materials of uniform quality and with optimum performance characteristics. Discard mortars and grout when they have reached their initial set. B. Cement-Paste Bond Coat: Mix bond coat to a consistency similar to that of thick cream and consisting of either neat cement and water or cement, sand, and water ' City Hall Campus 02780 - 4 SECTION 02780 UNIT PAVING C. Latex-Modified Portland Cement Setting-Bed Mortar: Proportion and mix Portland cement, aggregate, and latex additive for setting bed to comply with directions of latex-additive manufacturer and as necessary to produce stiff mixture with a moist surface when bed is ready to receive pavers. D. Latex-Modified Portland Cement Slurry Bond Coat: Proportion and mix portland cement, aggregate, and latex additive for slurry bond coat to comply with directions of latex-additive manufacturer. E. Latex-Modified Portland Cement Grout: Add latex additive to dry grout mix in proportion and concentration recommended by latex-additive manufacturer. Proportion cement and aggregate to comply with directions of latex-additive manufacturer. 2.05 GRASS PAVER MATERIALS 1. Base Course: Sandy gravel material from local sources commonly used for road base construction, passing the following sieve analysis. % Passing Sieve Size 100 3/4" 85 3/8" 60 #4 30 #40 < 3 #200 2. Base course materials should be nearly neutral in pH (range from 6.5 to 7.2) to provide adequate root zone development for turf. 3. Soil Polymer Mix: A mixture made from several commercial products including. 1) cross-linked polyacrylimide (<0 1%) polymer, which is non-toxic and neutral in pH, and will absorb 150 to 350 times its weight in water from most tap sources; 2) ZeoPro zeo(ite mineral, amended with small amounts of starter fertilizers, from Zeoponix, Inc.; 3) Isolite porous ceramic, designed to hold large amounts of water without physical degradation or change of size of particle, from Sumitomo Group; 4) and aggromolated Humate, a natural source of nutrients and micronutrients, from Tri-C Enterprises. 4. Grass Paving Units. Lightweight injection-molded plastic units 0.50.50.025 m (20"x20"x1" high, 2.7 ft2 each) with hollow rings rising from a strong open grid allowing maximum grass root penetration and development. The plastic shall be 100% post- consumer recycled plastic resins, predominately HDPE, with minimum 3% carbon black concentrate added for UV protection. 5. Loading capability is equal to 402 kg/cm2 (5700 psi) when filled with sand, over an appropriate depth of roadbase. Standard color is black. Unit weight = 510 g (18 oz.), volume = 8% solid. City Hall Campus 02780 - 5 4 SECTION 02780 UNIT PAVING 6. Sand: Obtain clean sharp sand (washed concrete sand) to fill the 25 mm (one inch) high rings and spaces between the rings when ' seeding or using 13 mm (half inch) thick sod (sod thickness) 7. Grass: Refer to planting plans. PART 3 - EXECUTION 3.01 EXAMINATION Examine areas indicated to receive paving, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected 3.02 PREPARATION A. Vacuum clean concrete substrates to remove dirt, dust, debris, and loose particles B. Remove substances, from concrete substrates, that could impair mortar bond, including curing and sealing compounds, form oil, and laitance. 3.03 GRANITE PAVER INSTALLATION: A. Do not use unit pavers with chips, cracks, voids, discolorations, and other defects that might be visible or cause staining in finished work B. Mix pavers from several pallets or cubes, as they are placed, to produce uniform blend of colors and textures. C. Field measure as built conditions prior to installation and cutting of pavers. Cut unit pavers with motor-driven masonry saw equipment to provide clean, sharp, unchipped edges. Cut units to provide pattern indicated and to fit adjoining work neatly. Use full units without cutting where possible. Hammer cutting is not acceptable D. Set pavers in pattern shown on drawings with uniform joint widths and alignment matching field constructed mockup. See architectural drawings for specific installation details. E. Tolerances: Do not exceed 1/1 6-inch (1.6-mm) unit-to-unit offset from flush (lippage) nor 1/8 inch in 24 inches (3 mm in 600 mm) and 1/4 inch in ' 10 feet (6 mm in 3 m) from level, or indicated slope, for finished surface of paving ' City Hall Campus 02780 - 6 SECTION 02780 UNIT PAVING 3.04 MORTAR SETTING-BED A. Saturate concrete sub-base with clean water several hours before placing ' setting bed Remove surface water about one hour before placing setting bed. B. Apply cement-paste bond coat over surface of concrete subbase about 15 minutes before placing setting bed. Limit area of bond coat to avoid its drying out before placing setting bed Do not exceed 1/1 6-inch thickness for bond coat. C. Apply mortar bed over bond coat immediately after applying bond coat. Spread and screed setting bed to uniform thickness at subgrade elevations required for accurate setting of pavers to finished grades indicated. D. Mix and place only that amount of mortar bed that can be covered with pavers before initial set. Cut back, bevel edge, remove, and discard ' setting-bed material that has reached initial set before placing pavers. E. Place pavers before initial set of cement occurs. Immediately before placing pavers on setting bed, apply uniform 1/16-inch thick, slurry bond coat to bed or to back of each paver with a flat trowel. F. Tamp or beat pavers with a wooden block or rubber mallet to obtain full , contact with setting bed and to bring finished surfaces within indicated tolerances. Set each paver in a single operation before initial set of mortar; do not return to areas already set and disturb pavers for purposes of realigning finished surfaces or adjusting joints. G. Grout joints as soon as possible after initial set of setting bed Force grout into joints, taking care not to smear grout on adjoining pavers and other surfaces. After initial set of grout, finish joints by tooling to produce a slightly concave polished joint, free from drying cracks. H. Cure grout by maintaining in a damp condition for seven days, unless otherwise recommended by latex-additive manufacturer. 3.05 GRASS PAVER INSTALLATION A. Confirm installation instructions with grass paver manufacturer. Instructions from manufacturer shall prevail. ' 9 1 City Hall Campus 02780 - 7 ' SECTION 02780 UNIT PAVING B. Ensure that subbase materials are structurally adequate to receive designed base course, wearing course, and designed loads. Generally, ' excavation into undisturbed normal strength soils will require no additional modification. Fill sods and otherwise structurally weak soils may require modifications, such as geotextiles, geogrids, and/or compaction (not to ' exceed 90%). Ensure that grading and soil porosity of the subbase will provide adequate subsurface drainage.) ' C. Place base course material over prepared subbase to grades shown on plans, in lifts not to exceed 150 mm (6"), compacting each lift separately to 95% Modified Proctor. Leave minimum 25 mm (1") to 35 mm (1.5") for Grasspave2 unit and sand/sod fill to Final Grade. D. Spread all Hydrogrow mix provided (spreader rate = 2.25 kg per 100 m2 (5 Ibs per 1000 ft2) evenly over the surface of the base course with a hand-held, or wheeled, rotary spreader. The Hydrogrow mix should be placed immediately before installing the Grasspave2 units to assure that the polymer does not become wet and expanded when installing the units. E. Grass Paver Units ' 1. Install the units by placing units with rings facing up, and using pegs and holes provided to maintain proper spacing and interlock the units Units can be easily shaped with pruning shears or knife. Units placed on curves and slopes shall be anchored to the base course, using 16d Common nails with fender washer, as required to secure units in place Tops of rings shall be between 6 mm to 13 mm (0 25" to 0.5') below the surface of adjacent hard-surface pavements. ' 2. Install sand in rings as they are laid in sections by "backdumping" directly from a dump truck, or from buckets mounted on tractors, which then exit the site by driving over rings already filled with sand. ' The sand is then spread laterally from the pile using flat bottomed shovels and/or wide "asphalt rakes" to fill the rings. A stiff bristled broom should be used for final "finishing" of the sand. The sand ' must be "compacted" by using water from hose, irrigation heads, or rainfall, with the finish grade no less than the top of rings and no more than 6 mm (0.25") above top of rings. ' F. Grass: reference section 02900 — Landscaping. 3.06 REPAIR, CLEANING, AND PROTECTION A. Remove and replace unit pavers that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units as intended ' Provide new units to match adjoining units and install in same manner as original units, with same joint treatment and with no evidence of ' replacement. City Hall Campus 02780 - 8 SECTION 02780 UNIT PAVING ' B. Cleaning: Remove excess grout from exposed paver surfaces; wash and scrub clean. C. Remove protective coating as recommended by protective coating t manufacturer and acceptable to unit paver and grout manufacturer. Trap and remove coating to prevent it from clogging drains. ' END OF SECTION , 1 i 1 City Hall Campus 02780 - 9 ' SECTION 02810 ' IRRIGATION PART 1 - GENERAL ' 1.01 SCOPE OF WORK A. Furnish and install a permanent complete underground irrigation system to provide adequate and efficient coverage of all planting areas and restore existing irrigation system shown on the Landscape Drawings and as ' specified herein, complete and ready for operation. There shall be minimum over-spray onto signs, paved or non-planted areas and no over- spray onto buildings. Provide head to head coverage unless otherwise approved by Owner's Representative The work included in this Specification (whether mentioned or not) shall consist of labor, tools, materials, tests, permits and other related items necessary for the installation and operation of the irrigation system. 1. Provide back flow protection devices for all irrigation systems which are ' connected to potable water system as required by law, if existing back flow protection devices are damaged. ' 2. Provide sleeving and coordination with other trades for pipe, wiring and system components. 3. Separate systems according to the following criteria: a. On-grade drip irrigation systems ' b. On-grade sprinkler irrigation systems. c. Top, toe and center of any slope. d. Contour along slope, when possible. ' e. Established and newly planted areas. f. Radical soil differences. g. High points from low points. h. Slopes from other landscaped areas. 4. Design systems to provide head to head coverage at 60% of the ' manufacturer's recommended maximum sprinkler spacing Maximum flow velocity through pipes shall be five (5) feet per second. ' B. Submittals shall include: a full set of product cut sheets and manufacturer's specifications for spray heads, valves, valve boxes, piping, sleeves, wiring, irrigation controller & associated hardware, and a scale drawing that defines ' the limits, operation, layout, head location/type, piping and valves for a fully operational system. C. Warranty: All new work shall be guaranteed for one (1) year of final acceptance, as specified herein. ' City Hall Campus 02810 - 1 SECTION 02810 ' IRRIGATION ' D. Irrigation mainline and lateral line pipe shall be sized to avoid water velocities in excess of 5 feet per second. E. Irrigation equipment shall be coordinated with utility location to avoid over- , spray onto or spray blockage from above grade utilities, such as electric transformers, light standards, and the like. ' F. Without additional cost to the Owner furnish any item of labor, material or equipment not specified or shown in detail, but incidental to or necessary for , the complete installation and proper operation of the system. G. Sleeving and electrical conduit required for the execution of the work, including wall-mounted conduit to irrigation controllers is to be provided under this Section. H. Sequence and schedule all work with landscape work specified in Sections , 2900 and related drawings. I. All irrigation systems shall be installed by one firm that is qualified as , defined herein. 1.02 RELATED WORK DESCRIBED ELSEWHERE A. Related work in other sections of the Specifications includes but is not limited to: 1. Section 01500 - Construction Facilities and Temporary Controls; tree , and plant protection; utility shutdown request; protection of existing utilities. ' 2. Section 02300 — Earthwork 3. Section 02310 — Grading 4. Section 02515 — Site Water Lines , 5. Section 02630 — Storm Drainage 6. Section 02900 — Landscape Planting ' 7 Division 16 — Electrical: power supply, telecommunications (Phone Line Connection) B. City of Kent Standard. ' 1.03 REFERENCES AND STANDARDS ' Irrigation work shall be to the highest industry standards. City Hall Campus 02810 - 2 ' SECTION 02810 IRRIGATION 1.04 SYSTEM DESCRIPTION ' A. The underground irrigation system shall be constructed using the drip irrigation lines, sprinklers, valves, piping, fittings, controllers, wiring and the like, of sizes and types as called for in these Specifications and Drawings. ' The system shall be constructed to grades and conform to the site landscape plan. ' B. When water must be shut off on existing systems due to construction provide a temporary water source. C. Prior to, during and following installation of irrigation system, adequately water plants in their on-site temporary nursery. Root balls must be well watered upon planting Water plants by hand at least once immediately ' following planting, and as necessary to ensure adequate soil moisture content, until automatic irrigation system is operational and capable of supporting existing and new plantings. Develop and implement a controller- based watering schedule until such responsibilities are transferred to the City. Be clear and specific about watering schedule when transferring ' watering responsibilities to the City. 1.05 QUALIFICATIONS OF INSTALLER ' Installer must be a certified landscape irrigation contractor. The landscape irrigation system must be installed by a landscape irrigation mechanic or journeyman plumber. Electrical service connection work must be done by a ' licensed electrical contractor. Refer to Division 16 for applicable electrical power connection requirements. 1.06 VERIFICATION A. Before proceeding with any work, inspect the site, carefully check all grades ' and verify dimensions and conditions affecting the work in order to proceed safely. ' B. Prior to the start of any work, verify the available static water pressure (PSI) and gallons per minute (GPM) at point of connection to water service and show PSI and GPM on Drawings. C Report to Owner's Representative deviations and/or conflicts between Drawings, Specifications and site conditions. 1.07 SUBSTITUTIONS ' A. General Refer to Section 01600 for procedures. ' City Hall Campus 02810 - 3 SECTION 02810 IRRIGATION , B. The intent of the Specifications is to provide a totally integrated irrigation system with the new and existing landscape plantings. Substitutions will be approved only if they are proven to be wholly compatible with this system. If ' the Owner requests standardization of products, NO SUBSTITUTIONS will be permitted. ' 1.08 PERMITS, CODES AND REGULATIONS A. Apply and pay for permits and fees as required by Local Authority and ' prevailing ordinances and/or codes. B Keep fully informed and comply with existing laws, codes, ordinances, and , regulations, which affect the conduct of the work. 1.09 PROTECTION OF WORK, PROPERTY AND PERSONS ' Take necessary precautions to protect work in progress, all property, persons, walks, curbs, pavement and buildings from any damage that might be incurred , arising from this Contract. Repair, to the satisfaction of, and at no cost to the Owner, damage to the above and existing landscape. 1.10 INTERPRETATION OF DRAWINGS A. Irrigation Drawings are diagrammatic and not intended to show exact , location of piping, valves or controllers. Locate these items always in planting areas unless noted on drawings and as closely as possible or as per related details, to curbs, to buildings, header boards, fences or edges of , paving. Where possible, locate mainline, valves and controller inside property line B. Pipelines shown parallel on Drawings may be placed in a common trench. ' Stacking of pipes shall not be accepted. The Design location of sprinkler heads is approximate. Make minor adjustments as necessary to avoid 1 blockage by plantings and other obstructions. C. Trenching that may potentially disturb root systems of existing trees is to be ' brought to the attention of the Owner's Representative before proceeding. 1.11 CONDUCT OF WORK ' A. Continuously maintain a competent superintendent or foreperson during progress of the work, with the authority to act in all matters pertaining to the , work Said representative shall attend applicable meetings as indicated in Section 01200. B. Confine operations to the working areas allotted by the Owner, including material and equipment storage. City Hall Campus 02810 -4 , ' SECTION 02810 IRRIGATION ' C. Progressively clean the work site of debris and rubbish as the work proceeds. D. Repair to the satisfaction of Owner any damage to existing utilities. Existing known utilities in conformance with Section 01500 Verify utility locations on the ground with a pipe-finder or by other means. Protect existing known utilities. E. Provide barricades and safety guards, and any other structures or improvements necessary for the complete protection of the public. ' F. Replace of repair in a manner satisfactory to the Owner any of the Owner's property, including existing buildings, equipment, piping, pipe covering, sewers, sidewalks, and landscaping damaged by the work of this Section at ' no cost to the Owner. G. Repair all damages to the grounds, walks, curbs, roads, buildings, piping ' systems, electrical systems and their equipment and contents caused by leaks in the piping systems being installed or having been installed in this Contract. Repair damages at no cost to the Owner and in a manner ' satisfactory to the Owner. 1.12 SYSTEM PROTECTION ' As part of the guarantee under this Contract, deactivate and drain the system prior to the onset of the freezing season and reactivate the system at the onset of the spring growing season; each task must be accomplished once during the 1-year guarantee period In the event the system is completed in a season when the system will not be in use, winterize the system upon completion of testing (and approval by the Owner) and reactivate the system in the spring. Upon completion of the winterizing phase, submit a letter to Owner certifying that the system was winterized and drained and indicate the date, which such action was ' accomplished. Notify the Owner's Representative 7 days prior to the work so that an Owner's representative can be present during the winterizing and reactivating phases of work. At the discretion of the Owner, winterization provisions may be ' waived. 1.13 GUARANTEE A. The system shall be guaranteed for workmanship and material for a period of 1 year from the date of substantial completion of the irrigation system ' Repair and/or replace defective irrigation equipment as determined by the Owner for the duration of the guarantee period Repairs and/or replacements shall be made in the same manner as specified for the original irrigation system and shall be done at no cost to the Owner. ' City Hall Campus 02810 - 5 SECTION 02810 ' IRRIGATION , B. It is expressly understood the Owner will be responsible during the Guarantee Period for normal maintenance of the project, as defined in the , Operation and Maintenance Manual and Watering Schedule Submittals. 1.14 TESTS A. Tests are to be witnessed by the Owner's Representative. Give advance ' notice 7 days in writing to the Owner's Representative before proceeding with tests. ' 1. Pressure Test: System joints, connections, couplings, valves and other junction points shall be left exposed until completion and acceptance of , the pressure test. Leaks, however minor, shall be repaired and corrected. Owner's Representative shall be present during the test. The total irrigation system shall be pressure tested for acceptance. , 2. Performance Coverage Tests for Sprinkler Head Irrigation: Upon completion of the system installation and after the flushing and pressure tests are completed. Operate the system in the presence of , the Owner's Representative. The automatic system shall be cycled to their satisfaction Adjust and balance sprinkler heads for optimum and uniform coverage without excessive misting or overthrow onto , pavements, structures and buildings Check sprinkler head heights and set valve boxes to proper grade prior to final review by the Owner's Representative. The Owner's Representative may request that up to 5 ' % of the total nozzles and 5 % of pressure compensating screens and/or pressure compensating disks be substituted. 5 % of the heads may also be relocated at no cost to the Owner. , 3. Performance Coverage Tests for Dripperline Irrigation: Prior to backfilling, open the remote control valve and operate each circuit to check for leakage around both barbed and threaded PVC fittings. ' Make necessary corrections to stop leaks. Prior to backfilling, open the remote control valve and operate each circuit to check for performance coverage in the presence of the Owner's Representative. , The automatic system shall be cycled to their satisfaction. Adjust or balance dripperlines, supply/ exhaust headers and other dripperline irrigation equipment for optimum and uniform coverage. Check , dripperline spacing and set valve boxes to proper grade prior to final review by the Owner's Representative. The Owner's Representative may request that up to 5% of the total dripperlines and 5% of pressure , compensating disks be substituted. 5% of the lines may also be relocated at no cost to the Owner. B PRE-TEST for Pressure and Performance Coverage prior to the Owner's ' Representative's review of said tests to confirm that the irrigation system will meet the requirements of the specified tests. Should additional test reviews , be required due to the failure of the tests owner may request reimbursement in conformance with section 01400, paragraph 1.04E.5. City Hall Campus 02810 - 6 , ' SECTION 02810 ' IRRIGATION 1.15 SUBMITTALS A. Submit four samples and/or manufacturer's "Catalog Cuts" of all material as noted in Specifications in accordance with Section 01300. ' B. Submit, Record Drawings; keys; tools, permits, water schedule; instructions; maintenance/operation information as required per Section 01700. ' 1. Reduce a copy of the reproducible Mylar as-built to 50%, cut into 8.5" x 11" sections, color key circuits, and laminate both sides with 5-mil or heavier plastic to make waterproof. Coordinate with Owner's ' Represnetative for additional requirements and modifications. 1.16 RECORD "AS BUILT" DRAWINGS ' A. Maintain a current record of pipe and equipment placement and record variations in conformance with requirements of Section 01700. Pipe not ' installed in accordance with the Drawings as originally indicated shall be dimensioned to two fixed structures sufficient for location after burial. Update record drawings daily. ' B No inspections will commence without current as-built drawings. 1.17 PIPE SLEEVES Provide and install Class 200 PVC pipe sleeves where irrigation lines or wires cross walks, drives, parking lots or any other hard surface pavements. Coordinate locations and installation of pipe sleeving with paving operations. PART 2 - PRODUCTS 2.01 GENERAL iMaterials and equipment shall be new and of the best quality. Refer to Section 01600 for material, equipment and product substitution requirements. 2.02 PLASTIC PIPE ' A. PVC pipe upstream and downstream of the control valves and supply headers for drip irrigation shall be Schedule 40 and conform to ASTM D2241 unless otherwise noted on the drawings B. PVC pipe upstream and downstream of exterior flow sensors shall (10X the pipe diameter upstream and 5X the pipe diameter downstream) be ' Schedule 80. C. PVC Pipe sleeving shall be Class 200 and conform to ASTM D1785 unless otherwise noted on the Drawings ' City Hall Campus 02810 - 7 SECTION 02810 , IRRIGATION , D. Pipes shall be marked with the manufacturer's name, class of pipe and NSF seal. Pipe labeling shall face upward. Pipe shall bear no evidence of interior or exterior extrusion marks. Pipe walls shall be uniform, smooth and ' glossy Pipe maybe pre-belled or with individual solvent-weld couplings. E. Fittings for lateral lines shall conform to ASTM D2466 Schedule 40 PVC ' with exception to irrigation head risers which shall be Hunter Manufacturer #SJ-512 for %2 inch inlet heads and #SJ-712 for% inch inlet heads, each with a Marlex street ell at both ends. Lateral line fittings shall be of the , solvent weld type except where risers, valves, and the like require threaded transition fittings. Heads with 1 inch inlets shall use schedule 40 pre- , assembled swing joints, Lasco G132-212 or approved F. Threaded fittings for mainlines shall conform to requirements of ASTM ' D2464, Schedule 40 PVC. Glued fittings shall conform to requirements of ASTM D2466 Schedule 40 PVC. G. Pipe must be delivered in at least 20' lengths. , H. PVC pipe and fittings shall conform to the following minimums: 1. Tensile strength 78F 5,000 psi ' 2. Izos impact strength (notched) 15 ft. lb/in. 3. Modulus of elasticity 300,000 psi 4. Compressive strength 8,500 psi , 5. Flexural strength 10,500 psi 2.03 AUTOMATIC IRRIGATION CONTROLLER ' A. Controller shall be Rainbird ESP-32MC with a remote control. Remote control shall be a compatible model to the controller and manufactured by Remote Control Technologies. B. Electrical wiring shall be installed according to local code. The cost of all electrical work necessary to make the automatic equipment work shall be included in this contract. C. Salvage existing irrigation controller and return to Owner. Reconnect existing irrigation zone valves to new irrigation controller. , 2.04 CONTROL WIRE FOR AUTOMATIC VALVE OPERATIONS A. Wire; 14 Gauge, Insulated single strand copper designed for 20 to 50 volts and UL approved as Type U.F. (Underground Feeder). B. Flow sensor control wire: Houston Wire D1501802 (direct bury, shielded, 2- , 18 gauge copper wires, drain wire) or approved. C. Copper conductor; ASTM B3 requirements. ' City Hall Campus 02810 - 8 , ' SECTION 02810 ' IRRIGATION D. Red and white colors shall be available for common and lead-in wires. ' E. Yellow color shall be provided for spare wires. F. Pipes shall have bare #14 gauge trace wire secured with electrical tape to ' pipe at ten 10' intervals. Provide independent mainline and lateral trace for each zone. Wire will start at the cut-in assembly, go to the automatic valves and end at the last sprinkler head, quick coupler valve, or hose bib. Clamp ' the ends to the last sprinkler head, quick coupler valve, or hose bib Splices to sub-legs to the main wire will have solid connections. Do not cut and splice main trace wire to control valves. ' 2.05 BACKFLOW PREVENTER ' Replace existing Backflow Previnter with new Backflow Preventer. New Backflow Preventer shall be the same model and size as existing Backflow Preventer and conformed to City of Kent Standard. Install new Backflow ' Preventer per manufacturer's guide. Salvage existing Backflow Preventer and return it to Owner. ' 2.06 MASTER CONTROL VALVE Master Valve shall be Superior manufacturer model 3100 normally open series, 1.5 inch. 2.07 QUICK COUPLING VALVES ' A. Buckner#QB44RC-10 or approved. Two-piece heavy-duty brass construction with vinyl locking cap Swing assembly shall be DURA model #1-A4-1-11-18 with DL-010 quick lock. B. Provide 2 matching quick coupler valve keys with swivel hose ells and 2 cap keys. 2.08 FLOW SENSOR A. The flow sensor shall have a six bladed impeller with a proprietary, non- magnetic sensing mechanism. The transmitted signal shall be low impedance 8 VDC square wave signal. The maximum transmitted signal distance shall be 2000 feet. ' B. Sensor shall include a PVC schedule 80 tees fitted with a removable sensor alert. ' C. Flow sensor shall be Data Industrial Series 250-1.5. Flow sensor wire to be Houston Wire D1501802. Install with a compatible transmitter. City Hall Campus 02810 - 9 SECTION 02810 , IRRIGATION , 2.09 RAIN SENSOR Rain Bird WRFC. Installation per manufacturer's design guide. Final location will ' be approved by Owner's Representative. 2.10 ISOLATION VALVE - BALL VALVE ' A. Dura slip-by-slip or approved equal. B. Line size. Install plastic valves at PVC plastic pipes. Install brass valves at , brass and copper pipes. 2.11 AUTOMATIC VALVE , A. Valves shall be electrically operated, actuated by a solenoid utilizing AC ' current, 24 volts, and rated at not more than 8.5 VA with an in-rush maximum of 1.0 amp. The solenoid coil is to be sealed in an "Epoxy" material so it is completely waterproof. , B. Operation shall be normally closed solenoid control capable of operating within minimum flow requirements. C. Diaphragm operated of one-piece construction. The diaphragm is to be , fully pressure balanced in both the open and closed positions. D. Solenoid to be mounted directly on the valve or bonnet. All parts and tubing , downstream of the entrance must be of larger size to permit passage of foreign particles. E. A flow adjustment stem with cross handle shall be provided that limits the , travel of the valve plug from full closed to full open, allowing manual closure or flow regulation A manual control is to be provided for operation with or without the control wiring installed. F. Construction is to be so that all operating parts are accessible and removable from the top by removing the bonnet without having to disconnect the valve body from the pipeline. The valve must be capable of being operated in any position. G. Remote Control Valves for sprinkler irrigation zones shall be Rain Bird PEB series. See drawings for size. ' H. Remote Control Valves for drip irrigation zones shall be Netafim1 inch FPT. Install with Netafim 1/4 inch disc filter and Netafim 1/4 inch pressure reducing , valve. Use 3/ inch PRV 45 P.S.I. LF for zones with flow less than 4 G.P M. Use '/4 inch PRV 45 P.S.I. HF for zones with flow 4 G.P.M or greater than 4 G.P.M. ' City Hall Campus 02810 - 10 1 SECTION 02810 ' IRRIGATION 2.12 BRASS FITTINGS Brass Fittings; Cast bronze, ANSI B16.15 and FS WW-P-460P. 2.13 VALVE BOXES A. Unless otherwise specified, automatic valves, flow sensors, manual valves, and filters shall be enclosed in Carson Industries Valve Box with non-hinged ' T-Style lid, black in color. B. Provide 2 lids keys and 2 valve keys to Owner. C. For automatic pressure regulating valves, use Carson "Super" 1220 boxes with tee style lids. For automatic pressure and non-pressure regulating ' valves of sizes '/<° to 1 '/", use model 1220. For automatic pressure and non pressure regulating valves of sizes 1 ''/s" and above, use model 1324. For non pressure regulating drip valve assemblies, use a model as ' described above for the isolation valve and automatic valve, and a sideways model 1419 just downstream for the filter and inline pressure reducing valve. For master valves and flow sensors, use model 1419. For isolation valves in landscape, use model 910 (10 inch round), and for drip flush valves, use model 610 (6 inch round) For electrical junction boxes, use a model of adequate size, typically a model 1419. 2.14 DRIPPER LINE ASSEMBLY A. Specify coil length when placing order. B. Operation/Pressure Indicator Stake: Netafim Pressure Indicator. Installation and location per manufacturer's design guide. C. Dripper line: Netafim Techline CV, dripper line with inline check valve. Contractor shall be familiar with manufacturer's design guide. See drawings for dripper flow rate, dripper spacing, dripper line spacing and design pressure. D. Fittings: Netafim Dripper Line Fittings for Netafim Techline CV. 1 E. Dripper line staples: metal, approved for use with Netafim Techline CV. F. Inline Check Valve: Netafim TLCV. Installation and location per ' manufacturer's guide. G. Manual Line Flush Valve: Netafim TLSOV. Installation and location per ' manufacturer's guide. H. Supply and Exhaust headers shall be either PVC plastic pipe or Netafim Techline blank tubing. See Section 2.02 for PVC pipe header. ' City Hall Campus 02810 - 11 SECTION 02810 , IRRIGATION , I. Air/Vacuum Relief Valve: Netafim TLAVRV. Installation and location per manufacturer's guide. J. Distribution Tube & Drippers• Netafim Micro-Tubing and Techflow W PCT10. 2.15 BACKFILL MATERIALS A. Sump Gravel: 3/ inch minus round, water worn, washed pea gravel; Mineral , Aggregate Type 26. B. Sand (backfill soils around mainline): Fine granular material naturally , produced by rock disintegration and free from organic material, loam, clay and other deleterious substances; Mineral Aggregate Type 6 (washed sand). , C. Native Material (backfill soil around lateral pipe): Soil native to project site free of wood and other deleterious materials and rocks over 1 inch diameter. ' 2.16 OTHER SUPPLIES A. Electrical tape shall be black plastic, 3/4 inch wide and a minimum of 0.007 1 inches thick and the all-weather type. B. Flexible nipples or pipe joints shall be Hunter manufacture #SJ-512 for ' inch inlet sprinklers and #SJ-712 for 3/4 inch inlet sprinklers with Marlex street ells at both ends, and Lasco G132-212, or approved for 1 inch inlet ' sprinklers, with Marlex street ells at both ends. C. Electrical wire splices must be made watertight with sealing 3M DBY watertight connectors or approved. D. Masonry unit support- standard recycled brick. E. Valve assembly metal supports in mechanical room- Uni-Strut or approved. F. PVC Primer and Cement: PVC Primer and cement shall be 2 part, purple ' primer, and gray medium bodied, medium set cement. PART 3 - EXECUTION , 3.01 GENERAL ' Coordinate and ensure budding wall or retaining wall penetrations, diaphragms, seals, sleeves, or other elements are in place prior to starting work. City Hall Campus 02810 - 12 , SECTION 02810 ' IRRIGATION 3.02 TRENCHING A. See detail drawings. Trenches shall allow 24 inches of cover for main supply line from point of connection to backflow preventer. Maintain a minimum clearance of 3- inches between irrigation lines within a common trench. Stacking of pipes in a common trench will not be accepted. Trenches for sleeves shall allow for a minimum of 18 inches of cover unless otherwise noted on the Drawings. Excavate no wider at any point than is necessary to lay pipe or install equipment. Excavate with vertical sides and provide bracing and shoring as required. ' B. Trenches must be straight and not have abrupt changes in grade. Trenching that may potentially disturb root systems of existing trees shall be immediately brought to the attention of the Owner's Representative before proceeding with work. Trench bottoms with a uniform %2 % standard ' minimum grade. C. The trench bottoms and bedding material surrounding pipes must be free of rocks greater than one 1 inch in diameter or sharp-edged objects. Bed and surround pipe with specified "BACKFILL MATERIAL" to a depth of 4 inches under pipe and 4 inches over pipe. D. Pulling of pipe is not acceptable unless otherwise approved by the Owner. E. Lifts shall be 6 inches maximum. Roots, rocks, and surplus shall be removed from the site. Assume responsibility for trench settlement during the warranty period of this contract. 3.03 INSTALLATION ' A. PVC Pipe and Fittings (includes pipe sleeves): 1. Due to the nature of the PVC pipe and fittings, exercise care in ' handling, loading, unloading and storing to avoid damage. Pipe that has been dented or damaged shall be discarded until such damage has been cut out and the pipe is rejoined with a coupling. 2. PVC pipe ends shall be cut to 90 degrees to the pipe length and cleaned of cutting burrs with a reaming tool prior to cementing. Pipe ends shall be wiped clean with a rag lightly wetted with PVC thinner. Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe. Pipe shall be inserted into the fitting and given a quarter turn to seat the cement Excess cement shall be wiped from the outside of the pipe. Pipe labeling/marking shall be installed in an upward position. Pipe will be tested as specified in Section 02810, paragraph 1.13. No backfilling will be permitted other than at the centers of pipe lengths until the pressure test is completed. r ' City Hall Campus 02810 - 13 SECTION 02810 , IRRIGATION , 3. Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short time before backfilling, or by backfilling t in the early part of the morning before the heat of the day. 4. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. 5. Ensure that the inside of the pipe is absolutely clean. Pipe ends not being worked on must be protected and not left open , 6. Threaded joints shall have 3 wraps of Teflon tape applied to male threads only. Do not over tighten. 7. Fittings on lateral PVC lines for sprinkler head swing assemblies shall , be placed in a horizontal position 8. Locate inline PVC spring check valves at vertical midpoint of system as diagrammatically shown on plans. ' 9. Horizontal fittings for quick couplers: Fittings on mainline for quick couplers shall be placed in a horizontal position. Install a stub out per detail before securing quick coupler swing assembly. ' B. Dripper line: Install dripper line minimum of 2" below finish topsoil grade, never 6" or more than 6" below finish grade; ensure dripper line is , adequately covered and protected by topsoil, then mulch. Fix dripper line with dripper line staples as necessary to keep in place and ensure emitters are in direct contact with soil. For dripper line filter, insure that filter is facing ' sideways and slightly down, and that there is adequate clearance within the valve box to remove and service the filter. C. Copper Pipe and Brass Fittings (interior locations): ' 1. Copper Pipe shall be installed in accordance with Local Plumbing Codes. , 2. Brass threaded joints shall have Teflon tape or pipe dope applied to male threads only. 3. Connections for copper pipe to brass fittings shall be made with Pack Joint Couplings. D. Head Locations. Place bed heads in the beds, at a minimum of 2 inches , and a maximum of 4 inches from edges Top of head body shall be flush with top of mulch. Minimum is intended to reduce edging and maintenance damage. Owner has the option to increase the distance of setback. In addition, any sub-laterals or swing assemblies should be deep enough to avoid edging damage. 6 inches sprinklers shall be used in groundcover areas, unless specified. 12 inches sprinklers shall be used in shrub areas, , unless specified All sprinklers shall use bottom inlet only. Thoroughly flush all lateral lines and swing assemblies prior to installing sprinkler heads. City Hall Campus 02810 - 14 , SECTION 02810 ' IRRIGATION E. Control Wire: ' 1. Tape control wires together at 10 foot intervals: then this bundle is to be taped to the bottom of the supply line at 15 foot intervals with at least three wraps of electrical tape. I 2. Splices must be made watertight with sealing 3M DBY watertight connectors, or approved. 3. Splices will be permitted only at the valves and never between valves or valve and controller unless in a separate valve box. There must be a separate lead or "hot' wire to each automatic valve. One common wire will be acceptable. ' 4. Minimum size of wire is 14 Gauge unless specified otherwise. 5. The control wires shall by color coded as follows. a. Ground Wire — White ' b. Lead-in Wire — Red c. Spare Wire —Yellow 6. Arrange valve stations to operate in sequence shown on "As-Built' Drawings. 7. Allow 24 inches expansion coils in valve boxes so valve bonnet may be removed and placed outside the box for maintenance purposes. I 8. Provide a 3 foot expansion loop in wires at all 90 degree and every 100 feet of wire run. 1 F. Risers: 1. Use Hunter manufacture #SJ-512 swing assemblies for Y2 inches inlet sprinklers and #SJ-712 swing assemblies for % inches swing assemblies. Use Marlex street ells at both ends of the swing assemblies. Use Schedule 40 pre-assembled swing joints for 1 inches inlet heads. LASCO G132-212 or approved. 2. Cap risers after installation to keep inside of pipe clean. 3. Thoroughly flush lateral lines prior to installation of sprinkler heads. G. Automatic Controllers. 1. Install electrical wiring according to local code. Include the cost of electrical work required to make the automatic equipment operate properly in this contract. Electrical power is provided under Division 16. 2. A diagram or schedule sealed in a plastic cover shall be posted in the controller to facilitate the selection of the valves to be operated. See ' section 1.15 D. 3. Owner's Representative shall approve controller location and type of mounting of controller. ' 4. Reduce a copy of the reproducible Mylar as-built to 50%, cut into 8 5" x 11" sections, color key circuits, and laminate both sides with 5-mil or heavier plastic to make waterproof Also laminate accordingly a system zone control directory listing zone number, head type, number of heads per zone, and a zone description using compass directions, references to surrounding landmarks, and/or significant plat types and species. 5. Electrical power and conduits are specified under Division 16. 1 City Hall Campus 02810 - 15 SECTION 02810 IRRIGATION H. Automatic Valves: 1. Install as shown on "Automatic Valve Assembly" detail herein these specifications. , 2. Before installation of automatic valves, the supply line must be thoroughly flushed. 3. Automatic valves shall be enclosed in valve boxes. Valve box extension may be required. Locate valve boxes in shrub and groundcover planting beds wherever possible and at points of easy access from paved and/or lawn areas. 4. Locate outside of paved areas and grouped together where possible Where valves occur adjacent to paved areas, install so that valve boxes ' will not be closer than 36 inches to paving and perpendicular or parallel to it. Group boxes shall be spaced evenly to provide a neat appearance. , 5. Valves and valve boxes shall not be placed over the mainline. 6. Valve boxes shall be set on bricks at corners and sides if applicable; not at the ends For Carson 1419 boxes use 4 bricks on corners. For , Carson 1220, or larger boxes, use 4 bricks on corners and 2 bricks on sides, no bricks on ends I 7. Provide and install valve box extensions as required. , 8. There shall be a maximum of 8 inches between the valve and the valve box lid. 9. Valve boxes shall have at two-inch clearance between top of cutouts and piping. 10. Valve box cutouts shall be "sealed" with drain cloth, fastened with duct tape, to inhibit soil from filling the valve box. , 11. Ensure automatic valve is fully accessible for manual operation, adjusting dismantling and servicing 12. Provide 2" depth, clean, washed pea gravel in base of valve boxes , I. Quick Coupling Valves: 1. Locate quick couplers in shrub and groundcover planting beds , wherever possible and at points of easy access from paved and/or lawn areas. 2. Locate quick couplers no closer than 36 inches from edge of paved ' areas. 3. Quick coupler valves shall be protected by a concrete "donut" (provided by the Owner) in bed areas, and a concrete "donut" in turf areas In ' bed areas, "donut" shall be flush with final grade, including chips, bark or mulch. In turf areas, "donut" or box shall be flush with grade. 4. Locate to allow hose watering of planting areas with a 100-foot hose. , Final locations to be approved by Owner. J. Flow Sensor: , 1. Install per manufacturer's specifications. City Hall Campus 02810 - 16 SECTION 02810 IRRIGATION 2. For PVC flow sensors, install with 10 pipe diameters of straight pipe with no fittings upstream of flow sensor, and 5 pipe diameters of A straight pipe with no fittings downstream of flow sensor. 3. Coordinate wiring with control equipment. K. Air Relief Valve: 1. Locate air relief valves at high point of each zone. 2. Group valves near budding wall where possible and coordinate with planting L. Pipe Sleeves: 1. Sleeves shall extend a minimum of 6 inches beyond the edges of ■ pavement. 2. Lateral and mainline fittings shall be no closer than 6 inches outside of ' the sleeve 3. Pipe sleeve diameter shall be a minimum two times the diameter of the insert pipe. 4. Pipe for irrigation mains and laterals may be installed with sleeves but shall not include any pipes with couplers unless sleeve length is greater I than 18 feet. 5. Plug all ends of sleeves and irrigation mains and laterals to prevent soil from entering. 6. Gate Valves: Enclose gate valves in 6" vertical sleeves capped with a Cason 910 valve box and lid. M. Galvanized Pipe Fittings: 1. Galvanized steel pipe shall be installed in accordance with local Plumbing Codes. 2. Galvanized pipe and fittings, including riser and hose connections, shall be painted with at least one coat of Non-Fibered Roofing Coating to prevent acid corrosion. Cast fittings need not be painted. Do not add ' solvent to the paint. Care must be taken to thoroughly paint main threads. When painting is done before assembly, the paint should be touched up after assembly. 3. Threaded joints shall have Teflon tape or pipe dope applied to male threads only. ' N. Pressure Testing- 1. Before backfdling, PVC Mainline should be tested at 150 PSI with zero loss over a 15 minute period. Test to be performed within a closed ' system, where adequate line pressure is achieved by a pump or other approved device, a valve is closed and the system is tested with a pressure gauge. PVC sprinkler lateral lines shall be flushed and pressure tested at 100 PSI for 15 minutes with no more that 5 PSI drop during the 15-minute test period. Lateral line testing shall include sprinkler swing assemblies, with temporary PVC threaded caps at location of head connections on top Marlex. This pressure shall be 1 City Hall Campus 02810 - 17 SECTION 02810 IRRIGATION maintained until all joints, fittings and pipes have been visually inspected. Correct major leakage and repeat test until the system is reasonably watertight. Contractor to test system prior to final test with , Owner. 2. Release all air from piping prior to testing. 3. Give 3 days written notice prior to the anticipated date of inspection. O. Backfilling: 1. In refilling trenches, the bedding around the pipe and fittings shall be backfill material as specified in Section 02810, paragraph 2 18, and shall be well tamped. If necessary, provide suitable imported backfill. Trenches shall be thoroughly compacted and water-settled. Trenches shall be backfilled uniform with the surrounding grade, raked to a slight mound, then rolled with a two hundred 250 pound roller, or compacted , with a vibrator. 2. Remove roots, rocks and surplus excavation from the site unless otherwise directed. , 3. Trenches or tunnels under roads or paved areas shall be backfilled and tamped in accordance with Section 02321. Pavements shall be replaced to the satisfaction of the Owner's Representative. , 4. Before backfilling, underground appurtenances including risers, valves, backflow preventers, and the like, shall remain exposed so that they can be viewed during testing. Partially backfill the pipe as it is laid, leaving joints exposed; then complete backfilling later after flushing, pressure testing, inspection and preparation of Record Drawings. The location, inspecting and testing provisions of these specifications will be strictly adhered to. If, for any reason, any part of the sprinkler system is backfilled before approved location, testing, or inspection is authorized by the Owner's Representative, it must be completely uncovered and exposed until approved for backfilling by the Owner's Representative. P. Coverage Testing & Performance Testing , 1. Coverage testing shall require that valves be operated automatically from the controller. 2. Performance testing shall also include a communications loop test to , verify satisfactory connection of the irrigation controller to the existing campus central control, verification of the proper operation of the flow sensor, and verification of the proper operation of the master valve. ' 3.04 CLEANUP A Clean work areas adjoining area, such as paving, curbs, catch basins, , manholes and lawn, or debris caused by the Contractor's work on this project, or any part of the project, on completion of operations and prior to ' watering. Hard surfaced areas shall be washed clean. Clean up daily areas used for circulation, parking, or other daily use. City Hall Campus 02810 - 18 SECTION 02810 IRRIGATION B. Repair settling of backfilled trenches at no cost to the Owner, including but not limited to restoration of pavement, seeded, sodded and/or planted areas. 3.05 SYSTEM FAMILIARIZATION Upon acceptance of the system by the Owner, provide the necessary keys and/or other tools necessary to operate/drain/activate the system and spend sufficient time with the Owner to ensure that the system operation/maintenance/winterizing can continue after Contract completion. ' 3.06 FINAL ACCEPTANCE Upon completion and approval of tests, provide signed and approved sprinkler/ ' plumbing/health/electrical permits, Record Drawings and catalog cuts/ manufacturers' instructions/maintenance and operation information in accordance with requirements of Section 01700. END OF SECTION 1 City Hall Campus 02810 - 19 SECTION 02871 SITE FURNISHINGS PART 1 — GENERAL 1.01 GENERAL ' Provide and install all items hereinafter identified. 1.02 SCOPE OF WORK A. Furnish all labor, materials, equipment and related appurtenances required to complete the work indicated on the drawings and/or as specified in these Specifications. ' 1. Benches: Owner supplied, Contractor installed. 2. Ash Ums: Contractor supplied, Contractor installed. ' 3. Trash Receptacles- Owner supplied; Contractor installed. 4. Fixed Bollards: Owner supplied; Contractor installed. 5. Bike Rack: Owner supplied; Owner installed. i B. Other miscellaneous site construction. 1.03 RELATED WORK DESCRIBED ELSEWHERE A. Related work in other sections of these Specifications include but is not limited to- 1. Section 02210 Earthwork , 2. Section 03310 Concrete Curbs and Paving 3. Section 03311 Cast-In-Place Concrete 1.04 STANDARDS A. All work shall conform to the most current editions of the Standard , Specifications and Standard Plans for Road, Bridge and Municipal ' Construction, as published by the Washington State Department of Transportation (Standard Specifications and Standard Plans respectively), unless otherwise indicated herein. B. The contractor shall have one copy of the most current editions of the Standard Specifications and Standard Plans at the job site. C. All work shall conform to the most current edition of the City of Kent Construction Standards. ' City Hall Campus Improvements 02871 - 1 SECTION 02871 SITE FURNISHINGS D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. 1.05 PREPARATION OF SUBGRADE The Contractor shall be responsible for grading and compacting subgrade to 95% compaction immediately before placement of all items in this section. PART 2 MATERIALS 2.01 BASE COURSE As specified in Section 02210. 2.02 MISCELLANEOUS STEEL FABRICATIONS jA. Where shown on the drawings as steel, miscellaneous embedded and non-embedded metalwork, including brackets, inserts, etc., fabricate as 1 shown of mild steel, ASTM A 36 All steel metalwork shall be hot-dip, 1 25 ounce, galvanized after fabrication, unless otherwise noted on drawings or specified in these specifications. B. Hot-dip galvanizing. Unless otherwise specified, galvanizing by the hot-dip process shall conform to the applicable requirements of ASTM A 123, A 153, A 385, A 386, and A 525. C. Field Galvanizing shall not be done on any steel items, except to perform repairs. D. Steel embedded in concrete is not to be primed except portions projecting ' from concrete and first-three (3) inches of embedment. E. Surface Treatments: 1. Galvanized surfaces: Touch up galvanized metal surfaces I damaged during installation with Galv-Weld as manufactured by Galv-Weld Products, PO Box 1087, Homes Beach, Florida, or equal. Finish surface color shall be uniform over entire fabricated 1 unit. 2. Store job site steel on blocks above snow or mud and soil After erection, remove any weld spatter, oil and grease. Clean abraded, City Hall Campus Improvements 02871 - 2 SECTION 02871 SITE FURNISHINGS bolted and welded areas, and touch up with aforementioned galvanizing finish. 2.03 HARDWARE ' All metal hardware including bolts, deformed bars for connections, threaded rod, t anchor bolts, nuts, washers shall be hot-dipped galvanized unless otherwise noted. All framing nails galvanized wire nails All bolts, threaded rod and anchor bolts conform to ASTM A 307, Grade A, unless otherwise noted. Hex head and nut on all bolts and threaded rod unless otherwise indicated All bolts, threaded rod shall have standard cut washers respective size, unless otherwise , indicated—bolts to have washers each end, galvanized steel bolts, rods, etc. shall have galvanized steel washers and nuts. Hardware not noted by size shall be sufficient to draw and hold members securely. 2.04 TRASH RECEPTACLES WITH MOUNTING POLES To be furnished by Owner and installed by Contractor. Three (3) , 2.05 BENCHES To be furnished by Owner and installed by Contractor. Five (5) 2.06 ASH URNS To be furnished by Owner and installed by Contractor Three (3) 2.07 FIXED BOLLARDS To be furnished by Owner and installed by Contractor. Six (6) , 2.08 BIKE RACK To be furnished by Owner and installed by Contractor. One (1) PART 3—EXECUTION ' 3.01 GENERAL ' A. Stake alignment and locations of all site improvements for review and approval by Owner prior to installation. Incorrectly located work shall be removed/replaced by Contractor at no additional cost to the Owner B. Verify that subgrade has been properly compacted and compaction tests, , if required, have been accomplished. Guarantee against settlement for one (1) year. City Hall Campus Improvements 02871 - 3 SECTION 02871 SITE FURNISHINGS C. Install rigid, plumb and true to lines and levels shown. Verify that all ' elements called for in this section "fit" according to the drawings and existing site features. D. All ends of bolts to be ball peened or otherwise tamperproof. Remove all sharp edges and metal burrs. iE. Welded pieces shall be free of burrs, slag, or other waste material prior to galvanizing All welds to be continuous without gaps. All exposed welds or other metal shall be hot dip galvanized where practicable and field touch up galvanized per manufacturer's instructions. F. Assemble (if required) and install all equipment specified by name/manufacturer as per approved manufacturer's printed instructions/recommendations. 3.02 CAST-IN-PLACE CONCRETE A. Conform to requirements of "Cast-In-Place Concrete" specification. Layout shall be as shown on drawings. Unless otherwise indicated exposed concrete shall have a medium broom finish. Contractor shall take particular care to install expansion joints and control joints at regular intervals or as indicated on drawings. B. Install following items with concrete footing sized as per manufacturer's recommendations or as noted on the drawings: 1. Bollards 2. Trash Receptacles 3. Benches 1 4. Ash Urns C. Concrete footing for other site elements shall be sized as per drawings, ' standard plans, or as specified herein. D. Tops of all footings shall be installed 4-inches below all paving unless otherwise indicated on drawings or specified herein. 3.03 TRASH RECEPTACLE Install Owner furnished trash receptacle and surface mounting pole. Trash receptacle to be located and oriented in field by Owner. City Hall Campus Improvements 02871 - 4 SECTION 02871 SITE FURNISHINGS 3.04 FIXED BOLLARDS Install as detailed and located on the drawings. , 3.10 ASH URNS Install per manufacturer's direction. END OF SECTION 1 + i I t 1 1 1 1 1 t City Hall Campus Improvements 02871 - 5 SECTION 02900 LANDSCAPE PART 1 - GENERAL 1.01 SECTION INCLUDES A. The work in this section shall include but not be limited to the following: 1 . Furnish labor, material, tools, machinery and equipment necessary to install a complete and finished landscape installation as indicated on the drawings and specified herein. 2. Work includes. planting soil installation, root barrier installation, finish grading, fertilization and installation of landscape stones as indicated on the plans and details. 1.02 RELATED WORK Coordinate all related work. 1.03 QUALITY ASSURANCE A. Availability of Materials: 1 . When specified landscape material is reportedly not obtainable, submit proof of non-availability and a written proposal for use of similar material. See Section 01600 for substitution request procedures & form. B Analysis and Standards: Package standard products with manufacturer's certified analysis. 1.04 SUBMITTALS A. Submit samples in accordance with Section 01300 and the following: 1 1. Submit one half cubic foot sample of planting soil. Include written statement giving location of properties from which planting sod is to be obtained Soils analysis per Article 1.05. j 2. Root barrier sample. 3. Schedules 4. Certifications: a Submit manufacturer's or vendor's certified analysis for planting soils, amendments and fertilizer material 5. Submit a full analysis by recognized laboratory made in accordance with methods established by the Association of Official Agriculture Chemists, wherever applicable for other products. 1 City Hall Campus 02900 - 1 SECTION 02900 LANDSCAPE 1.05 SOIL TESTING A. For all import planting soil used, first submit a horticultural analysis from a , certified, independent laboratory for the proposed import source. Comply with Article 1.04, Submittals. B. Coordinate, obtain, and pay for soil tests. 1.06 DELIVERY, STORAGE, & HANDLING A. Deliver packaged materials in manufacturer's unopened containers, fully identified by name, brand, type, weight, and analysis. ■ B. Deliver and store materials to prevent damage or intrusion of foreign matter. i 1.07 SITE CONDITIONS , A. Execute work in an orderly and careful manner with due consideration for surrounding areas, plantings, or structures which are to remain. 1 . Protect adjacent property and improvements from work damage. 2. Repair any damage until acceptable to Owner's Representative. B. Protect improvements from damage, soiling, or discoloration. C. Examine finish grades, verify elevations, observe conditions under which t work is to be performed and notify Owners Representative of unsatisfactory conditions. 1 . Maintain grade-set stakes until removal is mutually agreed upon by Owner's Representative and Landscape Subcontractor. 2. Proceed with work only after unsatisfactory conditions have been 1 corrected. D. Excavation: When conditions detrimental to plant growth are encountered, such as adverse drainage conditions, notify Owner's Representative before proceeding. E. Proceed with and complete the landscape work as rapidly as portions of the site become available. F. Utilities: Determine location of utilities and perform work in manner that will avoid possible damage, hand excavate as required. G. Prepare soil only when planting sod is not saturated, muddy or frozen. t 1.08 SEQUENCING/SCHEDULING A. Provide the following notices to the Owner's Representative and Owner: 1 . Before Owner is to assume maintenance responsibility: 7 days. City Hall Campus 02900 - 2 ' SECTION 02900 LANDSCAPE 2. Before time requested for inspection for Substantial Completion: 7 days, in writing. PART 2 - PRODUCTS 2.01 MATERIALS A. Planting Soil: 1 . Provide new planting soil (Pacific Topsoil 3-Way Mix or approved equal) which is fertile, friable natural sandy loam, surface soil, free of subsoil, admixtures or soil amendment, clay lumps or clods of hard earth, brush, weeds, stumps, roots, other litter, stick, stones larger than 1/2" in any direction or other extraneous material or toxic matter harmful to plant growth. Soil shall not be used in a muddy condition. 2. Planting soil required to be stored on site prior to installation will be located in areas designated by Owner's Representative and approved by Owner. B. Excavated Soil: Excavated site soil used in plant pit backfill shall be cleaned of any rock that is greater than 3/4" dimension and other extraneous materials, tested, and amended prior to use. C. Fertilizer: Controlled release commercial fertilizer, tablets or granular form. Complete fertilizer of neutral character, with some elements derived from organic sources and containing the following percentages of available plant nutrients: 1 . For trees and shrubs, provide fertilizer with not less than 10% total ' nitrogen, 10% available phosphoric acid and 10% soluble potash. 2. For lawns, provide fertilizer with the percentage of nitrogen required to provide not less than 1.5 lbs. of actual nitrogen per 1000 sq. ft. of lawn area and not less than 4% phosphoric acid and 2% potassium. Provide nitrogen in a form that will be available to lawn during initial growth: at least 50% of nitrogen to be in organic form. D. Water. Suitable for irrigation, free from ingredients harmful to plant life. E. Root Barrier: City Standard or approved equal. 2.02 SOIL AMENDMENTS A. Soil amendments, as determined by the results of the soil test, shall be organic and shall conform to the following: 1 . Lime: Agricultural dolomitic limestone containing not less than 85% of total carbonates with a minimum of 30% magnesium carbonates, ground so that not less than 90% passes a 10-mesh sieve and not less City Hall Campus 02900 - 3 SECTION 02900 LANDSCAPE than 50% passes a 100-mesh sieve. Neutralizing value: 90% minimum. 2. Gypsum Horticultural grade material. 3. Humus: Use the following: a. Sawdust: A minimum of two years old, well rotted, crumbly and free of weeds, rock, sticks and other extraneous matter. 4. Bone Meal. Commercial, raw, finely ground, 6% nitrogen, and 20% phosphoric acid. 2.03 MIXES The required planting soil and required humus, and fertilizer may be acquired as , a ready-mix planting sod medium composed of 75% loam from a local source, 25% peat, sand and sawdust. Screen through a 1/2" inch screen. 2.04 ACCESSORIES Anti-Desiccant: Emulsion type, film-forming agent designed to permit transpiration but retard excessive loss of moisture from plants, manufactured by "Wilt-Pruf' or approved. 2.05 LANDSCAPE STONE A. Landscape Stones: See Drawings. B. River Rock Mixture: See Drawings. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine for site conditions that will adversely affect execution, permanence, quality of work, and survival of plants and lawns. l B. Begin work required under this section after conditions are satisfactory, start of work denotes acceptance of conditions. C. Verify that grades and slopes of planting and lawn areas ensure positive drainage, and that they are acceptable to Owner's Representative prior to commencing work of this Section. D. Proceed with and complete the planting work as rapidly as portions of the site become available, working within the seasonal limitation for each kind of planting work required. City Hall Campus 02900 -4 SECTION 02900 LANDSCAPE 3.02 PREPARATION A. Protection: Protect adjacent property and site improvements from damage, including staining, soiling, or discoloring, and replace portions damaged through this operation. B. Surface Preparation: 1 . Locate, and securely mark or flag irrigation sprinkler heads, area drains, catch basins, cleanouts, manholes, valve boxes, and other site improvements not extending more than 6 inches above finish grade. 2. Grading: a. Verify subgrade elevations with Owner's Representative prior to placement of planting soil. b. Limit fine grading to areas ready for planting. c. Bring shrub and groundcover planting areas and lawn areas to relatively smooth, even grades, and slopes by dragging, hand raking, and other appropriate methods. Water thoroughly to assure settlement. d. Establish vertical curves or rounding at abrupt changes in slope to provide a smooth and gradual grade transition. 3. Remove gravel, sand, debris, and other deleterious materials from planting areas. Remove existing soil as necessary to place planting sod mixes to the depths specified. 3.03 PLACING PLANTING SOIL A. Planting Soils - General: 1 . Soil Placement: a. Place and spread planting soil over approved areas to a depth sufficiently greater than the depth required so that after light rolling and watering, the complete work will conform to the lines, grades and elevations indicated, and shall assure proper drainage in an uninterrupted pattern free of hollows and pockets. 2. Mix specified soil amendments and fertilizers with planting soil at rates recommended by soil tests. 3. Delay mixing of fertilizer if planting will not follow placing of planting soil within a few days. 4. For pit and trench backfill, mix necessary soil amendments before backfilling. 5. For planting beds: Mix planting soil prior to planting or apply on surface of planting soil and mix thoroughly before planting. 6. Mix lime with dry soil prior to mixing of fertilizer. 7. Prevent lime from contacting roots of acid-loving plants. * City Hall Campus 02900 - 5 SECTION 02900 , LANDSCAPE B. Tilling and Subgrade Preparation: 1 . For on-grade planting areas: subgrade soil of planting beds shall be tilled to a minimum depth of 6 inches using a cultimulcher or similar equipment, and approved by Owner's Representative before planting soil is added. Remove stones, gravel, sticks, rubbish and other extraneous matter Certain areas, around protected tree roots are limited to a 4" depth of tilling. 2. Install planting soil in maximum 6" lifts and as follows: install 1/2 specified planting soil depth over tilled subgrade soil. Lightly till this lift to blend with subgrade soil then install second planting soil lift and lightly compact to specified density. Maximum sub-grade and soil , compaction in planting areas, including those around the building perimeter, shall not exceed 80%. 3. Place any necessary soil amendments and fertilizer, spread evenly and thoroughly mix/till into the bed to a depth of 4"-6". 4. Water thoroughly to assure moist soil condition prior to plant installation. C. Finish Grade of Planting Areas: 1 . Finish grade criteria shall meet the following depths and conditions. a. Planting Beds Fill shrub beds to meet required grades. Planting soil: 12" minimum, additional as needed to meet grades, hold 1- 1/2" below adjacent paved walks, curbs, and planter walls. Certain areas, around tree roots are limited to a 4" depth of tilling with 2" depth of imported planting soil as noted on the drawings. 2. Verify that grades and slopes of planting and lawn areas provide positive drainage, and that they are acceptable to Owner's Representative prior to commencing. 3. Ensure grading will allow adequate depth for installation of specified I mulch layer at shrub areas. D. Protect all adjacent property and site improvements from work damage, including staining, soiling, or discoloring and replace portions damaged through this operation. 3.04 SURFACE DRAINAGE OF PLANTING AREAS Assume responsibility for properly draining planting areas. Bring discrepancies in Drawings or Specifications, obstructions on site, or prior work done which precludes establishing proper surface or subsurface drainage, immediately to attention of Owner's Representative for correction or relief. , 3.05 PLANT PIT PERCOLATION TESTING A. 72 hours prior to planting trees, fill plant pits to top with water If water has not drained by more than 95% within 24 hours, do not plant trees and bring this to immediate attention of Owner's Representative. City Hall Campus 02900 - 6 SECTION 02900 LANDSCAPE B. For plant pits that do not drain within 24 hours install a drainage sump in the plant pit, or provide a drain to an adjacent draining pit. Re-test plant pit to ensure proper drainage before planting tree. C. Submit written results of each plant pit percolation test with locations, date and time of test to Owner's Representative. D. If rock or underground obstructions are encountered in excavation of plant pits, acceptable alternate locations may be used at option of Owner's Representative. Digging alternate plant pits shall be at no cost to the Owner 3.06 INSTALLATION A. Landscape Stone: 1. See general notes on drawings regarding submittals, schedule, and work plan Do no work until approved as noted. 2. Prior to beginning work, Contractor to visit quarry or stone yard with Owner's Representative to select all stone. 3. Install landscape stone as shown in plans and details. Owner's Representative will be in field to review all stone installation. 4. All field review for Owner's Representative must be scheduled 21 days in advance by landscape contractor. 3.07 PROTECTION A. Comply with tree protection construction fencing requirements for this project. 1 B. Protect landscape work and materials from damage due to landscape operations, operations by other contractors, trades, and trespassers. 1 . Maintain protection during installation and maintenance periods. 2. Treat, repair or replace damaged landscape work as directed. 3.08 CLEANING A. Keep project site free from accumulation of debris, planting soil and other materials. B. Remove planting soil and backfill mixes from walks and paving on a daily basis. C. Broom and hose down areas daily as necessary to maintain clean pavement. END OF SECTION City Hall Campus 02900 - 7 SECTION 03100 CONCRETE FORMWORK PART 1 —GENERAL 1.01 WORK INCLUDED , A. Formwork for cast-in-place concrete. B Form accessories. C. Stripping forms. 1.02 RELATED WORK A. Related work in other parts of these Specifications includes but is not limited to: 1. Section 03200 - Concrete Reinforcement. 2. Section 03312 - Cast-In-Place Concrete. i 1.03 REFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings. B ACI 318 C. ACI 347 - Recommended Practice for Concrete Formwork. D. APA PS 1 - Product Standard Plywood Product Standard Handbook for Construction and Industrial Plywood 1.04 SYSTEM DESCRIPTION Design, engineer, and construct formwork to meet design and code requirements, and so that resultant concrete conforms to required shapes, lines, and dimensions. 1.05 QUALITY ASSURANCE Construct and erect concrete f ormwork in accordance with ACI 301, 318, and 347. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver form materials in manufacturer's packaging with installation instructions. City Hall Campus Improvements 03100 - 1 SECTION 03100 CONCRETE FORMWORK B. Store above ground on framework or blocking in ventilated and protected area to prevent deterioration from moisture or other forms of damage PART 2 MATERIALS 2.01 FORM MATERIALS A. Earth forms not permitted unless specifically indicated on drawings. B. Plywood: Sound, undamaged sheets with straight edges. Use Medium Density Overlay (MDO) or High Density Overlay (HDO) Plywood for exposed concrete forms. C. Steel Minimum 16 gauge (1.5 mm) sheet, well matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. 2.02 FORMWORK ACCESSORIES 1 A. Form Ties: Free of defects that will leave holes no larger than 1 '/4 inches (32 mm) diameter in concrete surface. Strength shall be consistent with spacing, placement rate. B. Woodspacer, site fabricated form ties and wire ties are not acceptable. C. Form Release Agent: Material which will not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete. D. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of strength and character to maintain formwork in place for duration of concrete placement and set. PART 3—EXECUTION 3.01 INSPECTION Verify lines levels and measurements before proceeding with formwork. 3.02 PREPARATION A. Inspect all contact surfaces prior to concrete placement. Verify that surfaces are clean, smooth and free from foreign matter or imperfections affecting appearance of finished concrete. Hand trim sides and bottoms of earth forms. Remove loose dirt prior to placing concrete. City Hall Campus Improvements 03100 - 2 SECTION 03100 CONCRETE FORMWORK B. Minimize form joints. Symmetrically align points. C. Arrange a nd a ssemble f ormwork t o p ermit stripping, s o t hat c oncrete i s not damaged during removal of formwork. D. Arrange forms to allow stripping without removal of principal shores, where required to remain in place. E. Before erection of forming, plug and seal all cracks, holes, slits, gaps, and other"telegraphing" imperfections in formwork contact surfaces. 3.03 ERECTION A. Provide bracing to ensure stability of formwork. Strengthen formwork liable to be overstressed by construction loads. B. Provide temporary ports in formwork to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. Close ports with tight fitting panels, flush with inside face of forms, neatly fitted so that joints will not be apparent in exposed concrete surfaces C. Construct formwork to maintain tolerances in accordance with ACI 301. D. Compacted fill shall not be placed over concrete structures until concrete has reached design strength. 3.04 APPLICATION OF FORM RELEASE AGENT Apply form release agent on formwork in accordance with manufacturer's instructions. Apply prior to placing reinforcing steel, anchoring devices and embedded items. 3.05 INSERTS AND EMBEDDED PARTS ' A. Provide formed openings where required for work embedded in or passing through concrete. B. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. C. Install accessories in accordance with manufacturer's instructions, level and plumb Ensure items are not disturbed during concrete placement. City Hall Campus Improvements 03100 - 3 SECTION 03100 CONCRETE FORMWORK 3.06 FORM REMOVAL ' A. Remove load-supporting forms when concrete has attained 75% of required 28-day compressive strength. B. Remove formwork progressively so no unbalanced loads are imposed on structure. C. Do not damage concrete surfaces during form removal. 3.07 CLEANING A. Clean forms to remove foreign matter as erection proceeds. B Ensure that water and debris drain to exterior through cleanout ports. C. During cold weather, remove ice and snow from forms. Do not use deicing salts. Do not use water to clean out competed forms, unless formwork and construction proceed within heated enclosure. Use compressed air to remove foreign matter. END OF SECTION City Hall Campus Improvements 03100 -4 SECTION 03200 ' CONCRETE REINFORCEMENT PART 1 —GENERAL 1.01 WORK INCLUDED A. Reinforcing steel bars and fabricated steel bar or rod mats for cast-in- place concrete. B. Support chairs, bolsters, bar supports and spacers for supporting reinforcement. 1.02 RELATED WORK A. Related work in other parts of these Specifications includes but is not limited to: 1. Section 03100 - Concrete Formwork 2. Section 03312 - Cast-In-Place Concrete 1.03 STANDARDS A. ACI 301 - Specifications for Structural Concrete for Buildings B. ACI 315 - Details and Detailing of Concrete Reinforcement. C. ANSI/AWS D1.4 - Structural Welding Code Reinforcing Steel D. ASTM A 615 - Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ■ E. CRSI - Manual of Practice j F. CRSI 63 - Recommended Practice for Placing Reinforcing Bars G. CRSI 65 -Recommended Practice for Placing Bar Supports, Specifications and Nomenclature 1.04 QUALITY ASSURANCE A. Perform concrete reinforcement work in accordance with CRSI Manual of Standard Practice. B. Conform to ACI 315, "Manual of Standard Practice for Density Reinforced Concrete Structures." City Hall Campus Improvements 03200 - 1 , SECTION 03200 CONCRETE REINFORCEMENT 1.05 SUBMITTALS A. Submit shop drawings under provisions of the section. B. Shop drawings shall indicate sizes, spacing, locations and quantities of reinforcing steel, bending and cutting schedules, splicing, stirrup spacing, supporting and spacing devices. PART 2 PRODUCTS 2.01 MATERIALS Reinforcing Steel: ASTM A 615, 60 ksi (414 mPa) yield grade billet-steel deformed bars, uncoated finish. 2.02 ACCESORY MATERIALS A. Tie Wire: Minimum 16 gauge (1.5 mm) annealed type. B. Chairs, B olsters, B ar Supports, Spacers: S ized a nd s haped for strength and support of reinforcement during installation and placement of concrete. 2.03 FABRICATION A. Fabricate in accordance with ACI 315, providing concrete cover specified in the contract plans. B. Locate reinforcing splices not indicated on drawings at points of minimum stress. Indicate location of splices on shop drawings PART 3—EXECUTION 3.01 INSTALLATION A. Before placing concrete, clean reinforcement of foreign particles or coatings. B. Place, support and secure reinforcement against displacement Do not deviate from alignment or measurement. C. Weld reinforcing steel only where indicated on the drawings unless authorized by the Owner. Welding shall be performed in accordance with ANSI/AWS D 1 .4. END OF SECTION City Hall Campus Improvements 03200 - 2 SECTION 03301 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in-place concrete, including reinforcement, concrete materials, mix design, placement procedures, and finishes. B Related Sections include the following. 1. Division 2 Section "Earthwork" for drainage fill under slabs-on-grade. 1.3 SUBMITTALS r A. General: In addition to the following, comply with submittal requirements in ACI 301, B. Product Data: For each type of manufactured material and product indicated C Design Mixes For each concrete mix. 1.4 QUALITY ASSURANCE A. Installer Qualifications An experienced installer who has completed concrete work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance B Manufacturer Qualifications, A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment C. Source Limitations. Obtain each type of cement of the same brand from the , same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer D. Comply with ACI301, "Specification for Structural Concrete," including the following, unless modified by the requirements of the Contract Documents , City Hall Campus Improvements 03301 - 1 ' SECTION 03301 CAST-IN-PLACE CONCRETE 1. General requirements, including submittals, quality assurance, acceptance of structure, and protection of in-place concrete 2. Formwork and form accessories. 3. Steel reinforcement and supports. 4. Concrete mixtures 5. Handling, placing, and constructing concrete. PART 2 - PRODUCTS 2.1 FORMWORK Furnish formwork and form accessories according to ACI 301. 2.2 STEEL REINFORCEMENT A Reinforcing Bars- ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. B. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into flat sheets. 2.3 CONCRETE MATERIALS A Portland Cement. ASTM C 150, Type 1-II B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding 1-1/2- inch (38-mm) nominal size. C. Water: Potable and complying with ASTM C 94. ' 2.4 ADMIXTURES A General: Admixtures certified by manufacturer to contain not more than 0 1 percent water-soluble chloride ions by mass of cement and to be compatible with other admixtures Do not use admixtures containing calcium chloride B. Air-Entraining Admixture- ASTM C 260. C. Water-Reducing Admixture ASTM C 494, Type A. City Hall Campus Improvements 03301 - 2 SECTION 03301 CAST-IN-PLACE CONCRETE 2.5 RELATED MATERIALS A Vapor Retarder. Multi-ply reinforced polyethylene sheet, ASTM E 1745, Class C, not less than 20 mils thick, or polyethylene sheet, ASTM D 4397, not less than 20 mils thick B Joint-Filler Strips ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or self-expanding cork. 2.6 CURING MATERIALS A. Absorptive Cover- AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz /sq yd. (305 g/sq. m) dry. B. Water. Potable 2.7 CONCRETE MIXES A. Comply with ACI 301 requirements for concrete mixtures. B. Prepare design mixes, proportioned according to ACI 301, for normal-weight concrete determined by either laboratory trial mix or field test data bases, as follows* 1. Compressive Strength (28 Days). 3000 psi (20 7 MPa). 2. Slump. 4 inches (100 mm). C Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 5 0 percent within a tolerance of plus 1.0 or minus 1.5 percent. 2.8 CONCRETE MIXING A. Ready-Mixed Concrete Comply with ASTM C 94 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes, when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes City Hall Campus Improvements 03301 - 3 j SECTION 03301 CAST-IN-PLACE CONCRETE PART 3 - EXECUTION 3.1 FORMWORK Design, construct, erect, shore, brace, and maintain formwork according to ACI 301. 3.2 STEEL REINFORCEMENT Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement 3.3 JOINTS A General Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints Locate and install so as not to impair strength or appearance of concrete, at locations indicated or as approved by Architect. C Isolation Joints. Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated D Contraction (Control) Joints in Slabs-on-Grade Form weakened-plane contraction joints, sectioning concrete into areas as indicated Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to a radius of 1/8 inch (3 mm). Repeat grooving of contraction joints after applying surface finishes Eliminate groover marks on concrete surfaces 2. Sawed Joints Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. City Hall Campus Improvements 03301 - 4 SECTION 03301 CAST-IN-PLACE CONCRETE 3.4 CONCRETE PLACEMENT A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. B Do not add water to concrete during delivery, at Project site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.5 FINISHING FORMED SURFACES A. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams Repair and patch tie holes and defective areas Completely remove fins and other projections. 1 Apply to concrete surfaces exposed to public view or to be covered with a , coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting 2. Do not apply rubbed finish to smooth-formed finish B. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated 3.6 FINISHING UNFORMED SURFACES A. General Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on the surface 1. Do not further disturb surfaces before starting finishing operations C. Trowel Finish, Apply a hard trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry the set over a cleavage membrane, paint, or another thin film- finish coating system. City Hall Campus Improvements 03301 - 5 SECTION 03301 CAST-IN-PLACE CONCRETE 3.7 TOLERANCES Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials " 3.8 CONCRETE PROTECTION AND CURING A General Protect freshly placed concrete from premature drying and excessive cold or hot temperatures Comply with ACI 306 1 for cold-weather protection, and follow recommendations in ACI 305R for hot-weather protection during curing B. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface C. Curing Methods: Cure formed and unformed concrete for at least seven days by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows* 1. Moisture Curing Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water-fog spray. C. Absorptive cover, water saturated and kept continuously wet Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorptive covers 3.9 FIELD QUALITY CONTROL A. Testing Agency Owner will engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement Tests will be performed according to ACI 301. 1 Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd (4 cu m), but less than 25 cu yd (19 cu m), plus one set for each additional 50 cu. yd (38 cu m) or fraction thereof 2. Testing Frequency Obtain at least one composite sample for each 100 cu yd (76 cu. m) or fraction thereof of each concrete mix placed each day City Hall Campus Improvements 03301 - 6 SECTION 03301 CAST-IN-PLACE CONCRETE 3.10 REPAIRS Remove and replace concrete that does not comply with requirements in this Section END OF SECTION City Hall Campus Improvements 03301 - 7 SECTION 03310 CONCRETE CURBS & PAVING PART 1 — GENERAL 1.01 DESCRIPTION OF WORK Work in this section includes furnishing all materials, labor, equipment, and incidentals necessary to prepare, place, and finish concrete work. A. Concrete flatwork. B. Concrete curbing C. Installation of Tree Grate frame 1.02 RELATED WORK SPECIFIED ELSEWHERE SECTION 02200 - EARTHWORK SECTION 02831- CHAINLINK FENCING SECTION 02860 — INFILLED SYSTHETIC TURF SECTION 02900 - PLANTING 1.03 QUALITY ASSURANCE Owner's testing laboratory will perform sampling and testing during concrete placement, which may include the following, as directed by the Owner or Owner's Representative This testing does not relieve the Contractor of responsibility of providing concrete in compliance with specifications Contractor will perform testing as specified Owner will specify Test Laboratory and pay for the tests. A. Sampling: ASTM C 172 B. Slump- ASTM C 143, one test for each load at point of discharge. C Air Content: ASTM C 173, one for each set of compressive strength specimens. D. Compressive Strength ASTM C 39, one set for each 50 cu. yds or fraction thereof of each class of concrete, one specimen tested at 7 days, one specimen tested at 14 days and one tested at 28 days, and one retained for later testing if required E. Contractor will stake layout location for all paving and surfacing on the site for approval by the Owner or Owner's Representative prior to construction City Hall Campus Improvements 03310 - 1 SECTION 03310 , CONCRETE CURBS & PAVING 1.04 PROTECTION A. Do not place concrete during rain, unless adequate protection is provided and approval is obtained Any concrete damaged by rain shall be removed and replaced by the Contractor at no additional expense to the Owner B. Place no concrete when ground is frozen or when temperature is expected to fall below 45 degrees Fahrenheit within 72 hours of pour PART 2 — PRODUCTS 2.01 CONCRETE CURBS AND FLATWORK All concrete shall have a compressive strength of 3,500 psi at 28 days with a maximum slump of four inches All concrete shall be air-entrained A. Cement Portland cement will conform to the requirements of ASTM C-994, Type A i B. Concrete mix will be 6 (six) sack water reducing ad-mixture. C Aggregates: Concrete aggregates shall conform to the requirements of ASTM Designation C 33 Maximum size to be 3/". I D. Water Clear potable water free from injurious amounts of oil, salts, alkali, organic matter, or other deleterious substances. E Air entrainment agents shall conform to ASTM C-260. Concrete will have 5- '/z% (plus or minus 1%) entrainmened air Daren, Sika, or approved equal 2.02 EXPANSION JOINTS Premolded asphalt expansion joints, 3/8" thick. 2.03 BASE COURSE Crushed surfacing base course material is 3/8" minus crushed rock See Specification 02610 Section 2 04B Minimum depth of Base Course Material will be 6" in all instances 2.04 FORM MATERIALS , Use for all exposed work: New "Plyform" grade Douglas Fir, edge sealed and factory treated with form sealer If forms are not new obtain approval before using. Provide form materials with sufficient stability to withstand pressure of placed concrete without bow or deflection. City Hall Campus Improvements 03310 - 2 SECTION 03310 CONCRETE CURBS & PAVING 2.05 REINFORCING MATERIALS A. Deformed reinforcing bars ASTM A 615, Grade 60 unless otherwise indicated B. Welded Wire Fabric: ASTM A185 2.06 TREE GRATE FRAME Tree Grate Frame will be square Cast Ductile Iron for KIVA-SQ grate by Urban Accessories, Woodinville, WA. Obtain approval for tree grate frames from Owner before purchase and installation PART 3 - EXECUTION 3.01 CONCRETE A Notification: Notify Owner minimum of 48 hours notice before placing concrete. B Ready-Mix Concrete: Ready-mix concrete shall be batched at a central batching plant and transit-mixed in truck mixers, in accordance with the requirements of ASTM Designation C94. The Contractor shall furnish batching weights of all ingredients per cubic yard when so requested The total elapsed time between introduction of mixing water to the batch and placing the concrete shall not exceed sixty minutes. C Concrete Consistency: Concrete shall be of a consistency suitable for satisfactory placement. Slump for concrete shall be as specified above The water-cement ratio shall be maintained to produce concrete of the strength specified D Placing Concrete Convey concrete from mixer to place of final deposit by methods that will prevent separation and loss of materials Deposit concrete as nearly as possible in its final position to avoid segregation due to re- handling and flowing Concrete will be deposited in uniform horizontal layers, avoiding inclined planes. Each layer will be placed before the previous layer 1 has taken its initial set Maintain a minimum 2" concrete cover over mesh material Concrete shall be compacted as it is placed, to obtain maximum density and to eliminate voids and rock pockets, by means of hand spading, rodding, and tamping as required Reinforced Steel: Accurately place all reinforced steel with a minimum 2" cover City Hall Campus Improvements 03310 - 3 SECTION 03310 CONCRETE CURBS & PAVING Place concrete only after all preparations for placing have been made by the Contractor and when the Owner or Owner's Representative has approved the layout and installation of forms and reinforcements. Rate of concrete placement shall not exceed rate at which the various placing and finishing operations can be performed in accordance with these specifications Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placement or curing. In hot weather, comply with ACI 305. 3.02 SUBGRADE Prepare subgrade according to Section 02966 of these specifications. Compact subgrade to 95% maximum dry density per ASTM D1557, modified Proctor, prior to placement of crushed rock base courses. 3.03 FORMS A. Place forms to conform to shapes, lines and dimensions shown on drawings Hold lines plumb, straight and true Make forms tight to prevent leakage Forms previously used shall be thoroughly cleaned of all dirt, mortar, and foreign matter before being used Piecing form boards with narrow battens or scabs, to compensate for insufficient board width shall not be permitted B Forms shall be held rigidly in place by steel stakes and shall be of sufficient strength to resist springing out of shape during the placing of concrete Ties, clamps, spreaders and braces shall be used where required to ensure rigidity of the forms C. Leave forms in place for sufficient length of time to insure rigidity and safety of construction. 3.04 BASE COURSE A. Install crushed surface rock base course to six-inch compacted depth, maintain finish grade of base course, and compact to 95% maximum dry density. Base Course will be a minimum of 6" for all concrete work B Base course will be tested prior to installation of any concrete. Any areas not meeting specification will be re-worked and checked again before notice to proceed is given City Hall Campus Improvements 03310 - 4 SECTION 03310 CONCRETE CURBS & PAVING 3.05 REINFORCEMENT Reinforcing Mesh Accurately place all concrete reinforcing mesh, secure in position and support by concrete blocks, metal chairs, spacers, or hangers to prevent displacement in excess of the following tolerances Gap mesh 6" minimum. 3.06 TREE GRATE FRAME INSTALLATION Install as per plans and manufacturer's recommendations. 3.07 CONCRETE AND FLATWORK FINISHING �■ A. Prior to removal of face forms, the top surfaces shall be finished true to ' grade by means of straightedge float. Distribute concrete as required to remove surface irregularities and refloat repaired areas to provide a continuous, smooth finish. Grade tolerance shall be within 1/8" in ten feet as determined by a ten-foot straightedge placed anywhere on the slab in any direction except at grade changes B. Control Joints will be %" width by '/z" depth saw cut. Place Control Joints five (5) feet on center. C Finishes: 1. Finish for flatwork will be medium broom finish 2. Curb top will be a smooth sand float finish. 3.08 CURING Begin initial curing as soon as free water has disappeared from exposed surfaces Where possible, keep continuously moist for not less than 72 hours. Continue curing by use of moisture-retaining cover or membrane-forming curing compound Cure formed surfaces by moist curing until forms are removed. Provide protections as required to prevent damage to exposed concrete surfaces. 3.09 FORM REMOVAL Forms will be removed while concrete is still sufficiently green to receive sacked finish but sufficiently cured to insure against loss of concrete strength or damage City Hall Campus Improvements 03310 - 5 SECTION 03310 CONCRETE CURBS & PAVING 3.10 WORKMANSHIP Work shall be done in a thorough manner, producing first class work in all respects Provide uniform dense concrete of required strengths with uniform homogeneous color Where concrete is to be exposed, correct all imperfections of material and workmanship to provide specified finished appearance. 3.11 REPLACEMENT OF NON-CONFORMING WORK Any concrete not formed as indicated or which is not in alignment or in compliance with grading tolerances specified herein shall be removed and replaced by the Contractor at his expense. Surfaces that show excessive shrinkage, cracks, or improper curing shall be removed and replaced by the Contractor at his expense. Paving shall be free of puddles and "birdbaths" 3.12 CONCRETE REPAIRS: A. Use 1.3 cement-sand grout to fix defects in curbs where applicable. B. Repair or remove concrete where surfaces have cracks, spalls, air bubbles, rock pockets, fins or other projections Owner or Owner's Representative will check finished concrete for approval. END OF SECTION i 1 City Hall Campus Improvements 03310 - 6 , I SECTION 03345 CONCRETE FINISHES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Work includes but is not limited to the following: 1. Broom finish 2. Sandblasted finish. ' 3. Integral color concrete. 1.02 RELATED SECTIONS Coordinate related work specified in other parts of the Project Manual. 1 1.03 QUALITY ASSURANCE A. Requirements of Regulatory Agencies (current as of Project Manual): 1 Perform work in accordance with ACI 303R-Guide to Cast-In-Place Architectural Concrete ■ B. Sample Panels - See Section 01300. j 1. Provide samples of each finish as follows: a. Make each sample panel at least 2" thick, 2'-0 wide, and 2'-0 long. b. Submit samples showing light, medium, and heavy broom finish for review c. Submit samples showing light, medium, and heavy sandblasted finish for review. d. Submit samples of all concrete types 2. Affix a permanent identification to each panel, showing the date of finishing and name of finishing company and personnel, and showing the type finish represented by the sample Place panels on site for review 3. Provide additional samples as required to secure the Architect's review of proposed finishes. 1.04 SEQUENCING/SCHEDULING Phase-in properly with Architect's reviewed/accepted Construction Schedule/01310 PART 2 - PRODUCTS 2.01 GENERAL Comply with Quality Assurance provisions, Specifications, and Manufacturer's data Where these may be in conflict, the more stringent requirements govern. City Hall Campus 03345 - 1 SECTION 03345 CONCRETE FINISHES 2.02 PRODUCTS AND EQUIPMENT A Materials required to produce selected finish 1. Cement, Water, Admixtures Specified in Section 03300. 2. Cement Color Integral Color Mix by Davis Colors, Tel 1-800-356- 4848, 3. Sealer See Section 03300 4. Sandblasted Concrete Blasting nozzle, compressor, lines, hoses, and blasting compounds to match finish samples Size of blasting sand to be determined by reviewed sample panel. 5 Provide all equipment, tools, methods, and accessory items required 6. Provide necessary protective safety devices. PART 3 - EXECUTION 3.01 EXAMINATION Verify installation conditions as satisfactory to receive work of this Section Do not install until unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions as satisfactory 3.02 APPROVAL Obtain approval of methods and procedures from environmental authorities. 3.03 APPLICATION A. General: 1 Screed to true levels and slopes. 2 Tool all edges of concrete 3 Machine toweling will be permitted provided that maximum specified tolerance is not exceeded 4. Perform scoring indicated and/or specified Maintain all control and expansion joints 5. Protection Dunng Sandblasting: a. Protect personnel and adjacent property from damage or injury during blasting operation. b. Provide enclosures and barriers for masking adjacent surfaces and for confining and collecting dust and debris. City Hall Campus 03345 - 2 I SECTION 03345 CONCRETE FINISHES B. Edge forms and screeds. Set edge forms and intermediate screed accurately to produce designed elevations and contours in finished surfaces Build sufficiently strong to support vibrating bridge screeds or roller pipe screeds if required for specified finish Align concrete surface to contours of screed strips by use of strike-off templates or reviewed compacting type screeds All concrete requiring finishing to be protected from rain or snow during finishing operations C. Slab Tolerance* 1 Surface Flatness: Maximum deviation of floor surface is to be on hump or valley of maximum in any 10 foot length and 1/8-inch maximum in any 5 foot length, as measured by a straight edge No more than two 1/8-inch humps or valleys shall occur in any 10-foot jlength. D. Finishes 1. Broom-Finish Finish to match approved samples. 2. Sandblasted Finish Finish to match approved samples ' E. Slopes to Drain True to line, evenly graded, 3/16 per foot unless noted otherwise Slope all exterior work away from building. All surfaces to drain properly. F. Defective Work. Promptly remove and replace, when directed, slabs which show excessive shrinkage cracks, and any slabs which do not drain properly. G. Provide uniform finish to concrete closely matching color and texture of reviewed sample Apply finishes matching approved sample END OF SECTION City Hall Campus 03345 - 3 SECTION 04810 MASONRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this , Section. 1.02 SUMMARY A. This Section includes unit masonry assemblies consisting of the following- 1 Brick 2 Mortar and grout. 1.03 SUBMITTALS A. Samples for Initial Selection: For the following: 1 Colored mortar Samples showing the full range of colors available B. Samples for Verification For the following: 1 Colored mortar Samples for each color required, showing the full range of colors expected in the finished construction Make samples using the same sand and mortar ingredients to be used on Project 2. Weep holes/vents in color to match mortar color C. List of Materials Used in Constructing Mockups. List generic product names together with manufacturers, manufacturers' product names, model numbers, lot numbers, batch numbers, source of supply, and other information as required to identify materials used Include mix proportions for mortar and grout and source of aggregates. 1. Submittal is for information only Neither receipt of list nor approval of mockup constitutes approval of deviations from the Contract Documents, unless such deviations are specifically brought to the attention of the Owner's Representative and approved in writing D. Material Test Reports: From a qualified testing agency indicating and interpreting test results of the following for compliance with requirements indicated 1. Grout mixes complying with compressive strength requirements of ASTM C 476 Include description of type and proportions of grout ingredients City Hall Campus 04810 - 1 SECTION 04810 MASONRY E. Cold-Weather Procedures: Detailed description of methods, materials, and equipment to be used to comply with cold-weather requirements i 1.04 QUALITY ASSURANCE A. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform quality, including color for exposed masonry, from one manufacturer for each cementitious component and from one source or producer for each aggregate B. Mockups Before installing unit masonry, build mockups to verify selections made under sample Submittals and to demonstrate aesthetic effects Build mockups to comply with the following requirements, using materials indicated for the completed Work C. Mockups- Before installing unit masonry, build mockups to verify selections made under sample Submittals and to demonstrate aesthetic effects and qualities of materials and execution Build mockups to comply with the following requirements, using materials indicated for the completed Work 1. Locate mockups in the locations indicated or, if not indicated, as directed by Owner's Representative 2. Build mockup of typical wall area as shown on Drawings. 3. Notify Owner seven days in advance of dates and times when mockups will be constructed 4. Protect accepted mockups from the elements with weather-resistant membrane. 5. Maintain mockups during construction in an undisturbed condition as a standard fortudging the completed Work 6. Approval of mockups is for color, texture, and blending of masonry units, relationship of mortar and sealant colors to masonry unit colors; tooling of joints, and aesthetic qualities of workmanship 7. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion 1.05 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet, do not install until they are dry B Store cementitious materials on elevated platforms, under cover, and in a dry location Do not use cementitious materials that have become damp City Hall Campus 04810 - 2 SECTION 04810 MASONRY C. Store aggregates where grading and other required characteristics can be maintained and contamination avoided 1.06 PROJECT CONDITIONS A. Protection of Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. Cover partially completed masonry when construction is not in progress. B Stain Prevention- Prevent grout, mortar, and soil from staining the face of masonry to be left exposed or painted Immediately remove grout, mortar, and soil that come in contact with such masonry 1. Protect base of walls from rain-splashed mud and from mortar splatter by coverings spread on ground and over wall surface 2. Protect surfaces of window and door frames, as well as similar products with painted and integral finishes, from mortar droppings PART 2 - PRODUCTS ' 2.01 BRICK A. General: Provide shapes indicated and as follows for each form of brick required 1. Use Brick salvaged from site 2.02 MORTAR AND GROUT MATERIALS A. Portland Cement-Lime Mix: Packaged blend of portland cement complying with ASTM C 150, Type I or Type III, and hydrated lime complying with ASTM C 207 B. Mortar Cement: 1. For pigmented mortar, use a colored cement formulation as required to produce the color indicated or, if not indicated, as selected from manufacturer's standard formulations a. Pigments shall not exceed 10 percent of portland cement by weight for mineral oxides nor 2 percent for carbon black b. Pigments shall not exceed 5 percent of mortar cement by weight for mineral oxides nor 1 percent for carbon black City Hall Campus 04810 - 3 i SECTION 04810 MASONRY PART 3 - EXECUTION 3.01 EXAMINATION A. Examine conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance 1. Verify that foundations are within tolerances specified. 2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION, GENERAL A. Cut masonry units with motor-driven saws to provide clean, sharp, unchipped edges. Cut units as required to provide a continuous pattern and to fit adjoining construction Where possible, use full-size units without cutting Allow units cut with water-cooled saws to dry before placing, unless wetting of units is specified Install cut units with cut surfaces and, where possible, cut edges concealed B. Select and arrange units for exposed unit masonry to produce a uniform blend of colors and textures 3.03 CONSTRUCTION TOLERANCES For exposed bed joints, do not vary from thickness indicated by more than plus or minus 1/8" 3.04 LAYING MASONRY WALLS Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement-type joints, returns, and offsets Avoid using less-than-half-size units, particularly at corners, jambs, and, where possible, at other locations. 3.05 MORTAR BEDDING AND JOINTING A. Lay solid brick-size masonry units with completely filled bed and head joints, butter ends with sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed joints or slush head joints. B. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than the joint thickness, unless otherwise indicated City Hall Campus 04810 - 4 SECTION 04810 MASONRY 3.06 REPAIRING, POINTING, AND CLEANING A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or that do not match adjoining units Install new units to match adjoining units; install in fresh mortar, pointed to eliminate evidence of replacement B. Pointing During the tooling of joints, enlarge voids and holes, except weep holes, and completely fill with mortar Point up joints, including corners, openings, and adjacent construction, to provide a neat, uniform appearance Prepare joints for sealant application C In-Progress Cleaning Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints D Final Cleaning. After mortar is thoroughly set and cured, clean exposed masonry as follows. 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels 2 Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for comparison purposes. Obtain Owner's Representative's approval of sample cleaning before proceeding with cleaning of masonry. END OF SECTION City Hall Campus 04810 - 5 SECTION 06100 ROUGH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Special Provisions and Division 1 Specification Sections, apply to this Section 1.2 SUMMARY A This Section includes the following- 1. Framing with dimension lumber. 2. Wood blocking, nailers and ledgers 3. Sheathing. 1.3 DEFINITIONS A. Rough Carpentry. All Carpentry work not specified in other Sections, unless otherwise indicated B Exposed Framing Dimension lumber not concealed by other construction. C. Lumber grading agencies, and the abbreviations used to reference them, include the following 1 WCLIB - West Coast Lumber Inspection Bureau. 2. WWPA - Western Wood Products Association 1.4 SUBMITTALS A Product Data For each type of process and factory-fabricated product Indicate component materials and dimensions and include construction and application details B Material Certificates- For dimension lumber specified to comply with minimum allowable unit stresses Indicate species and grade selected for each use and design values approved by the American Lumber Standards Committee Board of Review. C. Research/Evaluation Reports- For the following, showing compliance with building code in effect for Protect- 1 Preservative-treated wood. 2 Power-driven fasteners City Hall Campus Improvements 06100 - 1 SECTION 06100 t ROUGH CARPENTRY 3. Powder-actuated fasteners 4. Metal framing anchors 1.5 DELIVERY, STORAGE, AND HANDLING A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation Provide for air circulation around stacks and under coverings. B. Source Limitations for Fire-Retardant-Treated Wood: Obtain each type of fire- retardant-treated wood product through one source from a single producer PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following. 1. Metal Framing Anchors: a. Simpson Strong-Tie Company, Inc. 2.2 WOOD PRODUCTS, GENERAL A Lumber: DOC PS 20 and applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 3. 4. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2-inch nominal thickness or less, unless otherwise indicated B. Wood Structural Panels: 1. Plywood DOC PS 1 unless otherwise indicated. 2. Thickness: As needed to comply with requirements specified but not less than thickness indicated 3. Comply with "Code Plus" provisions in APA Form No E30K, "APA Design/Construction Guide Residential & Commercial." 4. Factory mark panels according to indicated standard City Hall Campus Improvements 06100 - 2 SECTION 06100 ROUGH CARPENTRY 2.3 WOOD-PRESERVATIVE-TREATED MATERIALS A. Preservative Treatment by Pressure Process AWPA C2 (lumber) and AWPA C9 (plywood), except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX) 1. Preservative Chemicals Acceptable to authorities having jurisdiction. B. Kiln-dry material after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood Do not use material that is warped or ' does not comply with requirements for untreated material C. Mark each treated item with the treatment quality mark of an inspection agency approved by the American Lumber Standards Committee Board of Review D. Application: Treat items indicated on Drawings, and the following- 1. Wood cants, naders, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete 3. Wood floor plates that are installed on concrete slabs. 2.4 DIMENSION LUMBER A. General- Provide dimension lumber of grades indicated according to the American Lumber Standards Committee National Grading Rule provisions of the grading agency indicated B. Kiln-dry material after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood Do not use material that is warped or does not comply with requirements for untreated material C. Ledgers, nailers, cants No. 1 grade of the following species. 1. Hem-fir or Hem-fir (north), NLGA, WCLIB, or WWPA. D Joists, Rafters. No 2 grade of the following species: 1. Doug-fir, WCLIB or WWPA. 2. Doug -fir (north), NLGA. ' 2.5 SHEATHING A. Plywood Roof Sheathing Exposure 1, Structural I sheathing 1 Span Rating: Not less than 48/24. City Hall Campus Improvements 06100 - 3 SECTION 06100 ROUGH CARPENTRY 2. Thickness: Not less than 5/8 inch 2.6 FASTENERS A. General* Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture 1. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M B. Nails, Brads, and Staples ASTM F 1667 , C. Power-Driven Fasteners: CABO NER-272. , D. Wood Screws. ASME B18.6.1. E Screws for Fastening to Cold-Formed Metal Framing- ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened. , F. Lag Bolts- ASME B18.2.1. G Bolts, Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex i nuts and, where indicated, flat washers 2.7 METAL FRAMING ANCHORS ' A. General: Provide framing anchors made from metal indicated, of structural , capacity, type, and size indicated, and as follows- 1. Research/Evaluation Reports- Provide products acceptable to authorities having jurisdiction and for which model code research/evaluation reports exist that show compliance of metal framing anchors, for application indicated, with building code in effect for Protect. 2 Allowable Design Loads. Provide products with allowable design loads, as published by manufacturer, that meet or exceed the maximum loads indicated Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency. B Galvanized Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60 coating designation. , City Hall Campus Improvements 06100 -4 SECTION 06100 ROUGH CARPENTRY C. Miscellaneous Anchors. As shown on the drawings or as required to comply with the instructions of the building inspector shall be as selected by the ' Contractor and approved by the Architect. ' 2.8 MISCELLANEOUS MATERIALS All materials required to complete the installation of the work indicated on the ' drawings & not specified herein, shall be selected and provided by the Contractor and shall be approved by the Architect prior to utilization. PART 3 - EXECUTION ' 3.1 INSTALLATION, GENERAL ' A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit Locate furring, nailers, ledgers, blocking, and similar supports to comply with requirements for attaching other construction B. Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints or optimum joint arrangement ' C Apply field treatment complying with AWPA M4 to cut surfaces of preservative- treated lumber and plywood ' D. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated E. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials Make tight connections between members. ' Install fasteners without splitting wood, predrill as required. 3.2 WOOD BLOCKING, AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. ' Coordinate locations with other work involved B Attach items to substrates to support applied loading Recess bolts and nuts flush with surfaces, unless otherwise indicated Build anchor bolts into masonry during installation of masonry work Where possible, secure anchor bolts to formwork before concrete placement ' City Hall Campus Improvements 06100 - 5 SECTION 06100 ROUGH CARPENTRY 3.3 WOOD FRAMING INSTALLATION, GENERAL A. Framing Standard Comply with AFPA's "Manual for Wood Frame ' Construction," unless otherwise indicated B Do not splice structural members between supports. ' 3.4 WOOD STRUCTURAL PANEL INSTALLATION ' A. General, Comply with applicable recommendations contained in APA Form No E30K, "APA Design/Construction Guide: Residential & Commercial," for types of structural-use panels and applications indicated. 1. Comply with "Code Plus" provisions in above-referenced guide B. Fastening Methods: Fasten panels as indicated below: 1. Sheathing: ' a. Nail to wood framing. b. Screw to cold-formed metal framing C. Space panels 1/8 inch apart at edges and ends. END OF SECTION 1 City Hall Campus Improvements 06100 - 6 ' SECTION 09900 ' PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Special Provisions and Division 1 Specification Sections, apply to this Section. ' 1.2 SUMMARY A. Sacrificial coating on the interior and exterior of cast-in-place concrete curb and ' concrete masonry units and paint coatings on all exposed structural steel and steel doors and frames as indicated on drawings. B. Related Sections include the following: 1. Division 3 Section "Cast-In-Place Concrete". ' 2. Division 4 Section "Concrete Masonry Units". 3. Division 4 Section "Unit Masonry Assemblies" 4. Division 5 Section "Structural Steel' ' 5. Division 8 Section "Steel Doors and Frames". 1.3 REFERENCES ASTM D522-93a Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. ASTM D523-89 Standard Test Method for Specular Gloss. (1999) ASTM D1308-87 Standard Test Method for Effect of Household Chemicals on Clear and Pigmented Organic Finishes (1998). ' ASTM D2486-00 Standard Test Methods for Scrub Resist. of Wall Paints. ASTM D3273-94 Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber ASTM D3456-86 Standard Practice for Determining by Exterior Exposure Tests the Susceptibility of Paint Films to Microbiological ' Attack (1996) ASTM E84-00a Standard Test Method for Surface Burning Characteristics of Building Materials ' ASTM G23-96 Standard Practice for Operating Light-Exposure Apparatus (Carbon-Arc Type) With and Without Water for Exposure of Nonmetallic Materials ' City Hall Campus Improvements 09900 - 1 SECTION 09900 PAINTING 1.4 SUBMITTALS A Samples. ' 1. Submit color chips for Architects selection. 2. Two weeks prior to commencing of work, prepare actual drawn down samples of specified colors for Architect's approval Size not less than 12" ' x 12". 3 For any samples not reviewed furnish additional samples as required until ' colors, finishes, and textures are acceptable and Architect issues written authorization to proceed. If the color is rejected, provide new color draw downs until approval is obtained at no additional cost to the protect. , 4. Retain reviewed samples for reference B Product Data, Manufacturer's description data and recommendations for ' mixing, application, and curing C Test Reports Manufacturer's certified test reports showing compliance to ' specification requirements. 1.5 QUALITY ASSURANCE ' A Mock-Up: 1. Minimum of 100 sq ft. mock-up application of specified coating systems ' on each type of surface 2 Upon approval by Architect, mock-ups serve as standard for the work. 3 Mock-ups to be left in place as part of completed protect. , B Fire Ratings. 1. Class A Fire Hazard Classification. 2. Test procedure ASTM E84. C Applicator- Certify in writing that technicians utilized for work in this section have been trained by the manufacturer or its representative Applicator shall include in his certification that specialized equipment as required by the manufacturer will be used for work in this section ' D. Manufacturer: Manufacturer to certify they make all materials in specification. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver in unopened containers, bearing Manufacturer's original labels. Do not , open until reviewed by Architect B Store and mix material outside building. Store per manufacturer's ' recommendations City Hall Campus Improvements 09900 - 2 t SECTION 09900 ' PAINTING C. Take all necessary precautionary measures to prevent fire hazards and spontaneous combustion Place cotton waste, cloths, and other hazardous ' materials in containers, and DAILY REMOVE FROM SITE. D. Toxic and Explosive Materials: Take regular appropriate safety precautions conforming to Manufacturer's recommendations and applicable "Regulatory Requirements". ' E. Store as required by governing Codes and ordinance*. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Manufacturer: 1 Interior and Exterior Masonry / Concrete Prosoco, Inc., 3741 Greenway Circle, Lawrence, Kansas, 66046, (800) 255-4255. 2. Steel Wasser High-Tech Coatings, Inc., 1004 W James St., Suite 100, Kent, WA 98032, (253) 850-2967. 2.2 MATERIALS A. Interior and Exterior Masonry / Concrete: 1 Prosoco Defacer Eraser Graffiti Barrier S. a. Form. Milky white liquid, mild odor b. Specific Gravity 1 03 c Total Solids 18% ASTM D 2369 d pH- 7 3 ' e. Wt /Gal • 8 55 Ibs f. Flash Point >200 degrees F ASTM D 3278 g. Freeze Point 30 degrees F B. Steel: 1 Full Primer- Wasser MC-Zinc 2.8. 62% ± 2 solids, single-component, ' zinc-filled, moisture cure urethane 2. Intermediate coat: Wasser MC-Ferrox B 2 8 62% ± 2 solids, single- component, micaceous iron oxide, moisture cure urethane 3. Top coat Wasser MC-Ferrox A 2.8 62% ± 2 solids, single-component, matte-finish, aliphatic, micaceous iron oxide, moisture cure urethane a. Colors as selected by Architect as indicated on the drawings ' b. Washability No more than 5% change in specular gloss and not more than 15% change in daylight reflectance (Fed Std. 141 B, Method ' 6141). c. Flexibility: No cracking of film when bent around 1/8" mandrel - ASTM D522 ' City Hall Campus Improvements 09900 - 3 SECTION 09900 PAINTING , d. Self-Lifting- No evidence of lifting or blistering when recoated after 8 hours (Fed Std 141B, Method 6252) e. Alkali Resistance. Aged film withstands 10% sodium hydroxide for 3 , hours (drying and aging Fed Std. 141B, Method 6141; resistance test, ASTM D1308). f. Mildew and Fungus Resistance Visually no growth - ASTM D3273 ' g Accelerated Weathering Excellent film integrity after 1750 hours exposure over primed substrate (ASTM G23 and ASTM D822). h Fire Safety. U L tested and listed (ASTM E84, Class A), UL 723, Flame Spread 10, Fuel Contributed 5, Smoke Developed 0 National Fire Protective Assn. No. 255 ' i. Stain Resistance: No staining from mild acids, chemical, oils, food - ASTM D1308 j. Scrubability: Sample showed slight signs of wear after 7,500 cycles - ' ASTM D2486. k. Bacterial Inhibitions No growth - ASTM D3456. 4. Reducer Wasser MC-Thinner or MC-Thinner 100. , 5. Coating Accelerator PURQuik PART 3 - EXECUTION ' 3.1 EXAMINATION Verify installation conditions as satisfactory to receive work of this Section Do ' not install until unsatisfactory conditions are corrected Beginning work constitutes acceptance of conditions as satisfactory. ' 3.2 PREPARATION A General, , 1. Completely mask, remove or otherwise protect all existing hardware, accessories, plates, light fixtures, and similar items in contact with coating ' but not scheduled to receive special coating 2. Thoroughly clean all surfaces involved Schedule cleaning so that dust and other contaminants from the cleaning process do not fall on wet, ' newly coated surfaces. 3. Surfaces shall be clean, dry and protected from dampness. Surfaces shall be smooth, even and true to place, and free of foreign material ' adversely affecting adhesion and appearance of applied coating. 4. Mildew shall be removed and neutralized B Preparation of Concrete and Masonry Surfaces: 1. Moisture test existing substrates No coating shall be applied when moisture content exceeds 12%, except as required by manufacturer. 2. Repair damaged existing surfaces as required by manufacturer prior to application of product. City Hall Campus Improvements 09900 - 4 SECTION 09900 ' PAINTING C Preparation of Metal Surfaces* ' 1 Before abrasive blast cleaning, remove visible oil, grease, soluble welding residues and salts by methods outlined in SSPC-SP1 2. All welds must be clean and free of spatter or sharp projections. 3. All welds must be ground to remove sharp edges, undercutting, pinholes or any other irregularities Relatively smooth, ripple finished welds are acceptable 4. Tight, inaccessible metal to metal plates, etc shall be sealed with a compatible joint sealing compound as approved by the coating ' manufacturer. 5 Particular attention shall be given to cleaning welds, edges, crevices, nuts, bolts, rivets, etc 6. Surface irregularities shall be removed prior to cleaning to the extent required by procurement documents (project specifications) 7. All oil, grease and other surface contaminants must be removed prior to ' abrasive blast cleaning in accordance with SSPC-SP1. 8. All surfaces to receive coating must be abrasive blasted to a Near White Metal Finish in accordance with SSPC-SP10 and must have a 1 - 2 and (25-50p) angular blast profile. 9. Remove dirt, dust, cleaning residue, or other contaminants from the surface prior to application of coating system as defined in Section 4 of ' SSPC-SP10/NACE No 2 10 Cleaning methods may expose surface imperfections, which were not previously observed These imperfections should be repaired immediately and the area recleaned to the original surface preparation If welding is involved in the repair procedure any contamination resulting from the welds must be removed in accordance with SSPC-SP1 prior to abrasive ' blast cleaning and welds must be prepared according to Section 4 0 11. Blast air must be completely free of oil and water 12 Blast cleaning shall be performed using dry, clean abrasives that are free from contaminants and that shall be of a size and type that will produce a surface profile of 1 0 to 2 0 mils. 13 All surfaces cleaned to bare metal shall be primed within 8 hours of cleaning. 14. Any visible rust that forms on the surface of the blast cleaned steel shall be removed by reblasting the rusted areas to meet the requirements of SSPC-SP10/NACE No 2 prior to painting 15. All blast dust, abrasives and other contaminants must be removed by methods including solvent wiping, vacuuming or sweeping ' 3.3 APPLICATION A. Prosoco Defacer Eraser Graffiti Barrier S 1. Spray ' City Hall Campus Improvements 09900 - 5 SECTION 09900 PAINTING , a Mix well before use b Spray surface lightly from top to bottom Use an overlapping horizontal spray pattern. (Follow up with a vertical stroke for deep , vertical recesses) Avoid flooding the surface or creating heavy rundowns C. Let treatment penetrate for one to two minutes Remove buildups using a damp brush or roller d. Let previous coat dry to touch (one to two hours). Lightly apply subsequent coat. Will dry thoroughly in two to three hours. , 2. Brush or roller a. Apply a thin, even coat from top to bottom Brush or roll out drips , and rundowns b. Let first coat dry one to two hours Lightly apply subsequent coat. B General —for products used on steel 1. Store the unopened containers off the ground and in a dry protected area ' at temperatures between 40-1007 (4.4-37 8°C) 2. Containers must be kept sealed when not in use. To reseal partial MCU containers apply approximately 3 — 6 ounces of an approved solvent as a ' "float" over remaining material before resealing to prevent moisture intrusion 3. Material temperature must be brought to 5°F above the dew point , temperature before opening and agitating. 4. Use a power agitator to thoroughly mix coating for 3 minutes or until completely homogenous Do not use a paint shaker and avoid repeated ' boxing. 5. Thinning Thinning is not normally required. Use a manufacturer approved thinner and reduce as necessary up to 10% to facilitate coating , application 6. Clean-up Use a manufacturer approved solvent. 7. Apply coatings by brush, roller, or spray methods utilizing approved , equipment that is standard to the industry. 8. Pot Life- Single component products 9. Consult manufacturer's technical data sheets for safety precautions and , product handling information C. Moisture Cure Urethane Full Primer: , 1 All surfaces cleaned to bare metal shall be primed with specified full primer on the same day as cleaning Any cleaned surface that rusts , before application shall be recleaned prior to application 2. A primer stripe coat of the approved full primer shall be brush-applied to all welds, edges, crevices, nuts, bolts, rivets, etc cleaned to bare metal , 3 Approved stripe coat application 1 0 - 1 5 mils DFT (25 - 38 µm) 4. Apply Full Primer at manufacturer's recommended dry film thickness City Hall Campus Improvements 09900 - 6 SECTION 09900 ' PAINTING 5. Approved full primer application: 3 - 5 mils DFT (75-125µm) ' D Moisture Cure Urethane Intermediate and Topcoat ' 1. Apply intermediate at manufacturer's recommended dry film thickness 2. Approved intermediate application 3 - 5 mils DFT (76 - 127µm) 3 Apply topcoat at manufacturer's recommended dry film thickness. 4. Apply topcoat application 2 - 4 mils DFT (51 - 102 µm) 5 Follow manufacturer's recommended recoat times. E Coating Accelerator 1. Prior to adding coating accelerator, thoroughly mix coating as recommended by manufacturer 2 Add pre-measured amount of coating accelerator as supplied by manufacturer to thoroughly mixed coating and agitate enough to 1 incorporate the accelerator. Do not over agitate or keep coating under constant agitation 3. Apply approximately 3 — 6 ounces of an approved solvent as a "float" over ' accelerated material to prevent moisture intrusion and cover the container. 4. Do not allow moisture intrusion during mixing and application. 5. Apply accelerated coatings by spray methods utilizing approved equipment that is standard to the industry 6. Ensure surface is clean to specified standard and is dry prior to application. Do not apply accelerated coating over damp surface. 7. Accelerate only the material to be applied in one shift Do not use accelerated material after 24 hours. 8. Pot Life Not applicable to coating accelerator. When coating accelerator is incorporated in material, refer to manufacturer technical data sheets for applicable pot life information 3.4 PATCHING At completion of work, repair surfaces as directed by the Architect and as damaged by other trades and requiring touch-up or refinishing. Repaint entire surface as needed to provide uniform finish, color, and appearance. ' 3.5 CLEANING 1 A. As work proceeds, and on completion of work, promptly remove all spilled, splashed, and splattered products so as not to damage surface 1. During work progress, and at completion of work keep premises free from unnecessary accumulation of tools, equipment, surplus materials and the like resulting debris 2. Leave work clean and in good condition. City Hall Campus Improvements 09900 - 7 SECTION 09900 PAINTING , 3.6 INSPECTION AND QUALITY ASSURANCE A It will be the Application Contractor's responsibility to perform first line , inspection of all aspects of the surface preparation and coating application work and to assure conformance with all pertinent specifications The Application ' Contractor's supervisor shall not participate in the physical work, but should limit his activities to supervision, coordination and communication with the Owner's site personnel, and thorough inspection of the surface preparation and ' coating application. B The Application Contractor shall provide a daily record of all application process information, including temperatures, relative humidity, dew point, procedures and inspection data. C. All of the Application Contractor's work to be performed and material to be supplied under the contract shall at all time be subject to inspection by the , Architect who shall be allowed complete access for examining said work This person may reject work not complying with the specifications. Inspections will be conducted after execution of each phase of work. D. The Application Contractor shall be aware that after preparing the surface and before applying the specified system to a complete section of work, it will be made available for inspection and approved by the Architect Visual reference ' standard SSPC-VIS 1-89 shall be used to assist in determining if desired level of surface cleanliness is achieved E. Wet Film Thickness Measurement: During coating application, wet film thickness measurements will be taken utilizing an approved wet film thickness gauge. One hundred percent of all thickness measurements shall be within specified minimum film thickness ' F. Dry Film Thickness Measurement: Prior to the application of successive coats, dry film thickness measurements will be taken in accordance with SSPC-PA2. G. The Specified system shall have a dry film thickness of no less than , recommended by the coating manufacturer H. Holiday Testing The Specified system shall be Low Voltage Spark tested in accordance with NACE RP0188-98 "Discontinuity (Holiday) Testing of , Protective Coatings" after application This testing may be conducted any time after the specified coating system has reached initial cure Consult coating manufacturer for initial curing data ' I. Any areas failing this spark test are to be marked and receive additional coats of applicable material until satisfactory spark test results are achieved J. Appearance The finished surface shall be generally smooth and free of sharp ' protuberances, holidays, or other defects 3.7 SAFETY A. Read the Material Safety Data Sheets (MSDS) and container labels of the , materials being used for detailed health and safety information B. The Application Contractor will establish the number of air exchanges per hour required to maintain a safe working atmosphere during all phases of work The , City Hall Campus Improvements 09900 - 8 SECTION 09900 ! PAINTING Contractor will include details of his safety program complete with a list of equipment used to test organic vapor and/or oxygen levels in the vessels ' C. Appropriate respiratory protection equipment will be worn in all phases of surface preparation and application as required under the scope of work. The type of respiratory protection will depend upon the nature of the application and material hazard, and shall eliminate dust, fumes, mists, organic vapors, acids and alkaline contaminants. ' D. The Application Contractor must comply with all Federal, State and Local regulations pertaining to safety, environmental protection and other pertinent regulations 3.8 COATING SCHEDULE A. Miscellaneous exposed steel, structural steel columns and braces, steel gusset plates and hollow metals doors and hollow metal frames: 1 Primer: Wasser MC-Zinc 2.8 2. Intermediate Coat: Wasser MC-Ferrox B 2.8 3. Top Coat: Wasser MC-Ferrox A 2.8 B. Interior and Exterior Masonry / Concrete 1. Prosoco Defacer Eraser Graffiti Barrier S Two (2) coats minimum. END OF SECTION ! 1 1 a ! 1 City Hall Campus Improvements 09900 - 9 SECTION 10441 , STRIPING AND SIGNS PART 1—GENERAL , 1.01 DESCRIPTION This work includes- 1. Striping all parking stalls. , 2 Striping all "Handicap Accessible" symbols. 3 Striping all "Stop" bars. 4. Installing all "Handicap Accessible" parking stall signs. ' 1.02 STANDARDS A. All work shall conform to the most current editions of the Standard Specifications and Standard Plans for Road, Bridge and Municipal Construction, as published by the Washington State Department of Transportation (Standard Specifications and Standard Plans respectively), unless otherwise indicated herein. B. The contractor shall have one copy of the most current editions of , the Standard Specifications and Standard Plans at the job site. C. All work shall conform to the most current edition of the City of Kent , Construction Standards D. The Standard Specifications apply only to performance and materials and how they are to be incorporated into the work The legal/contractual relationship sections, and the measurement and payment sections do not apply to this document. PART 2—PRODUCTS , 2.01 STRIPING ' A. Four-inch white stripe paint per section 8-22 2 of the Standard Specifications. ' B. Seven (7) stalls each painted with handicap parking stall symbol (white with blue background) per section 8-22 1 of the Standard ' Specifications. C. Stop bars conforming to section 8-22 of the Standard Specifications City Hall Campus Improvements 10441 - 1 , ' SECTION 10441 STRIPING AND SIGNS ' 2.02 SIGNS A Handicap Accessible Parking Signs- (two) 1. Handicap accessible parking sign with "State Disabled Parking Permit Required" message. ' 2. Location- Two (2) signs at front of each parking stall per City of Kent and handicap accessibility requirements ' 3. Manufacturer- Zumar Industries, Inc (800) 426-7967. a. Model Number. Washington State Regulatory Sign #R7-801 4. Installation Posts are 2-3/8" O.D galvanized steel with exposed end capped Attachment bolts and nuts to be ball - peened to deter removal PART 3—EXECUTION 3.01 STALL STRIPING A. Cleaning 1. All contaminants within the areas to receive parking lot striping shall be removed. Large areas of tar, grease, paint, I or foreign materials may require sandblasting, steam cleaning, power brooming, or the use of chemical strippers to accomplish complete removal 2. After cleaning, the area shall pass inspection of the Owner prior to application. B. Application Apply two (2) coats of paint. Allow at least four (4) hours minimum between coats for drying ' C. Workmanship 1. Lines shall be straight, parallel to other stall lines, and painted in a neat manner ' City Hall Campus Improvements 10441 - 2 SECTION 10441 1 STRIPING AND SIGNS 2. Lay out lines and obtain approval of Owner prior to painting. , D. Traffic Control The Contractor shall be responsible for providing barricades and/or flagmen as may be required to control traffic and prohibit traffic from the freshly painted areas until the paint has dried 1 3.02 SIGNS—INSTALLATION Install sign at front of each handicap parking stall per City of Kent and handicap accessibility requirements END OF SECTION 1 I 1 t 1 1 1 t 1 City Hall Campus Improvements 10441 - 3 ' SECTION 15010 ' MECHANICAL PROVISIONS PART 1 - GENERAL ' 1.1 DESCRIPTION I The work under this Division includes furnishing all materials, equipment, labor, supervision, permits, inspections, tools and items necessary for the construction, installation, connection, testing and operation of all mechanical work for this 1 project, as shown on the Drawings and defined in this Division of the specifications. I1.2 QUALITY ASSURANCE A. Substitutions, Conform to requirements in Section 01300. 1 Whenever any material or equipment is specified by patent or proprietary name or by the name of the manufacturer, such specification establishes the standard of quality in that particular field of manufacture ' 2. When approved substitute equipment or material necessitates revisions to the plans or involves other trades, include drawings and details showing all such changes, and coordinate and assume any liability from the affected trades 3. Acceptance The acceptance of a manufacturer's name or product by the Architect does not relieve the Contractor of the responsibility for providing materials and equipment which comply in all details with the requirements of the contract documents B. Tests Demonstrate that all equipment operates as indicated as specified, and in accordance with the manufacturer's recommendations Perform tests in the presence of the Architect. Provide all instruments and personnel required to conduct the tests. C. Qualifications Use sufficient journeyman and competent supervisors in the execution of the work to ensure proper and adequate installation throughout In the acceptance of installed work, no allowance will be made for lack of skill on the part of the workmen. 1.3 WORK OF OTHER TRADES A. The Drawings do not show complete details of the building construction Refer to the architectural, structural, civil, and electrical Drawings for those details which may affect the execution of this work Specific locations of structural or architectural features or equipment items, shall be obtained field measurements or the trade providing the material or equipment. No extra payments will be allowed for failure to obtain this information. ' City Hall Campus Improvements 15010-1 SECTION 15010 MECHANICAL PROVISIONS , B. Coordination: Conform to requirements in Section 01039 Plan and execute work including, but not limited to, piping and ductwork, in cooperation with all other trades. Make every reasonable effort to provide all concerned with timely , notice of work affecting other trades to prevent conflicts or interference as to space requirements, dimensions, openings, and other matters which will cause delays or necessitate work-around methods Failure to coordinate work will be ' considered sufficient cause for work to be altered at Contractor's expense, as directed by Architect 1.4 CODES, PERMITS, INSPECTIONS, AND FEES A. Comply with requirements of Section 01040. , B. Obtain permits and inspections and pay fees required by National, State and Local authorities Make arrangements for inspections by the Architect, Owner I or other authority as required Submit 3 copies of certificates of compliance to the Architect. C. Work and materials shall be in accordance with requirements of all applicable codes and regulations. D. Codes shall be construed as establishing a minimum or base level, of requirements. Where provisions of the various codes standards conflict with each other, the more stringent provisions shall govern. , E. Nothing in Drawings and specifications shall be construed to permit work not in conformance with these rules and regulations. F. Where Drawings or specifications call for material or construction of a better quality or larger sizes than required by the above-mentioned rules and ' regulations, the provisions of the Drawings or specifications shall take precedence over requirements of the rules and regulations. 1.5 EQUIPMENT APPROVALS A Whenever UL listed standards exist for equipment with electrical components, provide UL listed equipment Otherwise provide equipment certified by the manufacturer as complying with UL standards for similar items B All materials, equipment, and processes requiring approval of the Washington ' State Department of Labor and Industries or other nationally-recognized testing agency shall be labeled as so approved in accordance with the provisions of the ' Washington Administrative Code. City Hall Campus Improvements 15010-2 , SECTION 15010 MECHANICAL PROVISIONS 1.6 INTENT OF DRAWINGS ' A. Drawings are diagrammatic and show only approximate locations of piping, ducts, fixtures, and equipment Take measurements from building or site and verify with architectural, structural, or electrical Drawings Because of the small scale of the Drawings, it is not possible to indicate all offsets, fittings, and accessories that may be required Carefully investigate the plumbing, electrical, 1 structural, and finish conditions that would affect the work to be performed and arrange such work accordingly, furnishing required ductwork and piping offsets, fittings, and accessories to meet such conditions. B. It is the responsibility of the Contractor to provide equipment that fits into the space allotted and allows adequate acceptable clearances for installation, replacement, entry, servicing, and maintenance When motors and equipment furnished are larger than sizes indicated, provide any required changes to the electrical services as may be necessary and related work as a part of the work ' for the section specifying that motor or equipment C. Report any conflict to Architect prior to proceeding with the work. Failure to 1 follow this instruction is considered sufficient cause to alter the work, at no cost to the Owner, as directed by the Architect D. Plans and sections generally do not show all isolating valves, instruments, or other components, refer to diagrams or schematics to obtain a more complete description of systems 1.7 DETAIL DRAWINGS BY CONTRACTOR A. Wherever the work is of sufficient complexity to warrant additional detailing, prepare additional detail drawings to scale 1/4 inch = 1 foot, prepared on tracing paper the same size as contract drawings; with these layouts, coordinate work with the work of other trades All such detailing work shall be clearly identified 1 on the drawings as to the area to which it applies. B Do not submit these drawings to the Architect for approval At completion, however, include a set of such drawings with each set of as-built drawings for Owner's record purposes 1.8 SUBMITTALS A. Comply with requirements of Section 01300. B Submit shop drawings, descriptive bulletins, data sheets, diagrams, catalog cuts or other additional information as required for the items specified hereinafter in other sections ' City Hall Campus Improvements 15010-3 SECTION 15010 MECHANICAL PROVISIONS , C. Acceptance: The acceptance of a manufacturer's name or product by the Architect does not relieve the Contractor of the responsibility for providing materials and equipment which comply in all details with the requirements of the contract documents 1.9 MATERIALS A. Comply with requirements of Section 01600. B Quality: Materials, products, and equipment in strict accordance with governing codes and ordinances. C. Quantity Equipment and items of any one classification which are used in quantity, such as accessories, valves, specialties, cleanouts, drains, fittings, fans, etc , shall be products of one manufacturer and shall be used only for services recommended by the manufacturer. 1.10 ABBREVIATIONS, DEFINITIONS, AND REFERENCE STANDARDS ' A. Refer to Section 01400 for reference standards. Refer to Section 01090 for definitions and abbreviations Additional reference standards, definitions, and ' abbreviations are as follows: AISC American Institute of Steel Construction AMCA Air Moving and Conditioning Association ' ANSI American National Standards Institute j ARI Air-Conditioning and Refrigeration Institute ASHRAE American Society of Heating, Refrigerating and Air-Conditioning , Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials ' as shown as shown on the Drawings CISPI Cast Iron Soil Pipe Institute F Degrees Fahrenheit MSS Manufacturer's Standardization Society NEMA National Electrical Manufacturer's Association NEC National Electrical Code NFPA National Fire Protection Association provide furnish and install , psig pounds per square inch gage pressure SMACNA Sheet Metal and Air Conditioning Contractors National Association UL Underwriters Laboratories, Inc. , v Volts wp Working Pressure (psig) wg Water Gage City Hall Campus Improvements 15010-4 ' ' SECTION 15010 MECHANICAL PROVISIONS 1.11 OPERATION AND MAINTENANCE MANUALS ' A. Time of submittals, quantity of copies for submittals, binding, content, and other requirements shall be as specified in Section 01700 B Prepare an operating and maintenance manual for all equipment provided under division 15 in accordance with Section 01700 ' 1.12 RECORD DRAWINGS Furnish record drawings in conformance with the requirements of Section 01700. 1.13 PRESSURE VESSEL CERTIFICATES Not used. 1.14 SITE CONDITIONS AND METHODS tA. Cutting and Patching: Keep cutting and patching to a minimum If required, all patching shall conform to specifications for the new general construction work 1 Finish to match existing work. B. Measurements: Verify space availability by field measurement prior to submitting shop drawings for approval C. Roughing-In Dimensions: Obtain roughing-in dimensions for equipment from 1 approved shop drawings or actual equipment measurements D Manufacturer's Installation Instructions: Follow manufacturer's written instructions where furnished If the details are in conflict with design drawings, notify Architect for resolution. E. Accessibility: Install products which require periodic servicing or repair so that products readily accessible Otherwise, obtain Architect's approval of location. ' F. Rejected Materials Remove damaged or rejected materials from the site. G. Operation of Equipment and Systems Contractor is responsible during all periods of balancing and testing. H. Delivery, Storage, and Handling Conform to requirements in Section 01600. 1. Handle, store, and protect equipment and materials to prevent damage I before and during installation in accordance with the manufacturer's recommendations and as approved by the Architect Replace damaged or defective items. 2. Equipment with damaged factory applied finishes shall be refinished as required to bring the equipment to a like-new condition in accordance with manufacturer's recommendations City Hall Campus Improvements 15010-5 SECTION 15010 MECHANICAL PROVISIONS , 1.15 TESTING AND DEMONSTRATION A Perform all hydrostatic tests required in codes and ordinances Architect will be ' present during operational testing. Give sufficient notice before performing such tests Additional tests may be required under balancing and testing B Systems Operation Demonstration Subject systems to such operating tests as , are required to demonstrate that the equipment installed will operate within the specified limits through normal ranges and sequences including simulation of ' possible abnormal conditions. Operate every device manually and automatically, in accordance with its purpose Operating test duration, not less than 6 hours after all major corrections have been made. If tests do not ' demonstrate satisfactory system performance, correct deficiencies and retest systems 1.16 INSTRUCTION FOR OWNER'S PERSONNEL A Conform to requirements of Section 01700. B Contractor's representatives, in general, who conduct these instructions and demonstrations shall be qualified foremen or superintendents acquainted with this project and from the trade involved Their qualifications shall be submitted ■ to the Architect before conducting the instruction period C Representatives of Owner who will be present at these meetings may include Owners administrative, operating, and maintenance personnel. D. General Description of Instruction Periods Each period shall include preliminary discussion and presentation of information from operation and maintenance manuals with appropriate references to Drawings, followed by explaining access methods, servicing, maintenance procedures, temperature settings, and available system and equipment adjustments E. Duration of Instruction Periods- Plumbing Systems 1 hour ' 1.17 INSPECTION A. When requesting final inspection, submit written certification that the work has been fully completed in strict accordance with Drawings and specifications B Submit written certification of inspection from the governing budding authority i stating that all work has been inspected, accepted, and approved as complying with existing governing ordinances and codes. City Hall Campus Improvements 15010-6 1 SECTION 15010 MECHANICAL PROVISIONS PART 2 PRODUCTS Not used. PART 3 — EXECUTION Not used. END OF SECTION I 1 1 t � 1 1 1 1 1 1 City Hall Campus Improvements 15010-7 SECTION 15050 BASIC MATERIALS AND METHODS , PART 1-GENERAL 1.01 DESCRIPTION The work of this Section includes motors, pipe identification, balancing and , testing, seismic restraints, and miscellaneous other basic materials 1.02 SUBMITTALS ' A. Product Data: Pipe markers. B. Reports: Plumbing Pressure Testing and reports. PART 2 - PRODUCTS 2.01 MISCELLANEOUS MATERIALS A. Anchor Bolts: , 1. Anchor Bolts (Cast—In—Place): Galvanized steel bolts per ASTM A307 and galvanized steel nuts per ASTM A194. Number and size per manufacturer's recommendations or as shown. In concrete construction, provide bolts set in the form work before pouring concrete. I n budding floors where equipment bases are cast iron over 18 inches maximum dimension, provide a pipe sleeve around each bolt to allow for positioning 2. Anchor Bolts (Expansion Type): Molly "Parabolt" or Hilti "Kwik-Bolt II"; Type 304 stainless steel construction; with impact section on the end of the bolt. B. Support Channels: Unistrut, B-Line, or Powerstrut; 12 gauge minimum, 1-5/8 , inch by 1-5/8 inch minimum cross-section size; galvanized finish unless indicated otherwise. PART 3 - EXECUTION , 3.01 FLASHING REQUIREMENTS A. Piping passing through roofs shall be installed through prefabricated penetration flashing units. Coordinate with the type of roofing material to determine which ' prefabricated penetration flashing unit to use at each penetration. Check with the roofing manufacturer to determine if any special preparations are required and for the type of adhesive to use. , 1. Piping Passing Through Flat or Sloping Metal Roofs: Portals Plus "Deck- Mate" or equivalent; flexible aluminum base; EPDM cap, except use silicone cap for high temperature piping , 1 City Hall Campus Improvements 15050-1 SECTION 15050 BASIC MATERIALS AND METHODS 3.02 EQUIPMENT, PIPING, AND VALVE IDENTIFICATION A. Valve Tags: Manual valves on piping lines shall be provided with valve tags where the destination is not visible from the valve. Valve tags shall contain the following information 1. Valve Numbers with a Description of Function: Function shall be indicated on the valve tag. 2. Valve tags shall be of 19-gage brass with stamped, black-enamel-filled characters. Tags shall be not less than 1-1/2-inch size and shall be attached to valves with a brass chain and a brass S-hook At Contractor's option, valve tags may be black and white laminated plastic with lettering engraved through the black cover to the white backing. 3. A typewritten list of the tag numbers, showing specific valve location and specific list of rooms affected by valve operation, shall be included in each operation and maintenance manual. 4. Each valve tag shall be numbered chronologically by system and applicable tag number shall be indicated on the as-built drawings. B. Nameplates: Provide for each piece of equipment including any special instruction for its use; laminated black and white plastic with lettering cut through to white background. Each equipment nameplate shall have equipment identification number. tC. Identification of Piping: 1. Piping which is accessible for maintenance operations, including piping concealed above suspended ceilings, shall be identified with semirigid plastic or adhesive identification markers. Markers shall be Brady manufacture or approved, conforming to ANSI A13.1, "Scheme for the Identification of Piping Systems". 2. Direction of flow arrows shall be included on each marker. Wrap directional flow arrow tape full circumference of pipe over each end of identification marker. 3. Locations for Pipe Markers: a. Adjacent to each valve. I b. At 20-foot centers maximum for the length of the pipe. C. At least one marker between any two partitions. D. Labelin Schedule: Outside Diameter of Pipe Length of Color Band 3/4" to 1-1/4" 8" 1-1/2" to 2" 8" 2-1/2" to 6" 12" 1 City Hall Campus Improvements 15050-2 SECTION 15050 BASIC MATERIALS AND METHODS , E. Color Codin and Markin Pipe Contents Band Color Letter Marker , Color Wording Soil, Waste, Drain, and Green White SAD, and V Vent , Domestic Cold Water Green White CW 3.03 EARTHWORK ' A. Provide as required for the installation of mechanical work in the ground and as specified herein. B. Trench Excavation: Provide as necessary for the installation of the work, with trenches of the necessary width for proper laying of pipe, with banks as nearly vertical as possible. Accurately grade trench bottoms to provide uniform undisturbed bedding for each section of pipe along its entire length, form holes and depressions forjoints after trench bottom has been graded. Provide temporary pumping equipment to keep the excavation free from water. Provide pipe bedding in rock excavation consisting of not less than 6 inches of sand or equivalent material. , C. Bracing and Shoring: Provide as necessary to maintain stability of excavation D. Backfilling: Backfill trenches only after completion of pressure tests and inspection by the Architect. Fill spaces between pipe and sides of trench by hand, shovel tamped in place; cover in 6-inch layers to thickness of 12 inches over top of pipe; fill and tamp remainder of backfill material in 6-inch layers. Provide backfill materials generally of clean earth or sand relatively free of clods or stones. For sewer and water piping, use pea gravel. In addition, wherever paving or future paving is indicated over backfill, provide the remainder of the backfill of granular subgrade backfill material. E. Compacting: Perform compacting individually for each 6-inch layer (maximum) loose thickness of backfill. Where roadway or parking area surfaces will be placed over backfill, provide a moisture condition which will produce a compacted density of 95 percent of maximum density; elsewhere, 90 percent. Measure in accordance with Method D of AASHTO T-180. F. Surplus Earth: Haul off site and dispose of legally. , G. Barricades: Locate and maintain barricades, construction signs, warning lights and guards, as required during periods of open excavation to protect persons from injury and to avoid property damage. H. Clean-up: Leave premises thoroughly clean at completion City Hall Campus Improvements 15050-3 I SECTION 15050 BASIC MATERIALS AND METHODS I. Underground warning tape shall be buried above the piping during the trench backfilling and shall be buried approximately 12 inches deep. Tape shall be 0.004-inch thick polyethylene tape for metallic pipe. Tape shall be 6 inches wide and be printed with repetitive caution warnings along its length. Tapes shall be yellow in color with black letters. Tape color and lettering shall not be affected by moisture or other substances contained in the backfdl material. 3.04 ANCHOR BOLTS ' A. New Concrete Construction: 1. Anchor Bolts (Cast—In—Place): Set anchor bolts in the form work before pouring concrete Number and size of anchor bolts shall be per manufacturer's recommendations. Install anchor bolts to structural concrete slab. B. Existing Concrete Construction: 1. Anchor Bolts (Expansion Type): Use only where necessary to support piping, ductwork, and anchor equipment from existing concrete slabs and walls. Install expansion type anchor bolts in holes drilled in concrete. 1 2. Powder actuated inserts are not acceptable. 3.05 EQUIPMENT, DUCTWORK, AND PIPING INSTALLATION LA. Welding to Building Structural Members: Not allowed. B. Provide supports for equipment, piping, and appurtenances as required, including braces as required for seismic restraint. C. Manufacturer's Instructions: All equipment, including ductwork and piping appurtenances, shall be installed in strict accordance with manufacturer's instructions. l D. Suspended Equipment, Piping, and Ductwork: Supporting elements shall be suitable for stresses imposed by systems, with a safety factor of not less than 5.0. 1. Supports shall not be anchored to metal decking. 2. Supporting elements not shown or specified shall be provided in accordance with SMACNA standards Piping and heavy equipment supports, not otherwise detailed, shall conform to applicable provisions of ' MSS SP-58 and MSS SP-69. 3. Where it is necessary to frame structural members between existing members or where structural members are used in lieu of commercially rated supports, such supplementary steel shall be provided in accordance with the AISC Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. 4. Attach supports to wood truss with lag bolts. END OF SECTION City Hall'Campus Improvements 15050-4 SECTION 15060 PIPE, VALVES, AND FITTINGS PART 1 - GENERAL 1.1 DESCRIPTION Work Included: The work of this Section includes piping, valves, fittings, supports, hangers, and miscellaneous system accessories. 1.2 SUBMITTALS , A. Product Data: Manufacturer's data for each product used. B. Reports: Pressure tests. PART2 - PRODUCTS 2.1 MANUFACTURER A. General: Tubing, fitting, valve, and strainer manufacturers listed below are ' acceptable. B. Copper Tubing: Chase, Anaconda, Revere, Mueller, Reading Tube, or ' Bridgeport. C. Fittings: Nibco, Anaconda, Chase, Revere, Bridgeport. D. Valves, Apollo, Crane, Centerline, Jenkins, Walworth, Kennedy, Hammond, Stockham, Grinnell, Nibco, Milwaukee Powell, Dezurnck, Homestead, Watts Regulator, Rockwell-McCanna, Kitz, Red-White, Wheatley, Worcester, or Mueller. E. Strainers: Armstrong, Keckley, Metraflex, McAlear, Sarco, Hoffman, Crane, Wheatley, Watts, Mueller, or Mech-Line. 2.2 COPPER PIPING - GENERAL A. Pressure Ratings: Provide pipe, tubing, fittings, accessories, and other ' components with minimum pressure rating of 150 psig. B. Tubing (Pipe), Above Ground: ASTM B88 Type L copper water tube, hard ' drawn. C. Fittings: 1. Wrought copper solder fittings and screwed adapters, ANSI B16.22. 2. Cast bronze solder joint fittings and screwed adapters, ANSI B16 18. D. Unions: 1. Wrought copper solder joint unions, ANSI 1316.22. 2. Cast bronze solder joint fittings, ANSI 1316.18. City Hall Campus Improvments 15060-1 I SECTION 15060 PIPE, VALVES, AND FITTINGS E. Threaded Joint Compound: Teflon tape. F. Solder: 95 percent tin, 5 percent antimony solder, ASTM B 32 Harris "Bridgit" acceptable. Laco flux or similar not permitted. G. Brazing Alloy: Melting temperature 1000 degrees F or higher; AWS A5 8. H. Strainers: Cast bronze, Y-pattern, screwed or solder end; 20-mesh stainless ' steel (3/64-inch for 3-inch size) screen, 250 psi at 210 degrees F. I. Valves: 1. Check. MSS SP80, 150-psig bronze screwed or solder end, screwed cap, Y-pattern, swing disc of Teflon, regrindable seat. 2. Ball: Apollo 70-100 or 70-200 Series, 600 psig WOG bronze body, stainless steel ball and stem, solder ends or screwed, Teflon seat and seal. Provide stem extension for use in insulated piping. 2.3 THERMOWELLS Not used. t2.4 THERMOMETERS Not used. 2.5 HOSE END DRAIN VALVES 125 psig working pressure, bronze body, composition seat, screwed or solder joint ends, with 3/4 inch hose thread adapter, lockshield and removable handle, Nibco Figure 72 or 74 or approved. 2.6 PIPE HANGERS A. Approvals: MSS SP58. B. Manufacturers: Grinnell, Tolco, Basic Engineering Inc., B-Line, ERICO/Michigan Hanger, PHD, or Mechanical Pipe Shields. C. Materials: 1. Hanger Material: Match piping material at point of contact with piping. a. Galvanized Steel Pipe: Carbon steel, cast iron, or malleable with zinc coating. b. Copper Tubing: Carbon steel or malleable iron with copper finish or carbon steel or malleable iron with plastic coating. jD. Hanger Rods: Hot rolled steel rod, ASTM A 36; size to "Code for Pressure Piping", ANSI B31 1, with safety factor of 5; hanger rod size and maximum load: City Hall Campus Improvments 15060-2 SECTION 15060 PIPE, VALVES, AND FITTINGS Rod Diameter Pipe Size Load Inches Inches Pounds 3/8 2 and smaller 610 1/2 2-1/2 and 3-1/2 1,130 5/8 4 and 5 1,810 E. Insulation Inserts: Factory fabricated split type insert with galvanized steel jacket and calcium silicate insert; Mechanical Pipe Shields Mfg. ' F. Hanger Selection: 1. Bare Pipe: Select to fit outside diameter of pipe. 2. Insulated Pipe: Select to fit outside diameter of insert. G. Ring Hangers: 1. 2-Inch Pipe and Smaller. Grinnell Figure 70, 300, or 104. i 2 2-1/2 Inches and Larger: Grinnell Figure 104 or 300. H. Clevis Hangers: Grinnell Figure 260. , 2.7. PIPE HANGERS AT WALL A. Pipe 2-1/2 Inches and Smaller: Malleable iron one-hole clamp Grinnell Figure 126. B. Pipe 3 Inches and Larger: Wall bracket, Grinnell Figure 213, 194, 195, or 199 for pipe rings and rod hangers specified herein. C. Loads not to exceed ratings shown in manufacturer's catalog. j PART 3 - EXECUTION 3.1 GENERAL A. Headroom: At ceilings, maintain the maximum possible headroom. Employ carefully planned arrangements to give the best results. B. Diagrams: Diagrams showing pipe connections are schematic only. Do not use for calculating lineal runs or numbers and types of fittings. , C. Connections to Equipment: Provide unions to allow local disassembly. 3.2 INSTALLATION OF PIPING AND VALVES A. General: 1. Install piping promptly, capping or plugging all open ends and making pipe generally level and plumb, free from traps, and in a manner to conserve space for other work. City Hall Campus Improvments 15060-3 SECTION 15060 PIPE, VALVES, AND FITTINGS 2. Inspect each piece of pipe, tubing, fittings, and equipment for defects and ' obstructions; promptly remove all defective material from the tobsite. 3. Install pipes to clear all beams and obstructions; do not cut into or reduce the size of load carrying members. 4. Use long radius elbows wherever possible. 5. Install all piping in accordance with ASME B31 9 'Building Services Piping" and as specified herein. B. Location of Pipe: Piping layout as shown is diagrammatic indicating general arrangement. Determine measurements at jobsite, accurately cutting pipe to suit. Locate piping to avoid interference with budding structural members, equipment, and building openings; provide access for operation, service, disconnection, removal and replacement of valves, fixtures, and equipment. Within buildings, conceal all piping above ceiling except where indicated to remain exposed. Provide separate trenches for water and sewer lines. 1 C. Cleaning: Clean interior of piping before making joints and placing in position by blowing clean with compressed air. Maintain cleanliness of piping throughout installation; provide caps or plugs on open ends of cleaned piping. ' D. Unions and Fittings: Provide unions at valves, fixtures, and equipment if a means of disconnection is not otherwise provided. Provide reducing fittings for all changes in pipe size; bushings are not acceptable. Use fittings for all changes in direction of piping. E. Routing: Run parallel to column lines and perpendicular to the floor unless shown otherwise on Drawings. F. Leaks: Correct immediately, using new materials, leak-sealing compounds not permitted. G. Concealed Piping: Install piping as concealed work in finished areas, unless indicated otherwise. Do not cover up or enclose work until properly and completely inspected and reviewed. Should work be covered up or enclosed prior to inspections and reviews, uncover work as required and, after completely inspected and reviewed, make repairs and replacements with materials as necessary and at no additional cost to Owner. H. Dielectric Unions: Provide dielectric unions at each joint between dissimilar metals, except that bronze valves and fittings may be used without dielectric couplings for ferrous-to-ferrous or non-ferrous-to-non-ferrous connections. I. Hose End Drain Valves: Provide at low points of all systems and as indicated. 3.3 PIPE HANGERS AND SUPPORTS A. Provide all hangers, supports, bolts, and mounting accessories for piping and Iequipment. City Hall Campus Improvments 15060-4 SECTION 15060 PIPE, VALVES, AND FITTINGS B. Minimum Spacing of Horizontal Pipe Hangers: 1. Comply with the spacing requirements of MSS Standard SP-69. ' 2. Provide additional supports at concentrated loads, such as valves and similar items. Provide minimum of one hanger per section of soil, waste, and drainage piping. , C. Vertical Piping: Route vertical piping in a manner such that it can be attached to adjacent walls. ' D. Suspend piping using steel rod hangers, with individual rods for each hanger. E. Piping Supports: 1. Support all piping to route expansion and contraction in the required direction. 2. Use hangers for supporting pipe 2 inches and larger that are fabricated to t permit adjustment after erection while still supporting its load. 3. Use wall brackets where pipes are adjacent to walls or other vertical surfaces which may be used for support. 4. Install supports to adequately carry the load and still maintain proper alignment. F. Attach hangers to wood truss with lag bolts. 3.4 INSULATION INSERTS ` Insulated Piping. Provide factory fabricated insulation inserts with split metal jacket. Install inserts prior to installing insulation. Inserts for piping at pipe clamps on formed steel channels shall be 360 degree inserts covering the complete circumference of the pipe. 3.5 JOINTS A. Screwed: 1. Produce sufficient lengths of perfect threads to ensure full metal-to-metal contacts when screwed in fittings; countersink, ream and clean ends of pipes of chips and burrs after threading. 2. Make up full connections with not more than one full thread exposed, by such method that will not subject pipes or fittings to twisting or cross , strains; lubricate male threads only with joint compound. B. Brazed and Soldered: Cut ends square and remove all fins and burrs. Replace , all dents and damaged tubing with new tubing. Remove all grease and oil from all joints by wiping with clean cloth saturated with a suitable chemical solvent and then clean with emery cloth. After cleaning apply non-corrosive flux, apply heat and solder and hold joint rigidly until solder has hardened. Wipe excess solder from exterior of joint before hardening Before soldering, remove stems and washers of solder joint valves. City Hall Campus Improvments 15060-5 SECTION 15060 PIPE, VALVES, AND FITTINGS 3.6 PIPE THERMOMETERS AND THERMOWELLS Not used 3.7 TESTING OF PIPING A. General: 1. Test piping systems and connected equipment. Test after the lines have been cleaned and prior to insulation. 2. Furnish test equipment. Install a calibrated test pressure gage in the piping being tested. 3. Prior to testing, remove apparatus which may be damaged by testing. 4. Make test in presence of the Architect. 5. Rectify all defects which develop during testing and retest until approved t by the Architect 6. Provide vents and drain valves as required to drain piping after testing. ' B. Test Requirements: Follow test requirements unless requirements are specified in individual specification Sections. Submit a report indicating results I of all pressure tests. 1. Drainage and vent piping and domestic water test pressure requirements are specified in Section 15400 2. Time: Hold pressure to inspect all joints and connections. 3. Water test piping with water less than 100 degrees F. END OF SECTION City Hall Campus Improvments 15060-6 SECTION 15250 MECHANICAL INSULATION PART 1 - GENERAL 1.1 DESCRIPTION Work Included: The work of this Section includes insulation and accessories for piping systems. 1.2 SUBMITTALS Product Data: All materials. 1.3 QUALITY ASSURANCE A. Fire Resistance: 1. Insulation: Flame spread and smoke-developed ratings per NFPA 255, ASTM E84, and UL 723 testing requirements; not more than 25150. 2. Tape, Adhesives, Vapor Barrier Materials, and Jackets: Flame spread , ratings not to exceed 25. 3. Exempt Items/Materials: The following are exempt from the fire resistance ratings: a. PVC jacket covers. 1.4 DEFINITIONS A. Thickness. Normal thickness of insulation is defined as the thickness of the basic insulating medium not including finishing coats. B. Exposed Versus Concealed Insulation: 1. Exposed is defined as work exposed to the view of occupants in normally ' occupied areas and in equipment rooms. 2. Concealed is defined as work located in ceiling spaces, chases, and other locations not exposed to view C. Thermal Conductivity is defined as Btu-inch/hour-square feet-degrees F. D. Cold Piping: Domestic cold water. i E. Heat Taped: The application of Heat Cable to pipe. PART 2 - PRODUCTS 2.1 INSULATION CHARACTERISTICS A. Manufacturer: Owens-Corning, Certainteed, Johns Manville, or Knauf. B. Pipe Insulation: 1. Fiberglass: Suitable for pipe temperature from 0 degrees F to plus 800 degrees F; one piece type with only one longitudinal joint, thermal City Hall Campus Improvements 15250-1 SECTION 15250 MECHANICAL INSULATION conductivity not greater than 0.24 at 75 degrees F mean temperature. Provide factory applied all-service jacket a Factory Applied All-service Jacket for Fiberglass Insulation: White kraft paper outer surface bonded to aluminum foil vapor barrier, suitable for painting Kraft paper permanently treated for fire and smoke safety and to prevent corrosion of the foil. Factory applied pressure sensitive closure system for permanent seal of laps and 1 butt strips. C. Insulation For Valves 2 Inches and Smaller, Fittings, and Unions: 1. Fiberglass: Owens-Corning Type TIW wool type wrap, Johns Manville HTB 26 insulation blanket, or resilient glass fiber strips to same thickness of adjacent piping insulation Provide with PVC covers. a. PVC Covers Factory premolded one-piece PVC covers. D. Insulation For Strainers and Backflow Preventers: 1. Fiberglass: Flexible removable fiberglass blanket fabrication of a sandwich section of fiberglass batt ( 1 pound per cubic foot density), same thickness as adjacent insulation, enclosed in glass cloth cover machine sewed at the ends; provide copper eyehooks and wire for lacing the blanket. 2.2 INSULATION SPECIALTIES A. Joint Tape: Glass fiber reinforced, aluminum foil and kraft paper laminate with vapor barner characteristics comparable to insulation facing. B. Finishing Cement: Hydraulic setting, low shrinkage insulating and finishing cement for one coat finish, suitable for painting with water base paint, Johns Manville No. 375 or approved. C. Insulating Cement: Mineral fiber cement suitable for application on metal in single layers up to 4-inch thick, Johns Manville No. 460 Cement or approved. D. Vapor Barrier Adhesive: Vapor barrier lap sealing adhesive, Foster 85-20 or approved. E. Lagging Adhesive: Foster 30-36, Miracle LA69, Arabol, or approved. F. Vapor Barrier Coating: Foster 30-80 water based vapor barrier coating or equivalent. G. Aluminum Pigmented Vapor Barrier Mastic: Foster 60-65 or approved. H. Mastic: Foster Cl oil base or HI water base. I. Inserts: Specified under Section 15060. City Hall Campus Improvements 15250-2 SECTION 15250 MECHANICAL INSULATION 2.3 HEAT CABLE CHARACTERISTICS A. Manufacturer: Raychem or approved equal commercial grade as submitted on Plumbing drawing. 1. Refer to manufacturer installation guide for installation details and accessory details. PART 3 - EXECUTION 3.1 GENERAL A. Insulate all surfaces of cold piping and piping components. B. Install with all joints tightly butted. Tuck and tuft all edges of insulation. Maintain vapor barrier when butting insulation to inserts. C. Remove all loose dirt, rust, all other loose foreign material, moisture and frost j from surfaces prior to installing insulation and heat cable. D. Apply insulation and heat cable only after piping has been tested. 3.2 INSTALLATION (PIPING) i A. General: 1. Provide all insulation continuous through wall openings and sleeves. 2. Provide all insulation over heat cable in accordance with heat cable manufacturers recommendations. 3. In order to prevent condensation formation under normal operation, apply insulation with a continuous, unbroken vapor seal throughout each entire cold piping system. Refer to definition of cold piping in Part 1 of this Section. Adequately insulate and vapor seal hangers and supports that are secured directly to cold surfaces to prevent condensation. 4. Apply specific adhesives, mastics, and coatings at the manufacturer's recommended minimum coverage per gallon. 5. Inserts: Overlap adjacent insulation jacket a minimum of 1 inch on insulation inserts and securely cement in place. B. Fiberglass Insulation: 1. Fiberglass Insulation For Pipes: Apply insulation over clean, dry pipe with all joints butted firmly together. Smoothly secure longitudinal jacket laps and butt strips according to manufacturer's recommendations. 2. Fiberglass Insulation For Valves 2 Inches and Smaller, Fittings, and Unions: Apply insulation and install PVC covers. Staple and seal all seam edges of the one-piece PVC cover with vapor-barrier adhesive applied over insulation. Tape circumferential edges of cover with vapor barrier pressure sensitive tape to match fitting cover color. The tape shall extend over the adjacent piping insulation and have an overlap on itself at least 2 inches. City Hall Campus Improvements 15250-3 SECTION 15250 MECHANICAL INSULATION a. Unions: Each union shall have a separate PVC fitting cover. Write the word "UNION" on each PVC union cover with a permanent black felt marking pen. 3. Fiberglass Insulation for Strainers and Backflow Preventers: Apply flexible removable fiberglass blanket insulation and glass cloth cover jacket. a. Piping Components In Cold Piping Systems: Apply vapor barrier coating over exterior surfaces to provide a continuous vapor barrier. 3.3 ITEMS TO BE INSULATED AND HEAT TAPED Piping: Domestic cold water piping. 3.4 ITEMS NOT TO BE INSULATED AND HEAT TAPED A. Piping: 1. Valve stems and operators. 2. Cold water piping from the trap primers to floor drains. 3. Below ground piping. 3.5 INSULATION TYPE AND THICKNESS A. Pipe: Insulate piping to the thickness listed in the following table. Service Type Insulation Thickness for Pipe Sizes Shown Inches To 1 1.25-2 Domestic Cold Water I FG 1.0 1.0 B. Abbreviations: 1. FG - Fiberglass. END OF SECTION i t City Hall Campus Improvements 15250-4 SECTION 15400 PLUMBING PART 1 GENERAL 1.1 WORK INCLUDED The work of this Section includes piping and associated work to connect the pumps in the outdoor cistern to the indoor pressure tank system, and to supply the toilets in the budding with rainwater from the pressure tank system. Work includes required demolition and capping of existing plumbing serving the toilets and replacement with properly marked and rated non-potable plumbing. Work of this section includes all piping specialties and accessories necessary for complete functioning of the toilet water supply system. 1.2 CODES Provide all plumbing work in conformance with the Uniform Plumbing Code and local amendments. 1.3 SUBMITTALS A. Product data for the following: 1. Pipe, valves, and fittings. 2. Pipe specialties and accessories. PART 2 - PRODUCTS 2.1 RECLAIMED WATER PIPING A. Per section 15050. 2.2 PIPING SPECIALTIES AND ACCESSORIES A. Acceptable Manufacturers- Jay R Smith, Josam, Wade, Zurn, Jones, Mifab, , Watts, Ancon, Woodford, Sioux Chief, Precision Plumbing Products or as specified B. Water Hammer Arresters: Jay R. Smith Models 5005 to 5050 or equivalent, in- , line, factory-sealed shock arresters with screwed connections, shall meet PDI Standard WH-201 C. Back Flow Preventers, Febco products specified; equivalent of Watts, Wilkins, Beeco, Cla-Val or Ames are acceptable Backflow preventers shall be approved for use by the Washington State Department of Health They shall comply with WAC 246-490 and recommendations of the PNWS-AWWA Cross Connection Manual, latest edition 1. Double Check Valve Assembly Febco Model 850; bronze valve body; threaded end connections, complete with isolating bronze ball valves. City Hall Campus Improvements 15400-1 SECTION 15400 PLUMBING D. Dielectric Unions: 1. 2 Inches and Smaller: Dielectric unions rated at 250 psig at 180 F conforming to ANSI B16 39. 2. Manufacturer Watts 3000 Series, Epco or equivalent. E. Vandal Proof Vent Cap. Jay R. Smith Model No. 1748 or approved equal of Wade or Josam, enameled cast iron dome secured with recessed alien key set screws. 2.3 DRAINS A. Manufacturer: Jay R. Smith, Josam, Zurn, Ancon, Jones, Watts, or Wade unless specified otherwise. B. Catalog Numbers: Catalog numbers of one or more manufacturers describe exact drain required. C. Connection for Trap Priming: Provide a trap primer connection for floor drains that are indicated on Drawings to be primed. D. Floor Drains as specified on submitted plumbing drawings. PART 3 EXECUTION 3.1 GENERAL A. Inspection: 1. Carefully inspect installed work of other trades and verify that such work is complete to the point where this installation may properly commence. ' 2. Verify that plumbing is installed in accordance with pertinent codes, regulations, and Drawings. B. Discrepancies: In the event of discrepancy, immediately notify the Architect; do not proceed with installation until discrepancies have been resolved 3.2 INSTALLATION OF BUILDING PIPING AND EQUIPMENT A. General: Install piping and equipment in accordance with Section 15050 and as follows. 1. Install piping promptly, capping or plugging open ends and in a manner to conserve space for other work. 2. Support all piping independently from connected equipment 3. Inspect each piece of pipe, fitting, and equipment for defects and obstructions, promptly remove defective material from job site. 4. Install pipes to clear beams and obstructions; do not cut into or reduce size of load carrying members without the approval of the Architect. 5. Water Hammer Arrestors: Install sizes selected from manufacturer's tables to match branch pipe size, fixture units of attached fixtures and City Hall Campus Improvements 15400-2 SECTION 15400 PLUMBING equipment, and to suit system pressure at point of installation. Placement and connections shall be per PDI Standard WH-201, with the exception that a water hammer arrestor is not required on a branch line which has only a single fixture Install in an upright position and in an accessible location. 6. Automatic Trap Primers. Provide trap primers where drains are indicated to be primed and where required by the plumbing code. Connect primer line on the top of a horizontal cold water line and install trap primer valve and distribution unit in an accessible location. 7. Provide unions for all equipment requiring disconnection for service including, but not limited to the following. a. Inlet and outlet of trap primers 8. Dielectric Union: Provide at each joint between dissimilar metals, except that bronze valves and fittings may be used without dielectric fittings for ferrous-to-ferrous or non-ferrous-to-non-ferrous connections 9. Excavation, Backfilling, and Compaction Requirements For Underground Piping Except Service Water Piping- Per requirements in Section 15050. 10. Excavation, Bedding, and Backfill for Water Service: a. Provide all excavation, bedding, and backfill required both inside and outside the building per requirements of Section 02510-Exterior Water Distribution. b. Install underground piping in accordance with requirements of Section 02510-Exterior Water Distribution. B. Hangers and Supports: 1. Use wall brackets for supporting piping adjacent to walls or other vertical surfaces. Use bolted steel clamps for supporting vertical lines. Place supports as near as possible to concentrated loads and, when practicable, immediately adjacent to changes in direction. Support horizontal piping so as to maintain alignment, prevent grade reversals, and prevent sagging 2. Water Piping Per requirements in Section 15050. C. Backflow Preventers: Install double check valve backflow preventers at maximum 4 feet above the finished floor. 3.3 CONCEALED WORK A. General: Do not cover up or enclose work until inspected and approved. ■ B. Noncompliance: Should work be covered up or enclosed prior to required inspections, uncover work as required and, after inspection and approval, make repairs and replacements. 3.4 TESTING A Water Piping: Test with water at 1-1/2 times working pressure. City Hall Campus Improvements 15400-3 SECTION 15400 PLUMBING B. Trap Primers: Provide test results to certify acceptable operation. C. Backflow Preventers: Provide test results to certify acceptable operation. 3.5 CLEANING UP Prior to acceptance of building, thoroughly clean exposed portions of plumbing installation, removing labels and traces of foreign substance, using only a cleaning solution approved by manufacturer of plumbing item and being careful to avoid damage to finished surfaces. 3.6 FLUSHING After completion of domestic water piping installation, flush system thoroughly. 3.7 SYSTEMS OPERATION DEMONSTRATION Subject systems to such operating tests as are required to demonstrate that the I equipment installed will operate within the specified limits through normal ranges and sequences including simulation of possible abnormal conditions Operate every device manually and automatically, in accordance with its purpose. Operating test duration, not less than 6 hours after all major corrections have been made. If tests do not demonstrate satisfactory system performance, correct deficiencies and retest systems. END OF SECTION City Hall Campus Improvements 15400-4 SECTION 16000 ELECTRICAL WORK PART 1 —GENERAL 1.1 WORK INCLUDED IN THIS SECTION A. The work shall include the furnishing of all labor, materials, tools and equipment necessary to providing the Electrical and Illumination Systems complete in every respect. This would include, but not be limited to, the following: 1. Parking Lot Lighting Standards and Luminaires Complete. 2. Wiring Including Conduit, Junction Boxes, Handholes, etc. 3. Testing of the Entire System 1.2 CODES AND ORDINANCES All equipment furnished and work performed shall be in accordance with National, State and City Electrical Codes, established safety codes and other applicable local codes and ordinances. 1.3 PERMITS The Contractor shall obtain all permits and pay all fees. i 1.4 EXAMINATION OF SITE AND DOCUMENTS The bidder is required to examine carefully the site of the proposed work, the proposal, plans and specifications and contract forms before submitting a bid. Upon submission of a bid, it is mutually agreed that the bidder is aware of all conditions that will affect his work. 1.5 CLEAN-UP I Upon completion of the work and before final approval and payment, the contractor shall, at his own expense, remove from the site and adjoining property, and dispose of all surplus and discarded materials, rubbish, temporary buildings, equipment and debris which may have accumulated during the execution of the work. All fixtures and equipment shall be left thoroughly cleaned and in proper operating condition 1.6 WORKMANSHIP t All workmanship shall be the best-approved method of the trade. City Hall Campus Improvements 16000 - 1 SECTION 16000 ELECTRICAL WORK 1.7 MATERIAL LIST AND DRAWINGS The successful Contractor shall submit to the Engineer, WITHIN 14 CALENDAR DAYS after award of the Contract, a list of all material to be furnished. In addition six copies of shop drawings of lighting standards and all other major equipment shall be furnished to the Engineer for approval before ordering. Submittals will be "Approved For Design Only". This shall mean the Engineer has reviewed said submittal and finds no objection (except as noted) to the inclusion of the items into the construction, provided that it complies with contract drawings and specifications as to quantities, space requirements, dimensions, non-interference with other trades and other affected contract requirements. 1.8 RECORD DRAWINGS Work done shall be recorded as actually installed. One set of prints showing this shall be furnished to the Engineer at the completion of the work and shall be available for inspection during the course of the work. A separate marked up print of the site plan shall be provided showing all underground conduits in their actual installed locations with precise dimensions to existing elements. 1.9 GUARANTEE The Contractor shall guarantee his workmanship and the materials and equipment he furnishes for a period of One Year after the date of formal Acceptance of the project. Any items which fails during the guarantee period as a result of defects in material or workmanship shall be promptly and properly replaced by the Contractor after notification from the Owner. Random replacements of lamps during the guarantee period will not be required. All defective lamps and/or floodlights shall be replaced near the end of the one- year guarantee period. PART 2 - MATERIALS AND EQUIPMENT 2.1 DESCRIPTION All materials and equipment shall be new, of proven quality and be a standard product of a reputable manufacturer. Storage at the job site shall be in a manner that will prevent any damage or corrosion. 2.2 CONDUIT AND FITTINGS A. All raceways above grade shall be rigid galvanized steel with zinc protected threads. Fittings shall be of the same material with hot dipped galvanized finish. Field cut threads shall be protected and damaged galvanizing repaired per the conduit manufacturer's recommendations. 1 City Hall Campus Improvements 16000 - 2 SECTION 16000 ELECTRICAL WORK B. Conduit within a building may be EMT where permitted by Code. Fittings shall be suitable for this product. All conduit within the building shall be concealed unless otherwise noted. C. Conduit used in underground runs shall be Schedule 40 heavy wall rigid PVC, UL labeled with fittings of the same material. D. The conduits shall be capped during construction by means of manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling of the wire. Spare conduits shall include a nylon pull rope. 2.3 JUNCTION BOXES AND HANDHOLES A. Shall be installed where shown or required by code. Junction boxes shall be malleable iron with gasketed and bolted cover. Outlet boxes shall be pressed steel unless called out as cast steel or aluminum. B. Handholes for the underground circuit runs shall be composite material with bolt down cover designed to H2O specifications. They shall be suitable for use in driveway, parking lot and road shoulder applications that may be subject to occasional, non-deliberate heavy vehicles They shall be as manufactured by Christy Concrete Products or similar. The handhole shall be similar in size to WSDOT J-11 a, Type I, II or III and in accordance with the following table: WSDOT Type Composite Type Size I - (Christy) FL9/FL9T 10" x 16" x 12" Box/Cover C. Each conduit entering the box shall be neatly upswept and shall terminate not , less than 12 centimeters or more than 23 centimeters below the lid. D. All Handholes shall be set on a 15-centimeter free draining pea gravel base and be leveled to match grade. The lid shall be set flush with finish grade. Conduits into the Junction boxes and Switchgear Foundations shall have bell ends installed. Sufficient slack wire shall be provided to enable the splice to be raised a minimum of 46 centimeters outside of the box. 2.4 CONDUCTORS A. All wire and cable shall conform to the NEC and meet applicable ICEA specifications. Solid copper conductors No. 10 AWG and smaller. Insulation shall be Type THHN/THWN, 600 Volt minimum rated 750 C. and be color coded in a consistent manner. Each conductor shall be identified by Circuit and Phase Number at every handhole and junction box by a PVC wiring marking sleeve. City Hall Campus Improvements 16000 - 3 SECTION 16000 ELECTRICAL WORK B. Splices below grade shall be made with compression type connectors, be plastic tie-wrapped and made watertight with an epoxy splice kit, heat shrinkable medium wall flexible Polyolefin tubing or similar products. C. Splices above grade shall be made with screw type connectors and be plastic tie-wrapped. 2.5 PARKING LOT LIGHTING STANDARDS A. Lighting standards shall be provided by the Owner and installed by the Contractor where shown on the Drawings Owner has ordered and paid for the lighting standards due to lead-time and length of contract The standard shall be octagonal, tapered pre-stressed concrete, anchor base spun hollow standards machine made in steel molds by the centrifugal process. Prestressing wire, caging and other reinforcement shall be placed in a manner that assures no cracking during normal handling. The pole shall have a pole top tenon for attaching the luminaire. This detail shall be coordinated with the luminaire manufacturer to ensure a proper fit. B The pole shall have standard aggregate, buff cement and a clear acrylic I sealcoat applied per the manufacturer's standard method. Finish shall be exposed. The pole shall be 6.0 meters in height, Centrecon #SBO-6.0-313. 2.6 PARKING LOT LUMINAIRES A. Luminaires shall be provided by the owner and installed by the Contractor, and shall be round with formed and welded aluminum housing and rim mounted bracket arms. Owner has ordered and paid for the luminaries due to lead-time and length of contract. The lens shall be plain, flat, heat and impact resisting ' glass in a mitered extruded aluminum neoprene gasketed frame. Reflectors shall be provided and the lamp position selected such that the luminaire produces an IES-ANSI Type III Medium distribution with essentially complete I light cutoff above 750 from Nadir when operated with a high pressure sodium lamp, S-55. B. The luminaire housing shall contain the ballast and be tenon mounted. This detail shall be coordinated with the pole manufacturer to ensure a proper fit. The ballast shall be rated 120/277 volts ±10 percent and be of the auto- regulator design. The ballast shall be suitable for operating a 150 watt high pressure sodium lamp, ANSI S55CX. The luminaire shall have a baked on polyester powder coat finish with a reveal strip The luminaire shall be LSI Hilton Series, Sterner Humboldt or prior approved equal. C. Lamps shall be ANSI S55CX-LU150. City Hall Campus Improvements 16000 - 4 SECTION 16000 ELECTRICAL WORK 2.7 MISCELLANEOUS ELECTRICAL EQUIPMENT Additional electrical equipment is required including switches, etc. This equipment shall be as shown and specified on the Drawings. PART 3 - INSTALLATION METHODS 3.1 GROUNDING Provide a complete grounding system with grounding continuity throughout the system. Ground rods shall be copper clad 3/4" by 10' Ground wire shall be bare stranded copper. 3.2 DEPTH OF BURIAL All underground runs for the electrical distribution system shall be a minimum of 24 inches below grade. 3.3 TRENCHING, EXCAVATION AND BACKFILLING A. Provide all trenching, excavation and backfilling required for the installation of items included in this Contract. Provide a plastic Marker Tape the entire length of all underground conduit runs. The Marker Tape shall be 3" minimum width, bright red or yellow color installed a minimum of 12" above the top conduit run. B. Contact the Owner before trenching in any area. In trenching through sodded areas, remove the sod and replace after backfill and compaction In trenching through non- sodded earth areas, the Contractor shall compact to 90%, top dress with topsoil and reseed with an approved grass seed. Underground runs through asphalt or concrete areas shall be neatly cut, the backfill fully tamped to 95% compaction and the area repaired to match the existing. C. Underground sprinkler systems, sewers and other systems exist at all of the sites. Contact the Owner and call 800-424-5555 to ascertain the location of all underground systems before trenching or excavating. The Contractor shall make his best effort to locate all underground systems before trenching or excavating. In the event that damage still occurs, the underground systems shall be repaired to original condition at the Contractor's expense and be approved by the Engineer before backfillmg. 3.4 PARKING LOT LIGHT STANDARD SETTING Light standard locations shall be staked out by the Contractor and be approved by the Engineer before auguring. The standards shall be set on concrete bases as shown on the Drawings. Concrete shall be poured into undisturbed earth unless otherwise approved by the Engineer. Anchor bolts shall be installed so that the luminaire will be perpendicular to the centerline of the area City Hall Campus Improvements 16000 - 5 SECTION 16000 ELECTRICAL WORK it serves or as otherwise noted on the plans. The standards shall be placed on leveling nuts secured to the anchor bolts and locking nuts on top of the base plate. Exposed anchor bolts, nuts, and base plate shall be coated with Wasser MC-Tar, Atco Carbonlastic or equal. Standards shall be set plumb and true and the area around the base finished to match the existing grade. 3.5 MARKING OF DEVICES Engraved phenolic nameplates shall be provided for all time clock channels and the over ride switch. 3.6 TESTING Each circuit shall be tested with a megohm meter. A reading in excess of two (2) megohms shall be deemed satisfactory. The Contractor shall provide a written report of the results of his testing. The written report shall be provided to the Engineer prior to final acceptance of the project. Testing and operation of the entire system shall be performed. The Contractor shall provide manpower and equipment as necessary to correct any defects as directed by the Engineer. END OF SECTION City Hall Campus Improvements 16000 - 6 SECTION 16011 DEMOLITION PART GENERAL 1.01 DESCRIPTION OF WORK A. This section covers the removal of electrical devices, equipment, lighting fixtures, conduit and wiring. B. Existing conditions shown on drawings have been prepared from previous construction documents and site visits. The Contractor shall visit the job site and verify the existing conditions to his satisfaction; allow adequate monies to cover additional demolition work required as a result of existing conditions. 1.02 DISPOSAL OF DEMOLITION PRODUCTS A. Non-hazardous materials and equipment removed during demolition shall be transported to disposal site at contractor's expense. Materials noted on drawings to be retained, shall be given to the owner upon removal. B. Hazardous materials and equipment shall be identified to the owner prior to removal by the contractor Removal of the material shall be done by the contractor and cost of disposal shall be paid for by the owner. PART PRODUCTS Not Used. PART 3 EXECUTION i 3.01 REMOVAL A. Remove all electrical devices, lighting fixtures, etc. noted on drawings. This includes removal of conduit and wire back to panel or nearest device/fixture supplying power when noted on the plans. Allways remove wire back to the , panelboard a nd u pdate t he p anel directory, unless other electrical devices which are to remain would be interrupted. B. Provide coverplate for devices/fixtures removed in walls or ceilings that are to remain. Provide cap for abandoned conduit in ceilings, at point where ceiling space becomes inaccessible or in area approved by architect/engineer. C. Ensure all existing devices/fixtures to remain and shall be in same working condition prior to demolition. Provide circuit continuity to remaining devices/fixtures. City Hall Campus Improvements 16011 - 1 SECTION 16011 DEMOLITION 3.02 CLEAN-UP A. The premises shall be cleared of all accumulated materials, rubbish and debris at the end of each day. Any existing equipment or furniture shall be protected from dust and debris during demolition. Damage to existing equipment or furniture shall be the responsibility of the electrical contractor. B. Existing smoke/heat detectors shall be covered during demolition to prevent airborne dust to get into these devices. END OF SECTION City Hall Campus Improvements 16011 - 2 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 SUMMARY Section includes equipment grounding conductors; bonding methods and materials; conduit and equipment supports; anchors and fasteners; nameplates and labels; wire markers; raceway markers; and underground warning tape. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) - Standard of Installation. B. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. 1.3 SYSTEM DESCRIPTION A. Anchor and fasten electrical products to building elements and finishes as I follows: 1. Concrete Surfaces: Provide self-drilling anchors and expansion anchors. 2. Underground warning tape along length of each underground raceway or cable. 1.4 DESIGN REQUIREMENTS 1 Select materials, sizes, and types of anchors, fasteners, and supports to carry loads of equipment and raceway, including weight of wire and cable in raceway. 1.5 PERFORMANCE REQUIREMENTS Grounding System Resistance: 5 ohms. 1.6 SUBMITTALS j A. Section 01330 - Submittal Procedures: Submittal procedures. B. Product Data: Submit grounding electrodes and connections. 1.7 CLOSEOUT SUBMITTALS I Section 01700 - Execution Requirements: Closeout procedures. 1.8 FIELD MEASUREMENTS Verify field measurements prior to fabrication. City Hall Campus Improvements 16050 - 1 1 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 2 - PRODUCTS 2.1 MECHANICAL CONNECTORS Description Bronze connectors, suitable for grounding and bonding applications, in configurations required for particular installation. 2.2 EXOTHERMIC CONNECTIONS Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. 2.3 WIRE Material: Stranded copper. 2.4 ANCHORS AND FASTENERS A. Materials and Finishes: Corrosion resistant. rB. Description: Galvanized steel. 2.5 NAMEPLATES AND LABELS A. Nameplates: Engraved three-layer laminated plastic, black letters on white background. B. Letter Size: 1. 1/8 inch letters for identifying individual equipment and loads. 2.6 CONDUIT MARKERS A. Description- Nameplate fastened with straps. B. Color: 1. 480 Volt System: Black lettering on white background. 2. 208 Volt System. Black lettering on white background. 2.T UNDERGROUND WARNING TAPE Description: 4 inch wide plastic tape, detectable type, colored red with suitable warning legend describing buried electrical lines. City Hall Campus Improvements 16050 - 2 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01300 - Administrative Requirements: Coordination and project conditions. B. Verify final backfill and compaction has been completed before driving rod electrodes , 3.2 INSTALLATION A. Grounding and Bonding Installation, 1. Install bonding meeting Regulatory Requirements. 2. Bond together each metallic raceway, pipe, duct and other metal object. 3. Do not use spring steel clips and clamps. 4. Do not use powder-actuated anchors. B. Supports: 1. Fabricate supports from structural steel or formed steel members. Rigidly weld members or install hexagon head bolts to present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts. 2. Install surface mounted cabinets and panelboards with minimum of four anchors. ■ 3. In wet and damp locations install steel channel supports to stand cabinets and panelboards 1 inch off base. C. Identification Components: 1. Degrease and clean surfaces to receive nameplates. 1 2. Install nameplate parallel to equipment lines. 3. Secure nameplate to equipment front using screws. 4. Secure nameplate to inside surface of door on recessed panelboard in finished locations. 5. Identify underground conduits using one underground warning tape for each trench at 3 inches below finished grade. 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Requirements: Testing and inspection services. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Grounding and Bonding: Perform inspections and tests listed in NETA ATS, Section 7.13. END OF SECTION City Hall Campus Improvements 16050 - 3 1 SECTION 16111 1 CONDUITS PART GENERAL 1.01 DESCRIPTION jA. General: Provide conduits, complete, as shown, specified or required per Contract Documents. Principal items include: 1. Rigid aluminum conduit. 2. Rigid steel conduit. 3. Intermediate metal conduit (IMC). 4. Electric metallic tubing (EMT). 5. Flexible metal conduit (FLEX). 6. Polyvinyl chloride conduit (PVC). B. Other Applicable Sections: Requirements of Division 1 and Section 16050 apply to work of this Section. PART PRODUCTS 2.01 GENERAL A Minimum size shall be 3/4" minimum size, except that conduit to lighting control switches may be %2'. B. All raceways and fittings shall be new and bear UL label. 2.02 RIGID CONDUIT A. Conduit: Rigid conduit including couplings, locknuts, bushings, and nipples shall be galvanized steel or aluminum, thick wall, threaded. No running thread will be accepted; use nipples, unions or other fittings B. Fittings: Conduit fittings shall be galvanized steel or aluminum, threaded type, compatible with conduit material. 2.03 INTERMEDIATE METAL CONDUIT (IMC) A. Conduit: IMC conduit shall be galvanized. B. Fittings: Couplings shall be galvanized steel with threads on one end and swivel fitting on other end. Locknuts, bushings and nipples shall be galvanized steel, threaded type. i City Hall Campus Improvements 16111 - 1 SECTION 16111 CONDUITS 2.04 ELECTRICAL METALLIC TUBING (EMT) A. Tubing: Electrical metallic tubing shall be galvanized steel. B. Fittings: Fittings for use in EMT runs shall be galvanized steel. Connectors and couplings shall be steel setscrew type. 2.05 FLEXIBLE METAL CONDUIT (FLEX) A. Conduit: Flexible metal conduit shall be galvanized steel. B. Fittings: Connectors shall be galvanized and shall give positive continuity of ground by a squeeze or setscrew method. When flex is cut square, "fake" type connectors properly screwed into the convolutions of the conduit will be approved. Angle connectors shall be accessible at all times. C. Where exposed to moisture or weather, flex and fittings shall be watertight. 2.06 POLYVINYL CHLORIDE CONDUIT (PVC) A. Conduit: Polyvinyl chloride conduit shall be Schedule 40 with round smooth bore for direct burial. Type EB for concrete encasement may be used for utility services. B. Fittings: Couplings, bends, elbows, adapters and other fittings and materials, including jointing cement, shall be the product of, or as approved by, the conduit manufacturer. Fittings shall be of same basic material as conduit. PART 3 EXECUTION 3.01 LOCATIONS A. Rigid galvanized steel or IMC conduit where exposed to physical injury in all sizes. In dry locations, rigid aluminum conduit may be used in lieu of steel. B. PVC schedule 40 conduit shall be used in concrete encasement. C. PVC schedule 40 conduit may be used for underground installation for exterior branch circuit or feeder wiring and communications. P rovide r igid galvanized metal sweeps when transitioning to above ground. D. Electric metallic tubing may be installed for wiring above ground in dry places, where not subject to physical damage. City Hall Campus Improvements 16111 - 2 SECTION 16111 CONDUITS E. Flexible Metallic Conduit: Short wiring connections to motor, transformers, and other equipment subject to vibration shall be installed in flexible metallic conduit. C onnections for f ixed motors and other fixed equipment installed under this and other Sections affected by vibration or expansion due to heat shall be made with a short, suitable run of flexible metallic conduit Install 1 separate green ground conductor in all flexible conduits supplying motors or equipment. 3.02 PREPARATION A. Conduit runs shall be clean and dry before pulling in conductors. B. Conduits shall be cleaned with a cleaning mandrel prior to wire installation. ' C. Provide nylon pull-line in all empty conduits. D. Provide conduit caps for all spare conduits. E. Indicated the destination of all conduits at each end. ' 3.03 INSULATED BUSHINGS ' All conduits entering panels, junction boxes, outlets and devices shall be provided with insulated bushings or insulated throat connectors. Bushings for conduits 2" and larger shall be O Z. Gedney Type "B". 3.04 BUSHINGS Where a data, telephone, intercom, control, etc., conduit terminates in space, that is, not attached to a box or other fitting, a bushing shall be provided to the end of the conduit to protect the future wire from abrasion. 3.05 CAPPING A. Conduit shall be capped during construction by means of manufactured conduit seals or caps to prevent entrance of water or debris, and shall remain closed until ready for use. B. All spare conduits shall capped and labeled with "SPARE" at its destination. 3.06 JOINTS Conduit joints in concrete, masonry walls, or where exposed to weather or moisture, shall be made with an approved joint compound. City Hall Campus Improvements 16111 - 3 SECTION 16111 CONDUITS 3.07 PENETRATIONS OF WALLS BELOW GRADE Conduit penetrations of walls below grade shall be made using O.Z. Gedney Type WSK through-wall waterproofing fittings. 3.08 SUPPORTS A. General: Fastenings f or raceways shall be m ade b y means o f n of smaller than 3/16" diameter bolts, expansion bolts, or toggle bolts; or by equivalent approved fastenings. Fastenings, where exposed to weather or moisture, shall be galvanized. Nails or wooden or fiber inserts in masonry, shall not be used. Multiple conduit runs shall be racked on galvanized Unistrut. B. Masonry and Concrete: On masonry or concrete walls, columns or flooring, fastenings shall be made by means of lead expansion shields not smaller than 3/8" diameter by 5/8" long for use with No. 10-24 round head machine screws. Machine screws shall be not less than 1-1/4" long for installation on ceiling and not less than 1" long elsewhere. C. Steel Expansion Shield: Shall be Tampins Union Catalog Stock #2M5275 or an equivalent as manufactured by Star or Phillips. Holes for shields shall be carefully and accurately drilled, using sharp drills, to a depth which will afford the maximum practical engagement of threads (depth no less than 1-1/4" into solid concrete) and installation shall develop full strength for screws. D. Exposed or Accessible Locations: In accessible spaces or where exposed, rigid steel conduit smaller than 1", and EMT smaller than 1-1/4" shall berk supported by means of approved galvanized clamps and fastenings. Conduit shall be secured so that it cannot be moved without use of tools. E. Exposed Raceways- Exposed wireway runs shall be made horizontal and vertical and parallel to structural members and lines of building. Bends shall be neat and of not less than minimum radii permitted by Code, or fittings shall be used to obtain a neat appearance. 3.09 INSTALLATION OF PVC CONDUIT A. General: Installation of PVC conduit and fittings and preparation of permanent joints shall be performed in a manner, using cement, as recommended by conduit manufacturer. Care shall be practiced in performing cutting, using guides, proper heating and jigs to prevent crimping or deforming during the bending process. All bends should be made to conform with NEC Table 346-10, 'Bends How Made." City Hall Campus Improvements 16111 - 4 SECTION 16111 CONDUITS B. Risers Into Equipment: All risers including bends or sweeps from PVC conduit into pull boxes or panelboards shall be coated rigid steel conduit and suitable adapters shall be furnished and installed as required for such transition. Risers outside of partitions and equipment enclosures shall terminate with threaded steel coupling flush with floor. 3.10 EXCAVATION, TRENCHING AND BACKFILLING A. General: All excavations, trenching, backfdling and compacting for raceways shall be performed under the work of this Section and shall conform to the requirements of Division 2 and as identified below. B. Stacking: 13 2Kv, 600V-level, communication conduits and any other conduits shall not be stacked vertically. C. Backfill: provide minimum of 2" clean backfdl material above all conduits. Material shall be free of rocks, etc larger than %". D. Record Drawings: Accurately locate and dimension all underground runs on the record drawings. E. Provide 3" wide plastic warning tape 12" above all electrical and communication conduits. Install tape within 6" of outer vertical edges of conduit configuration and no further than 12" apart at locations where the multiple tapes are required. F. Clearances and separations in trenches: 1. 13.2kv power conduits — provide minimum of 12" horizontal and vertical separation from other 600v conduits and communication conduits. Where multiple 13.2kv conduits are called for, no separation is required. See Avista standard "Electrical Service and Meter Requirements" for additional requirements. 2. 600V-level and below power conduits - provide minimum of 12" horizontal and vertical separation from other 13.2kv conduits and 6" from communication conduits. Where multiple 600V-level and below conduits are called for, no separation is required. 3. Communication conduits - provide minimum of 6" horizontal and vertical separation from other 600v conduits and 12" from 13.2kv power conduits. Where multiple communication conduits are called for, no separation is required. G. Burial Depths 1. 13.2kv power conduit — 36" minimum or as required per Avista standard 1 "Electrical Service and Meter Requirements". City Hall Campus Improvements 16111 - 5 SECTION 16111 CONDUITS 2. 600V-level and below power conduits — 24" minimum. 3. Communication conduits — 24" minimum. 3.11 OPENINGS IN WALLS, CEILINGS AND FLOORS A. General- Openings in existing walls, partitions, ceilings and floors shall be made under this Section. Care shall be taken to avoid piping and equipment and unnecessary damage. Holes shall be a practicable minimum in size and number. Patch, repair and paint in workmanlike, approved manner. Penetrations shall be sealed to maintain existing fire rating. B. Approval: Request written approval from the Architect prior to any core drilling. 3.12 CONNECTIONS TO VIBRATION-ISOLATED EQUIPMENT A. All wiring (conduit and conductors) shall be arranged to avoid short circuiting of the vibration isolation system. B. Rotating Equipment: 1. When feeding from floor stub-up locations, locate the stub-up so as to provide not less than 12 diameters of flexible conduit length with green ground wire, both parallel to, and at right angles to, the equipment rotational centerline 2. When feeding from an overhead drop, where conduit is supported below an occupied floor, provide maximum length of flexible conduit with green ground wire in the drop and support the rigid horizontal conduit on spring hangers, similar to Mason Industries, Type 30N, within 30' of the vibrating equipment. 3. Circuits to mechanical or electrical equipment in roof penthouses shall be overhead, not through floor below or in conduit buried in slab. 3.13 CONNECTIONS TO MECHANICAL DUCTS There shall be no connection to, or contact with, supply or return ducts or the insulation thereon, in any way. Violation will require removal. END OF SECTION i City Hall Campus Improvements 16111 - 6 SECTION 16123 BUILDING WIRE AND CABLE PART 1 - GENERAL 1.1 SUMMARY Section includes building wire and cable; service entrance cable; and wiring connectors and connections. I1.2 REFERENCES A. NECA (National Electrical Contractors Association) - Standard of Installation. B. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. 1.3 SYSTEM DESCRIPTION A. Product Requirements. Provide products as follows: 1. Solid conductor for feeders and branch circuits 10 AWG and smaller. 2. Stranded conductors for control circuits 3. Conductor not smaller than 12 AWG for power and lighting circuits. 4. Conductor not smaller than 16 AWG for control circuits. 5. 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet. 6. 10 AWG conductors for 20 ampere, 277 volt branch circuits longer than 200 feet. 7. Other- as noted. B. Wiring Methods: Provide the following wiring methods: 1. Concealed Dry Interior Locations: Use only building wire Type THHN/THWN or XHHW or insulation in raceway. 2. Exposed Dry Interior Locations: Use only building wire Type THHN/THWN or XHHW insulation in raceway. 3. Wet or Damp Interior Locations: Use only building wire, Type XHHW insulation in raceway. 4. Exterior Locations: Use only budding wire Type XHHW insulation in raceway. 5. Underground Locations: Use only building wire Type XHHW insulation in raceway. 1.4 DESIGN REQUIREMENTS Use only copper conductors. 1.5 SUBMITTALS A. Section 01330 - Submittal Procedures: Requirements for submittals. City Hall Campus Improvements 16123 - 1 SECTION 16123 BUILDING WIRE AND CABLE B. Product Data: Submit for building wire. 1.6 CLOSEOUT SUBMITTALS A. Section 01700 - Execution Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.7 QUALIFICATIONS Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. 1.8 FIELD MEASUREMENTS ' Verify field measurements are as indicated on Drawings. 1.9 COORDINATION A. Section 01300 - Administrative Requirements: Requirements for coordination. B. Where wire and cable destination is indicated and routing is not shown, determine routing and lengths required. C. Wire and cable routing indicated is approximate unless dimensioned. PART 2 - PRODUCTS , 2.1 BUILDING WIRE A. Product Description: Single conductor insulated wire. B. Insulation: NFPA 70; Type THHN/THWN and XHHW insulation for feeders and branch circuits. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01300 - Administrative Requirements: Coordination and project ■ conditions. B. Verify interior of building has been protected from weather. C. Verify mechanical work likely to damage wire and cable has been completed. D. Verify raceway installation is complete and supported. City Hall Campus Improvements 16123 - 2 SECTION 16123 BUILDING WIRE AND CABLE 3.2 PREPARATION Completely and thoroughly swab raceway before installing wire. 3.3 INSTALLATION A. Route wire and cable to meet Project conditions. B. Install wire and cable in accordance with NECA "Standard of Installation." C. Neatly train and lace wiring inside boxes, equipment, and panelboards. D. Identify and color code wire and cable under provisions of Section 16050. Identify each conductor with its circuit number or other designation indicated. E. Special Techniques—Building Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment. F. Special Techniques - Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. 6. Install insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. 3.4 WIRE COLOR A. General 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following: a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. C. Orange, brown, and yellow for circuits at 277/480 volts single or three phase. 2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices and boxes. Colors are as follows: a Black, red, and blue for circuits at 120/208 volts single or three phase. b. Orange, brown, and yellow for circuits at 277/480 volts single or three phase. City Hall Campus Improvements 16123 - 3 SECTION 16123 BUILDING WIRE AND CABLE B. Neutral Conductors: White. When two or more neutrals are located in one conduit, individually identify each with proper circuit number. C. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded. D. Feeder Circuit Conductors: Uniquely color code each phase. E. Ground Conductors: 1 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction boxes 3.5 FIELD QUALITY CONTROL 1� A. Section 01400 - Quality Requirements: Testing and inspection services. ■ B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION , City Hall Campus Improvements 16123 - 4 SECTION 16130 RACEWAY AND BOXES PART 1 - GENERAL 1.1 SUMMARY Section includes conduit and tubing, surface raceways, wireways, outlet boxes, pull and junction boxes, and handholes. 1.2 REFERENCES A. ANSI C80 1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. LC. NECA (National Electrical Contractor's Association) - "Standard of Installation" D. NEMA FB 1 (National Electrical Manufacturers Association) - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. E. NEMA OS 1 (National Electrical Manufacturers Association) - Sheet-steel Outlet Boxes, Device Boxes, Covers, and Box Supports. F. NEMA TC 3 (National Electrical Manufacturers Association) - PVC Fittings for Use with Rigid PVC Conduit and Tubing. G. NEMA 250 (National Electrical Manufacturers Association) - Enclosures for Electrical Equipment (1000 Volts Maximum). 1.3 SYSTEM DESCRIPTION A. Raceway and boxes located as indicated on Drawings, and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system. B. Underground More than 5 feet outside Foundation Wall: Provide schedule 40 PVC nonmetallic conduit. Provide cast metal boxes or nonmetallic handhole. C. Underground Within 5 from Foundation Wall: Provide schedule 40 PVC nonmetallic conduit. Provide cast metal or nonmetallic boxes. D. Outdoor Locations, Above Grade: Provide rigid steel conduit, intermediate metal conduit and electrical metallic tubing. Provide cast metal outlet, pull, and junction boxes. ' E. Wet and Damp Locations: Provide rigid steel conduit, intermediate metal conduit, electrical metallic tubing, schedule 40 PVC nonmetallic conduit. Provide cast metal or nonmetallic outlet, junction, and pull boxes. Provide flush mounting outlet box in finished areas. City Hall Campus Improvements 16130 - 1 SECTION 16130 RACEWAY AND BOXES 1.4 DESIGN REQUIREMENTS Minimum Raceway Size: 3/4 inch unless otherwise specified. 1.5 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Product Data: Submit for the following: 1. Liquidtight flexible metal conduit. 2. Nonmetallic conduit. 3. Raceway fittings. 4, Conduit bodies. s. Wireway. 6 Pull and junction boxes. 7. Handholes. C. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. ' 1.6 CLOSEOUT SUBMITTALS A. Section 01700 - Execution Requirements: Closeout procedures. B. Project Record Documents. , 1.7 DELIVERY, STORAGE, AND HANDLING A. Section 01600 - Product Requirements: Product storage and handling requirements B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. 1.8 COORDINATION A. Section 01300 - Administrative Requirements: Coordination and project conditions. B. Coordinate installation of outlet boxes for equipment connected under Section 16180. ' C. Coordinate mounting heights, orientation and locations of outlets mounted above counters, benches, and backsplashes. City Hall Campus Improvements 16130 - 2 SECTION 16130 ' RACEWAY AND BOXES PART 2 - PRODUCTS 2.1 METAL CONDUIT A. Rigid Steel Conduit: ANSI C80.1. B. Intermediate Metal Conduit (IMC): Rigid steel. ' C. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit. 2.2 LIQUIDTIGHT FLEXIBLE METAL CONDUIT ' A. Product Description: Interlocked steel construction with PVC jacket. ' B. Fittings: NEMA FB 1. 2.3 ELECTRICAL METALLIC TUBING (EMT) ' A. Product Description: ANSI C80.3; galvanized tubing. B. Fittings and Conduit Bodies: NEMA FB 1; steel compression type. 2.4 NONMETALLIC CONDUIT ' A. Product Description: NEMA TC 2; Schedule 40 PVC. B. Fittings and Conduit Bodies: NEMA TC 3. ' 2.5 OUTLET BOXES ' A. Sheet Metal Outlet Boxes- NEMA OS 1, galvanized steel. 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; furnish 1/2 inch male fixture studs where required. ' 2. Concrete Ceding Boxes: Concrete type. B. Nonmetallic Outlet Boxes: NEMA OS 2. C. Cast Boxes, NEMA FB 1, Type FD, cast feralloy. Furnish gasketed cover by box manufacturer. Furnish threaded hubs. D. Wall Plates for Finished Areas: As specified in Section 16140. E. Wall Plates for Unfinished Areas- Furnish gasketed cover. 2.6 PULL AND JUNCTION BOXES A. Sheet Metal Boxes NEMA OS 1, galvanized steel. B. Hinged Enclosures: As specified in Section 16131. ' City Hall Campus Improvements 16130 - 3 SECTION 16130 RACEWAY AND BOXES ' C. Surface Mounted Cast Metal Box: NEMA 250, Type 4 flat-flanged, surface mounted junction box- D. Material: Cast aluminum. Cover- Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. In-Ground Cast Metal Box: NEMA 250, Type 6, outside flanged, recessed cover box for flush mounting: i Material: Galvanized cast iron. ' 2. Cover: Smooth cover with neoprene gasket and stainless steel cover screws. 3. Cover Legend: "ELECTRIC'. , F. Fiberglass concrete composite Handholes: Die-molded, glass-fiber concrete composite handholes: ' G. Cover: Glass-fiber concrete composite, weatherproof cover with nonskid finish. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01300 - Administrative Requirements- Coordination and project conditions. ' B. Verify outlet locations and routing and termination locations of raceway prior to rough-in. ' 3.2 INSTALLATION A. Install Work in accordance with City of Kent standards. ' B. Install raceway and boxes in accordance with NECA "Standard of Installation." , C. Ground and bond raceway and boxes in accordance with Section 16050. D. Fasten raceway and box supports to structure and finishes in accordance with ' Section 16050. E. Identify raceway and boxes in accordance with Section 16050. ' F. Arrange raceway and boxes to maintain headroom and present neat , appearance. 3.3 INSTALLATION - RACEWAY A. Raceway routing is shown in approximate locations unless dimensioned. Route to complete wiring system. City Hall Campus Improvements 16130 - 4 , SECTION 16130 RACEWAY AND BOXES B. Install nonmetallic conduit. ' C. Arrange raceway supports to prevent misalignment during wiring installation. D. Support raceway using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. E. Group related raceway; support using conduit rack. Construct rack using steel ' channel specified in Section 16050. F. Construct wireway supports from steel channel specified in Section 16050. G. Route exposed raceway parallel and perpendicular to walls. H. Route conduit in and under slab from point-to-point. I. Maintain clearance between raceway and piping for maintenance purposes. J. Maintain 12 inch clearance between raceway and surfaces with temperatures exceeding 104 degrees F (40 degrees C). K. Cut conduit square using saw or pipecutter; de-burr cut ends. L. Bring conduit to shoulder of fittings; fasten securely. M. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for minimum 20 minutes. N. Install conduit hubs or sealing locknuts to fasten conduit to cast boxes. ' O. Install no more than equivalent of three 90 degree bends between boxes. Install conduit bodies to make sharp changes in direction, as around beams. Install factory elbows for bends in metal conduit larger than 2 inch size. ' P. Avoid moisture traps; install junction box with dram fitting at low points in conduit system. ' Q Install suitable pull string or cord in each empty raceway except sleeves and nipples. ' R. Install suitable caps to protect installed conduit against entrance of dirt and moisture. S. Close ends and unused openings in wireway. ' City Hall Campus Improvements 16130 - 5 SECTION 16130 RACEWAY AND BOXES ' 3.4 INSTALLATION - BOXES A. Install wall mounted boxes at elevations to accommodate mounting heights as ' indicated on Drawings. B. Adjust box location up to 10 prior to rough-in to accommodate intended ' purpose. C. Orient boxes to accommodate wiring devices oriented as specified in Section 16140. D. Install adjustable steel channel fasteners for hung ceiling outlet box. ' E. Do not fasten boxes to ceiling support wires or other piping systems. F. Support boxes independently of conduit. , G. Install gang box where more than one device is mounted together. Do not use ' sectional box. 3.5 ADJUSTING A. Section 01700 - Execution Requirements: Testing, adjusting, and balancing. B. Adjust flush-mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused openings in boxes. ' 3.6 CLEANING A. Section 01700 - Execution Requirements: Final cleaning. ' B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. , END OF SECTION , City Hall Campus Improvements 16130 - 6 ' SECTION 16131 ' CABINETS AND ENCLOSURES PART 1 - GENERAL 1.1 SUMMARY ' Section includes hinged cover enclosures, cabinets, terminal blocks, and accessories. ' 1.2 REFERENCES A. NECA (National Electrical Contractors Association) -Standard of Installation. B. NEMA ICS 4 (National Electrical Manufacturers Association) - Terminal Blocks for Industrial Control Equipment and Systems ' C. NEMA 250 (National Electrical Manufacturers Association) - Enclosures for Electrical Equipment (1000 Volts Maximum). ' 1.3 SUBMITTALS ' A. Section 01330 - Submittal Procedures. Submittal procedures. B. Product Data: Submit manufacturer's standard data for enclosures, cabinets, and terminal blocks. C. Manufacturer's Installation Instructions: Submit application conditions and ' limitations of use stipulated by product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of product. i1.4 QUALIFICATIONS Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years experience. 1.5 EXTRA MATERIALS ' A. Section 01700 - Execution Requirements: Spare parts and maintenance products. B. Furnish two of each key. ' PART 2 - PRODUCTS 2.1 HINGED COVER ENCLOSURES A. Construction: NEMA 250, Type 3R steel enclosure. ' B. Covers: Continuous hinge, held closed by flush latch operable by key. ' City Hall Campus Improvements 16131 - 1 SECTION 16131 CABINETS AND ENCLOSURES ' C. Furnish interior metal panel for mounting electrical components; finish with white enamel. D. Enclosure Finish: Manufacturer's standard enamel. PART 3 - EXECUTION ' 3.1 INSTALLATION A. Install in accordance with NECA"Standard of Installation." , B. Install enclosures and boxes plumb. Anchor securely to wall and structural ' supports at each corner in accordance with Section 16050. C. Install cabinet fronts plumb. , 3.2 CLEANING A. Section 01700 - Execution Requirements: Final cleaning. , B. Clean electrical parts to remove conductive and harmful materials. ' C. Remove dirt and debris from enclosure. D. Clean finishes and touch up damage. END OF SECTION City Hall Campus Improvements 16131 - 2 , SECTION 16135 ' UNDERGROUND CONDUIT AND MANHOLES PART 1 - GENERAL 1.1 SUMMARY Section includes conduit, manholes and handholes. 1.2 REFERENCES ' A. ANSI C80.1 - Rigid Steel Conduit, Zinc-Coated. B. ASTM A48 - Gray Iron Castings. C. ASTM C857 - Minimum Structural Design Loading for Underground Precast ' Concrete Utility Structures D. ASTM C858 - Underground Precast Concrete Utility Structures. E. ASTM C891 - Installation of Underground Precast Utility Structures. F. ASTM C1037 - Inspection of Underground Precast Utility Structures. G. IEEE C2 (Institute of Electrical and Electronic Engineers) - National Electrical Safety Code. H. NEMA FB 1 (National Electrical Manufactures Association) - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. I. NEMA TC 2 (National Electrical Manufactures Association) - Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80). J. NEMA TC 3 (National Electrical Manufactures Association) - PVC Fittings for Use with Rigid PVC Conduit and Tubing. K. NEMA TC 6 (National Electrical Manufactures Association) - PVC and ABS Plastic Utilities Duct for Underground Installation. L. NEMA TC 9 (National Electrical Manufactures Association) - Fittings for ABS and PVC Plastic Utilities Duct for Underground Installation. M. NEMA TC 10 (National Electrical Manufactures Association) - PVC and ABS Plastic Communications Duct and Fittings for Underground Installation. N. NEMA TC 14 (National Electrical Manufactures Association) - Filament-Wound Reinforced Thermosetting Resin Conduit and Fittings. ' O. UL 651A (Underwriters Laboratories, Inc.)- Type EB and A PVC Conduit and HDPE Conduit. City Hall Campus Improvements 16135 - 1 SECTION 16135 , UNDERGROUND CONDUIT AND MANHOLES , 1.3 SYSTEM DESCRIPTION A. Interconnected system of conduits, manholes to distribute, low-voltage power ' and telephone. B. Conduit routing and manhole locations are shown in approximate locations ' unless dimensions are indicated. Route and locate to complete underground conduit system. C. Low-voltage: Use rigid steel conduit and rigid non-metallic conduit. D. Telephone: Use rigid steel conduit and rigid non-metallic conduit. , 1.4 SUBMITTALS A. Division 1: Submittal procedures. , B. Shop Drawings: Indicate dimensions, reinforcement, size and locations of , openings, and accessory locations for precast manholes. C. Product Data: Submit for metallic conduit and nonmetallic conduit. , D. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under ' Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.5 CLOSEOUT SUBMITTALS A. Division 1: Closeout procedures. , B. Project Record Documents: Record actual routing and elevations of underground conduit, and locations and sizes of manholes. , 1.6 QUALIFICATIONS Manufacturer: Company specializing in manufacturing Products specified in this ' section with minimum 5 years experience. 1.7 COORDINATION ' A. Division 1: Coordination and project conditions. B. Coordinate Work with existing underground utilities and structures. , City Hall Campus Improvements 16135 - 2 SECTION 16135 UNDERGROUND CONDUIT AND MANHOLES PART 2 - PRODUCTS 2.1 RIGID STEEL CONDUIT ' A. Rigid Steel Conduit- ANSI C80.1. B. Fittings: NEMA FB 1, steel. ' 2.2 PLASTIC CONDUIT A. Rigid Plastic Conduit: NEMA TC 2, Schedule 40 PVC, with fittings and conduit bodies to NEMA TC 3. ' B. Rigid Plastic Underground Conduit: UL 651A, Type EB PVC. 2.3 HANDHOLES ' A. Manufacturers: t. Utility Vault. ' 2. Substitutions: Division 1 - Product Requirements. B. Description: Molded composite handhole comprising modular, interlocking sections complete with accessories. C. Loading: ASTM C857, A-0.3. ' D. Shape: As indicated on Drawings. E. Nominal Inside Dimensions. As indicated on Drawings. F. Covers: Molded composite with tamperproof fasteners. Furnish cover marked to indicate utility. G. Duct Entry Provisions: Single duct knockouts. ' H. Duct Entry Locations: As indicated on Drawings. I. Duct Entry Size: 4 inch. 2.4 ACCESSORIES Underground Warning Tape 4 inch wide plastic tape, detectable type, colored red with suitable warning legend describing buried electrical lines. ' City Hall Campus Improvements 16135 - 3 SECTION 16135 UNDERGROUND CONDUIT AND MANHOLES ' PART 3 - EXECUTION 3.1 EXAMINATION ' A. Division 1 - Administrative Requirements: Coordination and project conditions. ' B. Verify routing and termination locations of underground conduit prior to excavation for rough-in. ' C. Verify locations of manholes prior to excavating for installation. 3.2 INSTALLATION — UNDERGROUND CONDUIT ' A. Install conduit to locate top of at depths as indicated on Drawings. ' B. Install conduit with minimum slope of 4 inches per 100 feet (0.33 percent). Slope conduit toward manholes and away from building entrances. C. Cut conduit using saw or pipe cutter; de-burr cut ends. D. Insert conduit to shoulder of fittings; fasten securely. ' E. Join nonmetallic conduit using adhesive as recommended by manufacturer. , F. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of adhesive to entire area inserted in fitting. Allow joint to cure for 20 minutes, ' minimum. G. Install no more than equivalent of three 90-degree bends between pull points. , H. Install fittings to accommodate expansion and deflection. I. Terminate conduit at manhole entries using end bell. , J. Stagger conduit vertically 6 inches minimum. K. Band conduits together before backfilling. L. Securely anchor conduit to prevent movement during concrete placement. , M. Use mineral pigment to color concrete red. N. Provide suitable pull string in each empty conduit except sleeves and nipples. ' O. Backfill trenches in accordance with Section 02324. ' P. Interface installation of underground warning tape with backfilling specified in Section 02324. Install tape 6 inches below finished surface. ' City Hall Campus Improvements 16135 - 4 ' SECTION 16135 ' UNDERGROUND CONDUIT AND MANHOLES 3.3 INSTALLATION-PRE-CAST MANHOLE AND HANDHOLE 1 A. Excavate for manhole and handhole installation in accordance with Section 02315. B. Install and seal precast sections in accordance with ASTM C891. C. Install handholes plumb. ' END OF SECTION 1 ' City Hall Campus Improvements 16135 - 5 SECTION 16140 WIRING DEVICES PART 1 - GENERAL 1.1 SUMMARY Section includes wall switches; wall dimmers; receptacles, multi-outlet ' assembly; and device plates and decorative box covers. 1.2 REFERENCES ' A. NECA (National Electrical Contractors Association) - Standard of Installation. B. NEMA WD 1 (National Electrical Manufacturers Association) - General ' Requirements for Wiring Devices. C. NEMA WD 6 (National Electrical Manufacturers Association) -Wiring Device — Dimensional Requirements. 1.3 SUBMITTALS ' A. Section 01330 - Submittal Procedures: Submittal procedures. , B. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations. 1.4 QUALIFICATIONS Manufacturer: Company specializing in manufacturing products specified in ' this section with minimum three years experience. 1.5 EXTRA MATERIALS ' Section 01700 - Execution Requirements: Spare parts and maintenance products. PART 2 - PRODUCTS 2.1 RECEPTACLES , A. Product Description: NEMA WD 1, Heavy-duty general use receptacle. ' B. Device Body: Ivory plastic. C. Configuration: NEMA WD 6, type as indicated on Drawings. t r D. Convenience Receptacle: Type 5-20. ' E. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. , City Hall Campus Improvements 16140 - 1 , SECTION 16140 WIRING DEVICES 2.2 WALL PLATES 1 A. Weatherproof Cover Plate: Gasketed cast metal plate with hinged and gasketed device cover. 1 B. Decorative coverplate Ivory smooth nylon. PART 3 - EXECUTION ' 3.1 EXAMINATION ' A. Section 01300 - Administrative Requirements: Coordination and project conditions. ' B. Verify outlet boxes are installed at proper height. C. Verify wall openings are neatly cut and completely covered by wall plates. ' D. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. ' 3.2 PREPARATION Clean debris from outlet boxes. 3.3 INSTALLATION A. Install in accordance with NECA "Standard of Installation." B. Install devices plumb and level. C. Install receptacles with grounding pole on bottom. D. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor. E. Install decorative plates on switch, receptacle, and blank outlets in finished areas. F. Connect wiring devices by wrapping solid conductor around screw terminal. Install stranded conductor for branch circuits 10 AWG and smaller When stranded conductors are used in lieu of solid, use crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under device screws. G. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. ' City Hall Campus Improvements 16140 - 2 SECTION 16140 WIRING DEVICES 3.4 INTERFACE WITH OTHERPRODUCTS Coordinate locations of outlet boxes provided under Section 16130 to obtain ' mounting heights as specified and as indicated on drawings. 3.5 FIELD QUALITY CONTROL ' A. Section 01400 - Quality Requirements: Testing and inspection services. B. Inspect each wiring device for defects. , C. Operate each wall switch with circuit energized and verify proper operation. , D. Verify each receptacle device is energized. E. Test each receptacle device for proper polarity. , F. Test each GFCI receptacle device for proper operation. ' 3.6 ADJUSTING A. Section 01700 - Execution Requirements: Testing, adjusting, and balancing. ' B. Adjust devices and wall plates to be flush and level. ' 3.7 CLEANING A. Section 01700 - Execution Requirements: Final cleaning. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION , City Hall Campus Improvements 16140 - 3 ' SECTION 16411 ' ENCLOSED SWITCHES PART 1 - GENERAL 1.1 SUMMARY Section includes fusible and non-fusible switches. 1.2 REFERENCES A. NECA (National Electrical Contractors Association) -Standard of Installation. 1 B. NEMA FU1 (National Electrical Contractors Association).- Low Voltage Cartridge Fuses. 1 C NEMA KS 1 (National Electrical Contractors Association).- Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum). D. NETA ATS (International Electrical Testing Association) - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems (International Electrical Testing Association). t1.3 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Product Data: Submit switch ratings and enclosure dimensions. 1.4 CLOSEOUT SUBMITTALS A. Section 01700 - Execution Requirements: Closeout procedures. B. Project Record Documents: Record actual locations of enclosed switches and ratings of installed fuses. 1.5 QUALIFICATIONS ' Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. PART 2 - PRODUCTS 2.1 FUSIBLE SWITCH ASSEMBLIES ' A Product Description: NEMA KS 1, Type HD enclosed load interrupter knife switch. Handle lockable in OFF position. ' B. Fuse clips: Designed to accommodate NEMA FU1, Class R fuses. City Hall Campus Improvements 16411 - 1 SECTION 16411 , ENCLOSED SWITCHES ' C. Enclosure: NEMA KS 1, to meet conditions. Fabricate enclosure from steel finished with manufacturer's standard gray enamel. ' 1. Interior Dry Locations: Type 1. 2. Exterior Locations: Type 3R. D. Service Entrance: Switches identified for use as service equipment are to be labeled for this application. Furnish solid neutral assembly and equipment ground bar. E. Furnish switches with entirely copper current carrying parts. , 2.2 SWITCH RATINGS , A. Switch Rating: Horsepower rated for AC or DC as indicated on Drawings. B. Short Circuit Current Rating: UL listed for 200,000 rms symmetrical amperes when used with or protected by Class R or Class J fuses (30-600 ampere switches employing appropriate fuse rejection schemes). , PART 3 - EXECUTION 3.1 EXISTING WORK A. Disconnect and remove abandoned enclosed switches. B. Maintain access to existing enclosed switches and other installations remaining active and requiring access. Modify installation or provide access panel. C. Clean and repair existing enclosed switches to remain or to be reinstalled. 3.2 INSTALLATION , A. Install in accordance with NECA"Standard of Installation." B. Install enclosed switches plumb. Provide supports in accordance with Section 16050. C. Height: 5 ft maximum to operating handle. D. Install fuses for fusible disconnect switches. Refer to Section 16491 for product requirements. E. Install engraved plastic nameplates in accordance with Section 16050. , F. Apply adhesive tag on inside door of each fused switch indicating NEMA fuse class and size installed. City Hall Campus Improvements 16411 - 2 , SECTION 16411 ENCLOSED SWITCHES 3.3 FIELD QUALITY CONTROL A. Section 01400 - Quality Requirements: Testing and Inspection Services. B. Inspect and test in accordance with NETA ATS, except Section 4. IC. Perform inspections and tests listed in NETA ATS, Section 7.5. END OF SECTION ' City Hall Campus Improvements 16411 - 3 SECTION 16450 1 GROUNDING SYSTEM PART1 GENERAL 1.01 DESCRIPTION A. General: Provide grounding systems, complete, as indicated, specified and ' required per Contract Documents. Principal items include: 1. System grounding ' 2. Equipment grounding. 3. Metallic pipe system grounding. 4. Grounding to structural steel. 5. Raceway grounding. B Other Applicable Sections: Requirements of Division 1 and Section 16050 , apply to work of this Section. ' C. Provide all grounding a nd/or bonding conductors, connectors, ground rods and terminations as required to meet these specifications and to comply with Article 250 of the National Electric Code. D. Where power is derived from a generator, portable or stationary, and the generator n eutral i s g rounded, a 4 p ole t ransfer switch s hall b e utilized to transfer load. E. All electrical devices, motors, etc. shall be grounded. F. Provide an equipment bonding wire or UL listed couplings, connectors, locknuts, etc to provide electrical continuity between all metallic enclosures and conduits for connection to the grounding system as required by the National Electric Code. G. Provide an equipment bonding wire, sized per Table 250.122 of the National , Electric Code, to provide continuity around all non-metallic conduits. H. Provide an equipment bonding wire, sized per Table 250.122 of the National , Electric Code, to provide continuity around all flexible conduit connections. I. Provide an equipment bonding wire, sized per Table 250.66 of the National , Electric Code to bond all metallic enclosures including conduit to the grounding system. City Hall Campus 16450 - 1 , SECTION 16450 GROUNDING SYSTEM ' J. A separate green (with yellow stripes) ground wire shall be used with all isolated ground circuits. This conductor shall be terminated in panelboards or cabinets on isolated bus bar. The isolated ground system shall not be in contact with other surface or conductors except at the service ground. This conductor is in addition to any equipment grounding conductor required to be pulled in the raceway. Conductor size shall be same as the phase conductors. K. A separate green insulated ground wire shall be used with all connections to exterior electrical devices: pole lighting, exterior receptacles, exterior building and landscape lighting, etc. (Size per Table 250.122 of the National Electric ' Code). L. A separate green insulated ground wire shall be used with all receptacle and equipment connections in health care facilities. (Size per Table 250.122 of the National Electric Code). M. Metallic Raceway system (with threaded or compression fittings) may be utilized as an equipment grounding conductor only when specifically defined on the plans or in these specifications. N. Provide a continuous No. 6 AWG copper grounding conductor between telephone closets, cabinets, terminal boards and main telephone room. Ground shall be connected to service ground. O. Codes: Grounding systems for electrical equipment and system neutrals shall conform with all applicable Code requirements in addition to the requirements of this Section. PART PRODUCTS 2.01 CONDUCTORS A. Insulated: Conductors shall be green, 600-volt TW insulation, annealed copper, as per Section 16120. Conductors shall be sized per NEC; No. 12 AWG minimum size. B. Bare: Conductors shall be medium-hard drawn stranded copper. Conductors shall be sized per NEC; No. 12 AWG minimum size. ' 2.02 GROUND RODS ' Ground rods shall be copper-clad, 3/4" X 1 0' - 0" connections to g round rods shall be with exothermic welds. Connections to ground rods shall be made below grade. City Hall Campus 16450 - 2 SECTION 16450 ' GROUNDING SYSTEM 2.03 CONNECTORS AND LUGS Connectors and lugs for grounding shall be bronze. Ground clamps and service , post connectors shall be designed to accommodate the number of conductors terminated. Ground lugs shall be solderless type, copper/aluminum, designed for the number of conductors to be terminated. 2.04 LOCKNUTS AND COUPLINTS All devices used to provide electrical continuity for metallic portions of the ' grounding system shall be UL listed for such use and shall be steel. 2.05 CONNECTING MATERIALS AND METHODS , A. Inaccessible Locations: Make connections by isothermic welding. ' B. Accessible Locations: Make connections with bolted-through approved solderless bronze grounding device. PART 3 EXECUTION 3.01 SYSTEM GROUNDING A. Grounding Electrode System shall consist of building steel, underground metal water piping, and ground rods. Provide bond conductors for each of these components per NEC 250 and as required by the drawings. B. System neutrals shall be connected to the grounding system. Neutrals for diesel generators and transformers, shall be connected to grounding system or to ground bus in feeder bus ducts connected to the generators or the transformers. C. Resistance: Ensure maximum 5 ohm ground resistance at all transformers. 3.02 EQUIPMENT GROUNDING A. Non-Current Carrying Metal Parts: Ground non-current carrying metal parts of electrical apparatus and equipment provided under the work of any , Division of the Specifications. B. Raceways: Connect interrupted metallic raceways with insulated ground conductors. Provide insulated ground conductors in non-metallic raceways and connect to metallic terminations at each end. City Hall Campus 16450 - 3 jSECTION 16450 GROUNDING SYSTEM 1 C. Piping Systems: Bond all metallic pipe systems to building steel to ensure ground continuity. Provide jumpers at all isolating fittings. 1 END OF SECTION 1 . City Hall Campus 16450 - 4 SECTION 16470 , PANELBOARDS ' PART GENERAL 1.01 DESCRIPTION A. General: Provide panelboards, complete, as shown and specified per ' Contract Documents. Principal items include: 1. Distribution panelboards. 2. Branch circuit panelboards. B. Other A pplicable S ections: R equirements o f D ivision 1 a nd S ection 16050 t apply to work of this Section. 1.02 SUBMITTALS r A. Procedures: Refer to Division 1. B. Requirements: See section 16050. C. Shop Drawings: Submit for all work of this Section. 1.03 QUALIFICATIONS A. The manufacturer of the assembly shall be the manufacturer of the circuit protective devices within the assembly. B For the equipment specified herein, the manufacturer shall be ISO 9000, 9001 or 9002 certified. C. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the , Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. D. The switchboard shall be suitable for and certified to meet all applicable seismic requirements of Uniform Building Code (UBC) for zone 4 application. , Guidelines for the installation consistent with these requirements shall be provided by the switchgear manufacturer and be based upon testing of representative equipment. The test response spectrum shall be based upon , a 5% minimum damping factor, UBC a peak of 0 75g, and a ZPA of 0.38g. The tests shall fully envelope this response spectrum for all equipment natural frequencies up to at least 35 Hz. City Hall Campus Improvements 16470 - 1 SECTION 16470 PANELBOARDS 1.04 REGULATORY REQUIREMENTS The low-voltage switchboard shall be UL labeled. 1.05 DELIVERY, STORAGE AND HANDLING ' Equipment shall be handled and stored in accordance with manufacturer's instructions. One (1) copy of these instructions shall be included with the Iequipment at time of shipment. 1 PART PRODUCTS 2.01 GENERAL ' Provide a 100% rated ground bus. 2.02 MANUFACTURERS A. Approved manufacturers for general use are: 1. Cutler-Hammer 2. General Electric 3. Square D 2.03 PANELBOARD TYPE A. General Use Panelboards 1. Panelboards shall be rated at the proper voltage, current, and phase for 1 intended use with bus bars of aluminum. Panels shall be with neutral bus bar rated at 100 percent of the phase bus current. Provide multiple lugs where conductors in parallel or "feed through" are shown on the drawings. Panelboards shall be dead front. B. Non-Linear Load Panelboards 1. Panelboards for non-linear loads (computer loads, switching mode power supplies, etc.) shall be rated as noted for general use ' panelboards. In addition, the panelboard shall be UL listed for use on non-linear loads. The panelboard shall be UL heat rise tested in accordance with the UL 67 Standard The neutral assembly installed shall be capable of carrying 200 percent of the phase bus current. Verification of the testing procedure shall be provided by the manufacturer if requested. Two neutral assemblies paralleled together Iwith cable shall not be accepted 2. Nameplates for panelboards rated for use on non-linear loads shall be marked "SUITABLE FOR NON-LINEAR LOADS". City Hall Campus Improvements 16470 - 2 i SECTION 16470 , PANELBOARDS 2.04 DISTRIBUTION PANELBOARDS Dead front, dead rear, equipped with automatic circuit breakers for each circuit 1 and paneled for accessibility. Provide minimum 8" gutter space at top and bottom of panelboard. Provide individual engraved laminated plastic nameplate stating trip value and load supplied, screwed to interior trim, for circuit breaker. Include breaker frame size and type on nameplate if not readily identifiable ■ without removing trim. Breakers shall be of the size and arrangement as shown on drawings. Panels shall be fully bused, drilled and tapped; copper or aluminum busing. Voltages and ratings shall be as shown on the drawings. Provide lock-offs for each breaker 2.05 BRANCH CIRCUIT PANELBOARDS , A. Interior: Shall consist of automatic circuit breakers (one for each branch , circuit) properly secured and mounted in a dead front, dead rear code gauge, galvanized steel cabinet with wiring gutter of sufficient width to provide a mple s pace f or b ranch circuit wires and feeders; in no case less than 4" wide. Barriered wireway shall be provided for feedthrough panels. Provide minimum 8" gutter space at top and bottom of panelboard. Panels shall be fully bused; copper or aluminum busing. Each panel to be furnished with 42-20 AMP 1-pole circuit breakers unless shown otherwise on drawings or panel schedules. B. Exterior: Shall consist of trim with hidden mounting screws for flush mounted panelboards, and door constructed of code gauge sheet steel with factory ' finish Door shall be fitted with hidden hinges and spring catch latch with cylinder lock. Provide directory card holder on inside of door. Mounting screws shall allow adjustable alignment of trim and interior panel. 2.06 CIRCUIT BREAKERS A. Circuit breakers shall be automatic trip-free, quick-make, quick-break, ` thermal-magnetic type; with handles clearly indicating tripped position. Multi-pole breakers shall have common trip and single handle. Breaker ' sizes, trip ratings and a rrangement i n p anelboards s hall b e i n a ccordance with panel schedules Breaker sizes shall be clearly stamped on handles or on laminated plastic nameplate attached to trim. Spaces for future breakers , shall have bus drilled and tapped. Multi-pole breakers shall not be used for lighting or 120 volt receptacle circuits except where specifically required by Codes. Provide lock-off or lock-on devices, where required. B. Breakers for Distribution Panels: Minimum interrupting rating 14,000 AMP, symmetrical at 480 volts. Provide high-interrupting rated breakers where noted or required. Breakers shall be bolted to busing. City Hall Campus Improvements 16470 - 3 SECTION 16470 ' PANELBOARDS C. Breakers for 480Y/277 Volt Lighting Panelboards: Minimum interrupting rating 14,000 AMP symmetrical at 277 volts, bolted to busing. Provide 1 lock-off device for each breaker. D. Breakers for 208Y/120 Volt or 120/240 Volt Receptacle Panelboards: Minimum interrupting rating 10,000 AMP, symmetrical at 240 volts, bolted to busing. All panelboards shall have 22,000 AIC integrated rating where ' 22,000 AIC or 25,000 AIC main breakers or upstream feeder breakers are used. Provide sub-feed breakers where indicated on schedules. P rovide approved GFI breakers for all exterior receptacle circuits and where ' elsewhere required by Code. 2.07 CABINET FOR EACH PANELBOARD A. Surface, unless otherwise indicated; tight closing doors without play when latched. Where two cabinets are located adjacent to each other in finished I areas, provide matching trim of the same height. Where a remote controlled switch or contractor is mounted in any panelboard, mount on same frame as panelboard interior with screw retained access door in dead front shield. ' B. Provide cabinets of sufficient dimensions to allow for future expansion and addition of circuit breakers within the panelboards as indicated on drawings. C. Provide lock for each cabinet door. All Electrical distribution equipment locks to be keyed identically and to match existing. D. Fasten panelboard with machine screws with oval countersunk heads, finish hardware quality, with escutcheons or approved trim clamps. E. Finish: Provide factory standard lacquer or enamel finish, gray or blue-gray jcolor, shall be substituted for factory prime coat. F. Enclosures shall be provided without knock outs. Openings for conduit entry shall be field cut using knock-out punches 2.08 AUXILIARY DEVICES Provide relays, contractors, time switches, etc., in panel-board where shown on I the drawings or schedules. Contractors shall be electrically operated, mechanically held with 3-wire control and coil-clearing contacts. Relays shall be electrically operated, electrically held with 20 AMP contacts. Auxiliary devices ' City Hall Campus Improvements 16470 - 4 i SECTION 16470 PANELBOARDS shall be located in separately barriered compartment with separate door. Contractors shall be rubber-mounted for sound isolation. 2.09 SERVICE ENTRANCE RATED , Provide service entrance rated equipment where main bonding jumpers are ' called for on the plans or where called for as "service entrance rated" on the plans 2.10 NAMEPLATES , Provide nameplates as defined in section 16010 identification. , 2.11 SERIES RATED Series rated equipment shall only be allowed where specified so on the design ' drawings or when specifically approved by the engineer. PART 3 EXECUTION 3.01 IDENTIFICATION I i A. Nameplates: Provide identification nameplates on all panelboards. Name- , plate shall state panel designation, voltage and bus ampere rating, and shall be riveted or screwed to panelboard housing. Provide engraved branch circuit b reaker n umbering s trip, s crewed o r r iveted, o n p anelboard internal trim. B. Schedules: Provide load schedules for all branch circuit panelboards identifying type, size and location of I oad. S chedules shall be t ypewritten and protected by transparent plastic cover. 3.02 EMERGENCY POWER CIRCUITS t All circuit breakers feeding connected to the emergency power system (battery or generator) loads, lighting, power, special equipment, etc. shall be clearly identified at the panelboard. Breakers shall be identified by means of a 1/4" diameter red dot, painted adjacent to the circuit breaker. All labels shall be placed inside the panelboard door defining the meaning of this dot. Provide a City Hall Campus Improvements 16470 - 5 SECTION 16470 PANELBOARDS manufactured, "handle lock-on" device to lock the circuit breaker in the on position 3.03 INSTALLATION A. In general, panels shall be supported on building structure. Provide auxiliary supports where required. Auxiliary supports shall be Unistrut or equal. iB. Panels shall be mounted so that the tops of trims are at 6-6" above finished floor, unless noted otherwise. END OF SECTION R City Hall Campus Improvements 16470 - 6 SECTION 16491 FUSES PART 1 - GENERAL 1.1 SUMMARY Section includes fuses. 1.2 REFERENCES NEMA FU 1 (National Electrical Manufacturers Association) - Low Voltage Cartridge Fuses. 1.3 DESIGN REQUIREMENTS A. Select fuses to provide appropriate levels of short circuit and overcurrent protection for the following components: wire, cable, bus structures, and other equipment. Design system to maintain component damage within acceptable levels during faults. B. Select fuses to coordinate with time current characteristics of other overcurrent protective elements, including other fuses and circuit breakers. Design system so that device closest to fault operates. 1.4 FUSE PERFORMANCE REQUIREMENTS A. Main Service Switches: Class RK5. B. Lighting Load Feeder Switches: Class RK1 non-time-delay. ` 1.5 SUBMITTALS A. Section 01330 - Submittal Procedures: Submittal procedures. B. Product Data: Submit data sheets showing electrical characteristics, including time-current curves. 1.6 CLOSEOUT SUBMITTALS A. Section 01700 - Execution Requirements: Closeout procedures. B. Project Record Documents: Record actual sizes, ratings, and locations of fuses. 1.7 QUALIFICATIONS Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. City Hall Campus Improvements 16491 - 1 , SECTION 16491 FUSES 1.8 MAINTENANCE MATERIALS A. Section 01700 - Execution Requirements- Spare parts and maintenance products. B. Furnish two fuse pullers. 1.9 EXTRA MATERIALS A. Section 01700 - Execution Requirements Operation and Maintenance Data: Requirements for extra materials. B. Furnish three spare fuses of each Class, size, and rating installed. ' PART 2 - PRODUCTS 2.1 FUSES A. Dimensions and Performance: NEMA FU 1, Class as specified or as indicated on Drawings. ' B. Voltage: Rating suitable for circuit phase-to-phase voltage. 2.2 CLASS RK1 (NON-TIME-DELAY) FUSES A. Dimensions and Performance: NEMA FU 1. B. Voltage: Rating suitable for circuit phase-to-phase voltage. 2.3 CLASS RK5 FUSES A. Dimensions and Performance: NEMA FU 1. B. Voltage: Rating suitable for circuit phase-to-phase voltage. PART 3 - EXECUTION 3.1 INSTALLATION Install fuse with label oriented so manufacturer, type, and size are easily read. END OF SECTION City Hall Campus Improvements 16491 - 2 SECTION 16500 LIGHTING FIXTURES AND CONTROL PART GENERAL 1.01 WORK INCLUDED IN THIS SECTION Install all Owner furnished lighting fixtures as shown on drawings and as specified herein including lamps and all items required for a complete installation 1.02 MATERIALS All materials shall be new, free from defects, of current manufacturer, of quality specified or shown. Each type material shall be of the same manufacturer throughout the work. 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS i A. Provisions of the Bidding Requirements and Conditions of the Contract and Division 1 apply to all Sections of Division 16. B. Refer to other applicable sections of these specifications for related work. 1.04 STANDARDS AND CODES A. All materials and equipment specified herein shall be 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. , B. All materials and equipment specified herein shall conform with all applicable NEMA, ANSI, and IEEE standards. C. All materials and equipment specified herein and their installation methods shall conform to the latest published version of the National Electrical Code, , NEC. 1.05 PAYMENT ' No separate or additional payment will be made for the work and /or materials specified herein. All costs of such work and/or materials shall be considered as , incidental to the project and shall be included in appropriate unit or lump sum price bid. 1.06 SUBMITTALS A. Procedures: Refer to Division 1. B Requirements- See section 16050. City Hall Campus Improvements 16500 - 1 SECTION 16500 LIGHTING FIXTURES AND CONTROL C. Shop Drawings: Submit for all work of this Section. I1.07 SUBSTITUTIONS Substitutions are not allowed unless specifically stated on the plans. Submit a substitution request as described in section 16010, if a substitution is submitted. PART PRODUCTS 2.01 APPROVED MANUFACTURERS A. Lighting Fixtures 1. See lighting fixtures schedule on drawings. B. Lamps 1. General Electric 2. Osram/ Slylvania 3. Phillips C. Ballasts, Fluorescent 1. Advance 2. ESI 3. Sylvania 4. Magnetek/Triad 5. Valmont D. Low voltage control systems 1. Nexlight 2. or equal. 2.02 LIGHTING FIXTURES ' A. Contractor shall refer to the architectural plans for exact mounting requirements and locations. Product numbers shown in the fixture schedule shall be adjusted by the contractor to reflect the mounting requirements and locations shown in the architectural plans. I2.03 BALLASTS A Fluorescent ballasts shall be electronic, instant start type. Harmonic content shall not exceed 10%. Ballast shall have a rated power factor of 90% or higher. Ballasts shall be certified to have an "A" sound rating. City Hall Campus Improvements 16500 - 2 SECTION 16500 LIGHTING FIXTURES AND CONTROL B. Ballast factor shall be .88 or greater. C. All exterior ballast shall be rated for 0°F. D. All ballasts shall be Class P equipped with automatic resetting thermal protectors built in adjacent to the transformer coils. E. Provide ballasts as required for switching as indicated on the drawings. , F. Four lamp fixtures shall have two ballasts and two switches. One, two, and three lamp fixtures shall have one ballast and one switch. G. Dimming ballasts and dimming systems shall be tested and listed as compatible with each other by the manufacturer. ' H. Ballasts for Metal Halide lamps shall be pulse start type of the quietest sound rating available and shall be mounted in weatherproof enclosures where required 1. All ballasts shall be high power factor (.9 and higher) 2. All ballasts shall below THD (10% or less) I. Ballasts for High Pressure sodium shall be constant wattage type of the quietest sound rating available and shall be mounted in weatherproof enclosures where required. ' 1. All ballasts shall be high power factor (.9 and higher) 2. All ballasts shall below THD (10% or less) J. All ballasts shall be guaranteed by the manufacturer for a period of two years after installation. 2.04 LAMPS A. Four foot long fluorescent lamps shall have minimum 2850 mean lumen , output with a minimum of 20,000 hour life B. Lamp Temperature: All fluorescent and compact fluorescent lamps shall ' have a color temperature of 3500 degrees Kelvin unless shown otherwise on the plans. C. Color Rendering Index (CRI): All fluorescent and compact fluorescent lamps shall have a CRI of 80 or higher. D. Incandescent lamps shall be inside-frosted, rated at 120 volts unless otherwise specified in the fixture schedule. 1 City Hall Campus Improvements 16500 - 3 SECTION 16500 LIGHTING FIXTURES AND CONTROL E. High pressure sodium lamps: Diffuse coated "E" type lamp size as indicated in "fixture type" specifications F. Metal Halide lamps shall be pulse start type; size as indicated on plans. PART 3 EXECUTION 1 3.01 INSTALLATION OF LIGHTING FIXTURES A. The fixture supplier shall provide all necessary hanging or mounting devices for all fixtures and shall be responsible for checking the type needed for various ceiling conditions. B. Plaster rings shall be provided where required. C. The Contractor shall see that all lighting fixtures designed to be installed into or on the ceiling systems throughout the project shall be of the correct size and design to properly suit the requirements of each area prior to ordering fixtures. D. Any fixture weighing 56 pounds or more shall be anchored directly to the ' structure for support. 3.02 LAMPS A. Provide all new lamps delivered to project in original manufacturer's cartons. Factory prelamped fluorescent fixtures are approved for use. ' B. At time of final inspection ballasts and lamps shall be installed and in operating condition. Faulty lamps shall be removed and new lamps installed. 1 END OF SECTION I t City Hall Campus Improvements 16500 - 4 1 DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS t1-01.1 General 1-01.2(2) Items of Work and Units of Measurement 1-01.3 Definitions 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Qualification of Bidders 1-02.2 Plans and Specifications 1-02.4(1) General 1-02.4(2) Subsurface Information 1-02.5 Proposal Form 1-02.6 Preparation of Proposal 1-02.7 Bid Deposit 1-02.9 Delivery of Proposal ' 1-02.11 Combination and Multiple Proposals 1-02.13 Irregular Proposals 1-02.14 Disqualification of Bidders 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids 1-03.3 Execution of Contract 1-03.4 Contract Bond 1-03.7 Judicial Review 1-04 SCOPE OF WORK 1-04.1(1) Bid Items Included in the Proposal i 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda 1-04.5 Procedure and Protest by the Contractor 1-04.9 Use of Adjacent Properties 1-04.11 Final Clean Up 1-04.12 Off-Site Disposal 1-04.12(1) Disposal Within Wetlands 1-04.12(2) Special Contractor Indemnification Relating to Disposal 1-05 CONTROL OF WORK , 1-05.3(1) Request for Information 1-05.4 Conformity with and Deviations from Plans and Stakes 1-05.4(1) Surveying 1-05.4(2) Staking 1-05.4(3) Conformance 1-05.4(4) Deviation 1-05.4(5) Preservation 1-05 4(6) Control Stakes 1-05.8 City's Right to Correct Defective and Unauthorized Work 1-05.10 Guarantees 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date 1-05.11(2) Final Inspection and Physical Completion Date 1-05.11(3) Operational Testing (APWA Only) 1-05.12 Final Acceptance j 1-05 13 Superintendents, Labor and Equipment Contractor 1-05.14 Cooperation with Other Contractors 1-05.16 Water and Power i1-05.17 Oral Agreements 1-06 CONTROL OF MATERIAL 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed 1-07.2 State Taxes 1-07.2(1) General ' 1-07.2(2) State Sales Tax—Rule 171 1-07.2(3) State Sales Tax—Rule 170 1-07.2(4) Services 1-07.6 Permits and Licenses 1-07.9(1) General 1-07.13(4) Repair of Damage 1-07.14 Responsibility for Damage ' 1-07.15 Temporary Water Pollution/Erosion Control 1-07.15(1) General Conditions 1-07.15(2) Clearing Requirement I1-07.15(3) Protection of Clearing Areas 1-07.15(4) Inspection and Maintenance of TESCP Facilities 1-07.15(5) Additional Measures 1-07.15(6) Catch Basin Protection 1-07.15(7) Vehicle Maintenance and Storage 1-07.15(8) Failure to Perform TESCP 1-07.16 Protection and Restoration of Property 1-07.16(5) Archaeological and Historical Objects 1-07.17 Utilities and Similar Facilities 1-07.17(1) Utility Locations 1-07.17(2) Interference 1-07.17(3) Notification of Excavation 1 1-07.17(4) Site Inspection 1-07.18 Public Liability and Property Damage Insurance 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic , 1-07.23(1)A Traffic Restrictions on the Contract Work 1-07.23(2) Construction and Maintenance of Detours 1-07.24 Rights of Way 1-07 26 Personal Liability of Public Officers 1-08 PROSECUTION AND PROGRESS 1-08 Pre-construction Conference 1-08.3 Progress Schedule , 1-08.3(1) Hours of Work 1-08.3(2) Reimbursement for Overtime Work of City Employees ' 1-08.4 Notice to Proceed and Prosecution of the Work 1-08.5 Time for Completion 1-08.6 Suspension of Work 1-08.7 Maintenance During Suspension 1-08.8 Extensions of Time 1 ' l � 1-08.9(1) Liquidated Damages 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities. 1-09.9 Payments 1-09.9(1) Retained Percentage 1-09.9(2) City's Right to Withhold Certain Amounts 1-09.9(3) Markup Limitations for Extra Work 1-09.11(3) Time Limitations and Jurisdiction 1-09 13 Final Decision and Appeal 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) Traffic Control Plans 1-10 2 3 Conformance to Established Standards 1-10.3(1) Traffic Control Labor 1-10.3(3) Construction Signs 1-10.4 Measurement 1-10.5 Payment 1-11 OTHER GENERAL REQUIREMENTS 1-11.1 Coordination of Work with City i1-11.2 Conformance to Requirements of King County 1-11.3 Road Maintenance 1-11.4 General Restoration 1 1-11.5 Landscape Restoration KENT PARKS SP5CIAL PROVISIONS The following Kent Parks Special Provisions modify and supersede any conflicting provisions of the 2002 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"). Otherwise all provisions of the Standard Specifications exce t the Division 1 APWA Supplement (pp. 1-109 through 1-130) shall apply. ' All reference in the Standard Specification to the State of Washington, its various departments or directors, engineer, project engineer, or to the contracting agency, shall be revised appropriately to read City and/or City Representative except for reference to State statutes or regulations These Kent Special Provisions also modify and supersede the General Parks Special Provisions Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General. When these Special Provisions make reference to a "Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. ' SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement. Ea Each Eq. Adj. Equitable Adjustment FA Force Account Hr Hour Hund. Hundred Mgal. Thousand gallons NIC Not In Contract SF Square Feet I t SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions. City Representative The City of Kent's Representative who directly manages the administration of a construction project. Contract Documents The Kent Parks Special Provisions modify and supersede any conflicting provisions of the 2002 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State Department of Transportation and the Washington ■ Chapter of the American Public Works Association, including all published amendments j issued by those organizations ("Standard Specifications") as of the effective date of this contract. O therwise all provisions of the Standard Specifications EXCEPT the APWA Supplement (pp. 1-109 through 1-130) shall apply. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; Incidental Work The terms incidental to the project, incidental to the involved bid item(s), etc , as used in the Contract Documents shall mean that the Contractor is required to provide the specified work complete and the cost of such work shall be incidental and included in the unit contract prices as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Owner The City of Kent or its representative. Standard Details A set of specific plans or drawings developed and adopted by the City of Kent, which show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Details" or the "City of Kent Standard Details". Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2002 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. Please note, however, that the Division 1 APWA supplement to the Standard ' Specifications (pp. 1-109 through 1-130) does not apply and is not a part of this contract. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, I prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code". 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition adopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above-listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract as well as construction details Responsibility for obtaining these publications rests with the Contractor. 1-02 BID PROCEDURES AND CONDITIONS ',I ! SECTION 1-02.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.1 Qualification of Bidders. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsible bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the I lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the ' "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.2 Plans and Specifications. Upon awarding the Contract, the City shall supply to the Contractor for its own use five (5) copies of the Plans and Specifications. Additional copies can be purchased from the City at the price specified by the City or in the Call for Bids. During the bidding process, any questions that may arise shall be directed to the City of Kent in writing. Answers to questions received, shall be in writing and sent to ALL Planholders. SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF THE 6T" PARAGRAPH: 1-02.4(1) General. 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1.02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City make no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project and additional compensation therefore will not be allowed unless otherwise specified in this document. The soils information, if any, used for design of this project is available for review by the bidder at the following address: City of Kent Parks, Recreation & Community Services Department 200 4th Avenue South Kent, WA 98032 SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5Proposal Form. Prospective bidders may obtain Bid Documents and a 'Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Call for Bids" Bid Documents may be requested by mail, or picked up at Kent City Hall, 220 4th Avenue South, Kent, Washington 98032, (253) 856-5110. NO VERBAL AGREEMENT OR CONVERSATION WITH ANY OFFICER, AGENT OR EMPLOYEE 0 F THE CITY, E ITHER BEFORE OR AFTER EXECUTION OF THE i CONTRACT, SHALL AFFECT OR MODIFY ANY OF THE TERMS OR OBLIGATIONS CONTAINED IN ANY OF THE DOCUMENTS COMPRISING THE CONTRACT ANY SUCH VERBAL COMMUNICATION SHALL BE CONSIDERED AS UNOFFICIAL INFORMATION AND IN NO WAY BINDING UPON THE CITY. The Contracting Agency reserves the right to arrange the Proposal Forms with Alternates, Additives, or Deductives, if such be to the advantage of the Contracting Agency. The Bidder shall bid on all Additives, Deductives, or Alternates set forth in the Proposal Forms, unless otherwise specified in the Special Provisions, Instructions to 1 Bidders, or Technical Specifications. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS)," IN THE THIRD PARAGRAPH AND BY ADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH: 1-02.6 Preparation of Proposal. ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL PRICES MUST BE STATED IN BOTH WORDS AND FIGURES. SECTION 1-02.6 IS SUPPLEMENTED BY DELETING THE SEVENTH PARAGRAPH AND REPLACING WITH THE FOLLOWING: If the scope of works include street improvements, the bidder shall bid "Traffic Control Labor" at the fixed cost shown for that item on the bid document. The Contractor shall calculate the total amount based on this unit price. If the Contractor's bid differs from this specified amount, the City will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor's total bid amount. The City will use the corrected total bid amount for award purposes and to fix the amount of the contract bond. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signatures. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK" AND "CASH". 1-02.7 Bid Deposit. SECTION 1-02.8(2) IS REVISED BY DELETING THE LAST SENTENCE IN THE FIRST PARAGRAPH. SECTION 1-02.9 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: i 1-02.9Delivery of Proposal. All bids must be sealed and delivered in accordance with the "Call for Bids" Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-02.11 Combination and Multiple Proposals. ■ No person, firm or corporation shall be allowed to make, or file, or be interested in ■ more than o ne b id f or the s ame work u nless a Iternate bids a re s pecifically called f or; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals. a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders. 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-03.1 Consideration of Bids. The City of Kent also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A bidder who wishes to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the City Representative no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The City Representative will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs i n the claim of e rror, the B idder will be relieved of responsibility, a nd the B id Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive, responsible Bidder SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract. The form of contract that the successful bidder, as the Contractor, will be required to execute and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined The contract and the Surety Bonds will be executed in three (3) original counterparts. The unsigned form of contract will be available for signature by the successful bidder on the first business day following award Within ten (10) calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4 If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor s hall a ny work begin within t he p roject I emits o r w ithin C ity-furnished s ites. T he C ontractor s hall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. The City of Kent expects to award this Contract at the regular scheduled City Council meeting to be held on October 18, 2005, with the Notice to Proceed being given ' on or about November 1, 2005, provided that all required contract documents, insurance and submittals have been properly executed and accepted by the City Following the actual award, the City will schedule a pre-construction conference with the Contractor which is planned to occur at a date and time to be determined. 1 No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided in these special provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond. 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the "Final Acceptance Date" of the contract to insure contract defects during the one- year guarantee period in compliance with Section 1-05.10 (Guarantees). SECTION 1-03.7 IS DELETED AND REPLACED BY THE FOLLOWING: 1-03.7 Judicial Review. Any decision made by the City of Kent regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 1-04 SCOPE OF WORK SECTION 1-04.1(1) IS DELETED AND REPLACED BY THE FOLLOWING: 1-04.1(1) Bid Items Included in the Proposal. The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete the work. The Contractor shall include all costs of doing the work within the total lump sum bid. SECTION 1-04.1(2) IS DELETED IN ITS ENTIRETY. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT PARKS SPECIAL PROVISIONS, KENT STANDARD DETAILS" FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH: SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda. 1. Change Order 2. The Contract Agreement 3. Addenda 4. Kent Parks Special Provisions 5. Contract Plans 6. Standard Specifications 7. Technical Specifications 8. Plans and Kent Standard Details 9. Bid Packet Information SECTION 1-04.4 IS REVISED BY DELETING THE FOURTH PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS: SECTION 1-04.5 IS SUPPLEMENTED BY DELETING THE 5TH PARAGRAPH IN THAT SECTION AND REPLACING IT WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. A change order that is not protested as provided in this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential costs, including costs of delays, related to any work either covered or affected by the damages or change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. SECTION 1-04.9 IS DELETED AND REPLACED BY THE FOLLOWING: 1-04.9 Use of Adjacent Properties. Limits of construction are indicated on or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property Before using any private property adjoining the work, the Contractor shall file with the City Representative satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the City Representative with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the City Representative and shall not unreasonably encumber the premises with its materials. SECTION 1-04.11 IS SUPPLEMENTED BY INSERTING THE FOLLOWING i SENTENCE AFTER THE FIRST SENTENCE IN THE FIRST PARAGRPAH: 1-04.11 Final Clean Up. Finish and clean up shall be considered as incidental to the construction of the project, and the Contractor will include all finish and cleanup costs as part of the lump sum base bid. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED BY THE FOLLOWING ITEM: 2. The City's Representative will decide whether any or all unneeded excess material including oversized rock left from grading, surfacing or paving may be deposited in an approved location on the project site or disposed of off-site. ' Disposal of all excess material and debris shall be the sole responsibility of the Contractor. Disposal costs are incidental to the construction, and the Contractor shall include all costs attributable to disposal in the lump sum bid price. SECTION 1-04.11 IS SUPPLEMENTED BY ADDING THE FOLLOWING ITEM: 3. Any item that was to remain unaltered or undisturbed in the plans and specifications, shall be restored to its original condition if it was altered or disturbed during construction. SECTION 1-04 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-04.12 Off—Site Disposal. The Contractor shall dispose of all debris and materials only at an approved disposal site. The Contractor shall acquire all permits and approvals required for the use of the disposal site. A permit is required to fill within the City Limits of Kent. The cost of any such permits and approvals shall be included in the total lump sum bid price. The Contractor shall, if requested by the Contracting Agency, provide the Contracting Agency the location of all disposal sites to be used and also provide copies of the permits and approvals for such disposal sites. 1.04.12(1) Disposal within Wetlands. Disposal of excess material within a wetland area will not be allowed without necessary permits and approval by the local agency with jurisdiction over the wetlands. Wetlands are defined as those areas inundated or saturated by ground or surface water at a frequency and duration sufficient to support, and that under normal circumstances do support, a prevalence of vegetation typically adapted for life in saturated soil conditions. Wetlands generally include lakes, rivers, ponds, swamps, marshes, bogs, and similar areas. 1-04.12(2) Special Contractor Indemnification Relating to Disposal. The Contractor shall defend, indemnify and hold harmless the City from any damages that may arise from the Contractor's activities in making these disposal arrangements. Such indemnity shall be in accordance with Revised Code of Washington (RCW) 4.24.115, as amended. Any action required to satisfy any permit and/or any approval requirements in a contractor provided disposal site shall be performed by the Contractor at no additional expense to the City. 1-05 CONTROL OF WORK SECTION 1-05.3(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH: ' 1-05.3(1) Request for Information. Time is of the essence in this contract. It shall be the Contractor's duty to thoroughly review the plans in advance to determine whether they will work in the field. Should the Contractor have the need for clarification, he will direct his question to the City's Representative in advance so that there is no delay in the execution of the work. In any event, the City shall be afforded at least Three (3) days to respond to any request for clarification and will not be liable for any costs attributable to delay unless the City fails to respond within the Three (3) day time period. SECTION 1-05.4 1S DELETED IN ITS ENTIRETY AND REPLACED WITH THE FOLLOWING: 1 1-05.4Conformity with and Deviations from Plans and Stakes. 1-05.4(1) Surveying. The Contractor is responsible to retain a licensed surveyor to provide all surveying necessary for the work or for any structure. The Contractor shall include all costs for surveying in the total lump sum bid. 1-05.4(2) Staking. The C ontractor w ill I ay o ut a nd s et a ny c onstruction s takes a nd m arks n eeded to establish the lines, grades, slopes, cross-sections, and elevations in strict ' accordance with the contract documents. These stakes and marks will govern the Contractor's work. The Contractor shall take full responsibility for detailed dimensions, elevations, and slopes measured from them. 1-05.4(3) Conformance. All work performed shall be in conformity with the lines, grades, slopes, cross sections, elevation data, and dimensions as shown in the plans. If the plans, Special Provisions, or these Specifications state specific tolerances, the work shall be performed within those limits. The City's decision on whether the work is in conformity shall be final, as provided in Section 1-05.1. 1-05.4(4) Deviation. The Contractor shall not deviate from the approved plans and working drawings unless the Contracting Agency approves in writing. 1-05.4(5) Preservation. The Contractor shall work to preserve benchmarks, monuments, and corners. The City will deduct from payments due the Contractor all costs to replace any permanent survey markers carelessly or willfully damaged or destroyed by the Contractor's operation. 1-05.4(6) Control Stakes. Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and its subcontractors of their importance and of the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's sole expense. SECTION 1-05.5 IS DELETED IN ITS ENTIRETY. SECTION 1-05.8 IS DELETED AND REPLACED BY THE FOLLOWING: 1-05.8 City's Right to Correct Defective and Unauthorized Work. If the Contractor fails to r emedy d efective o r u nauthorized w ork w ithin t he t ime specified in a written notice from the City Representative, or fails to perform any part of the work required by the contract documents, the City Representative may correct and remedy such work as may be identified in the written notice, by such means as the City Representative may deem necessary, including the use of City forces If the Contractor fails to comply with a written order to remedy what the City Representative determines to be an emergency situation, the City Representative 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 City or other forces. An emergency situation is any situation which, in the opinion of the City Representative, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the City 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 may be deducted by the City Representative 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. 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 City's rights provided by this section nor shall the exercise of this right d iminish the City'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. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees. The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the City Representative, in support of the City's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED BY THE FOLLOWING: 1-05.11 Final Inspection. 1-05.11(1) Substantial Completion Date. When the Contractor considers the work to be substantially complete, the Contractor shall notify the City Representative and request the City Representative to establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or 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 remain to be completed in order to reach physical completion. The City Representative may also establish the Substantial Completion Date unilaterally. If, after this inspection, the City Representative concurs with the Contractor that the work is substantially complete and ready for its intended use, the City Representative, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the City Representative does not consider the work substantially complete and ready for its intended use, the City Representative will, by written notice, notify the Contractor giving the reasons for the City Representative's determination. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the City Representative with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the City Representative establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date. When the Contractor considers the work physically complete and ready for Final Inspections, the Contractor, by written notice, s hall request the City Representative to schedule a Final Inspection. The City Representative will set a date for Final Inspection. The City Representative and the Contractor will then make a Final Inspection and the City Representative, if necessary, 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 all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the City Representative is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days a fter r eceipt o f t he w ritten n otice I isting t he d eficiencies, t he City Representative may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the City Representative will notify the Contractor and the City, 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 that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing. It is the intent of the City 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 of signal systems, budding or other similar work, it may be desirable for the City Representative 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. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that 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 City Representative, so that the City Representative 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 City Representative. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract base bid price unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the City Representative, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract SECTION 1-05.12 IS DELETED AND REPLACED BY THE FOLLOWING: 1-05.12 Final Acceptance. The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 1. The physical work on the project must be complete. 2. The Contractor must furnish all documentation (required by the Contract and required by law) necessary to allow the City to certify the Contract as complete. A Certificate of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover, the City in i establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material. Failure of the Contractor to perform all of the contractor's obligations under the Contract shall not bar the City from unilaterally certifying the Contract complete and establishing the Final Acceptance Date so the City Representative may calculate a final contract price as provided in Section 1-09.9. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor. Whenever the City evaluates the Contractor's qualifications pursuant to Section 1- 02.1, the City may take these or other Contractor performance reports into account Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. The City reserves the right to accept or reject the project manager or superintendent selected by the Contractor. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the City Representative's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation with Other Contractors. The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. SECTION 1-05.16 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.16 Water and Power. The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.17 Oral Agreements. No o ral a greement o r conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify 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 City, unless subsequently put in writing, and signed by the City Representative. 1-06 CONTROL OF MATERIALS SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. i1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.1 Laws to be Observed. LThe Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39 04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.2 State Taxes. 1-07.2(1) General. The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. T he C ity o f K ent w ill n of a djust i is p ayment i f t he Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171. WAC 458-20-171 , and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power Imes when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170. WAC 458-20-170, and its related rules, apply to the construction and repair of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street o r road I fighting s ystem, a nd i nstalling o r attaching of a ny a rticle of t angible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services. The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional, or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses. The City of Kent has obtained the following permits- Downtown design review and civil construction. 1 1 A copy of each permit and/or license obtained by the Contractor shall be furnished to the Contracting Agency. Approved permits shall be furnished to the Owner upon completion of the project and prior to final acceptance. Promptly notify the Owner in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and order and without such notice to the Owner, Contractor shall assume full responsibility therefore and shall bear all costs attributable thereto. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General. The wage rates that will be in effect d uring the a ntire contract work p eriod a re those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Governments adjust the prevailing wage rates after the Bid ' Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. SECTION 1-07.13(4) IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.13(4) Repair of Damage. The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the City Representative. Alternatively, the City Representative may elect to accomplish repair by City forces or other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. The Contractor shall not be reimbursed for costs of repairing such damage, nor for additional cost of delays occasioned by the need to repair. SECTION 1-07.14 IS REVISED BY DELETING THE THIRD, FOURTH AND FIFTH PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY" OR "STATE" TO READ "CITY". 1-07.14 Responsibility for Damage. SECTION 1-07.15 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.15 Temporary Water Pollution/Erosion Control. 1-07.15(1) General Conditions. This work consists of temporary measures as shown on the construction plans, specified in these special provisions, proposed by the contractor, or ordered by the City Representative as work proceeds This work is intended to prevent, control and stop water pollution or erosion within the project, thereby protecting , the work, nearby wetlands, streams, retention/detention ponds, and other bodies of water. The Contractor shall be required to control pollution, erosion, and run-off by , performing temporary work items. These items include but are not limited to. constructing or providing interceptor berms/ditches; check dams; filter fabric fencing; straw bale barriers; storm drain inlet protection; hydroseeding or hydromulching bare soils and any other installation of erosion control measures as shown on the Drawings or as directed by the City Representative. The Contractor shall begin by constructing and installing the new storm drainage system. See the Roadway Plan and Profile sheets as well as the TESCP sheets of the construction plans. This work must be completed before any other work can begin. The Contractor shall be responsible for the implementation of the TESCP facilities and construction, maintenance, replacement and upgrading of these facilities until all construction is approved. All cost for this work shall be paid for under the total lump sum bid. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall also incorporate the requirements in Section 8-01 of the Kent Special Provisions as applicable. 1-07.15(2) Clearing Requirement. ' The Contractor shall flag the boundaries of the clearing limits in the field as shown on the plans for approval by City Representative, prior to construction. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESCP facilities shown on the construction plans must be constructed in conjunction with or prior to all clearing and grading activities, and in such a manner as to insure that sediment laden water does not enter the drainage system or violate applicable water quality standards. City Representative may require temporary control measures between work stages. 1-07.15(3) Protection of Clearing Areas. Any area stripped of vegetation, including roadway embankments, where no further work is anticipated for a period of 24 hours, shall be immediately stabilized with the approved TESCP methods (e.g. seeding, mulching, fencing, erosion blankets, etc ). Grass seeding with fast germinating grasses alone will be acceptable only if left undisturbed for more than a minimum of six (6) weeks during the months of April through October i nclusive, as approved by the City Representative During the time period of November 1, 2001 through March 31, 2002, all project disturbed areas that are to be left unworked for more than 24 hours shall be covered by one of the following cover measures. Mulch, sodding or plastic covering. ' Where seeding for temporary erosion control is approved, fast germinating grasses shall be applied at an appropriate rate (e.g annual or perennial rye at approximately 80 pounds per acre). Should the area be disturbed due to storm events ' before sufficient grass growth, other measures will be required immediately to prevent erosion within that area. Where straw mulch for temporary erosion control is required, it shall be applied at a minimum thickness of 3 inches or 3,000 lbs./acre). 1-07.15(4) Inspection and Maintenance of TESCP Facilities. For active areas, the Contractor shall inspect the TESCP facilities daily and maintain as necessary to ensure their continued functioning and operation When the temporary control devices are no longer needed, the Contractor shall remove them and finish the construction area they occupied as the City Representative directs. ' For inactive areas the TESCP facilities sites shall be inspected and maintained a minimum of once a week or within 24 hours following a storm event or as the City deems necessary. This requirement also applies during winter shut down. 1-07.15(5) Additional Measures. The TESCP facilities shown on the construction plans are the minimum requirements for anticipated site conditions. As construction progresses and unexpected seasonal conditions dictate and as the City requires, the Contractor should anticipate more TESCP measures. These additional measures may include additional sumps, relocation of ditches and silt fences, etc These measures will be necessary to protect adjacent properties and to meet water quality standards. These measures shall be paid for under the total lump sum bid price. ' It shall be the responsibility of the Contractor to notify the City at once of any TESCP d eficiencies o r c hanges i n conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the City ' Representative in order to resolve any problems that are occurring. The Contractor shall provide additional facilities, as directed by the City Representative over and above the minimum requirements outlined on the approved plans. All costs for materials and labor ' shall be paid for under the unit contract bid price. The Contractor shall also restore all damaged areas and clean up eroded material including that in ditches, catch basins, manholes, and culverts. ' Additional measures may be required to insure that all paved areas are kept clean daily for the duration of the project. 1-07.15(6) Catch Basin Protection. , All existing catch basins shall receive inlet protection of the appropriate type prior to clearing and grubbing. , All traffic (IP1) catch basins as shown on the TESCP plans shall be f itted with °Siltsacks" by Atlantic Construction Farbricks, Inc. or an approved equivalent, to prevent , mud, silt and other debris from entering the storm sewer system The Contractor shall maintain the silt sacks on a regular schedule as recommended by the manufacturer or as directed by the City Representative. At no time shall more than one foot of sediment be , allowed to accumulate within a catch basin. All catch basins and conveyance lines shall be cleaned prior to paving. The cleaning operation shall not flush sediment-laden water into the downstream system. ' The interceptor berms/ditches (ID) that are shown on the TESCP plans shall initially be constructed to d rain to the detention pond inlet at the low points along the ' edge of the roadway section during the roadway construction phase. Once the storm system has been completed and inlet protection installed, the storm water runoff can then be discharged into the new catch basins and storm system as shown on the TESCP ' plans. All non-traffic (IP2) catch basins shall be protected as detailed on sheet 82 of the plans. ' 1-07.15(7) Vehicle Maintenance and Storage. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters unless separation of petroleum products, fresh ' concrete products or other deleterious material is accomplished prior to discharge. Detergent solution may be discharged into sanitary sewer or allowed to be held on ground for percolation. A recirculation system for detergent washing is recommended. ' Steam cleaning units shall provide a device for oil separation. Handling and storage of fuel, oil and chemicals shall not take place adjacent to ' waterways. The storage shall be made in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless the dispensing ' area is properly lighted. Disposal of waste shall not be allowed on fuel, oil, and chemical spills. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. , 1-07.15(8) Failure to Perform TESCP. If the Contractor fails to install the required TESCP measures, or to perform ' maintenance in a timely manner, or fails to identify deficiencies, and fails to take immediate action to install additional approved measures, all fines, costs of cleanup, and ' costs for delays and down time shall be borne by the contractor. SECTION 1-07.16 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ' r 1-07.16 Protection and Restoration of Property. 1-07.16(5) Archaeological and Historical Objects. ' It is national and state policy to preserve, for public use, historical and pre- historical objects such as ruins, sites, buildings, artifacts, fossils, or other objects of rantiquity that may have significance from a historical or scientific standpoint. Archaeological or historical objects, which may be encountered by the Contractor, ' shall not be further disturbed. The Contractor shall immediately notify the City Representative of any such finds. ' The City Representative will contact the archaeologist who will d etermine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. If the archaeologist determines that the r material is to be salvaged, the City Representative may require the Contractor to stop work in the vicinity of the discovery until the salvage is accomplished. Loss of time suffered by the Contractor due to resulting delays will be adjusted in accordance with Section 1-08.8 (Extensions of Time). SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1.07.17 Utilities and Similar Facilities. 1-07.17(1) Utility Locations. ' Pursuant to RCW 19.122 which relates to underground utilities, the Contractor shall: ' 1. Call the utilities underground location center (One Call Service, 1-800-424- 5555) for field location of the utilities; and 2. Delay excavation until all known underground facilities in the vicinity of the proposed excavation have been located and marked. Location a nd d imensions s hown o n t he P lans f or a xisting facilities are made in ' accordance with available information without uncovering, measuring, or other verification. If a utility is known or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities ' underground location center, then the Contractor shall give individual notice to that utility. 1-07.17(2) Interference. The Contractor shall contact the abutting property owners and shall locate existing irrigation, electrical, and other utilities prior to working in the project limits. Not all private r irrigation, electrical or other utilities are shown on the plans. Note that these private irrigation lines, etc. are not covered by the one call number (RCW 19.122). Using the one call number for utility locations shall not relieve the Contractor from responsibility for 1 1 locating these utilities with the property owners and maintaining them in good working order. Even though the presence of underground utilities, including service lines, may be , an interference or have the effect of slowing the contract work, the interference of such utilities shall not be deemed a changed or differing condition and shall not be allowed as a basis for extra compensation. , 1-07.17(3) Notification of Excavation. Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur. 1-07.17(4) Site Inspection. Contractor warrants and represents that it has personally, or through its , employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power ' and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined in detail the plans of such utilities provided to it by ' the City and all other affected utility companies or entities, whether public or private. The following addresses and telephone numbers of utility companies known or , suspected of having underground facilities within the area of the proposed work are supplied for the Contractor's convenience only; they are not intended to constitute a complete list of all affected utilities, nor do they represent any warranty or guarantee of their accuracy. 1. City of Kent 2. Puget Sound Energy Public Works Department 22828 68th Ave S #102 ' 220 Fourth Avenue South Kent, Washington 98032 Kent, Washington 98032-5895 253-476-6304 253- 856-5500 ' 3. US West Communications 4. AT&T Broadband 7235 228th Street 22727 72nd Ave S., Bldg D, Suite 105 , Kent, Washington 98032 Kent, Washington 98032 206-345-2726 253-437-6886 5. AT&T Cable Services 6. MCI , PO Box 1048 2270 Lakeside Blvd Auburn, Washington 98071 Richardson, Texas 75082 , 1-877-824-2288 972-498-6041 7. U.S. Sprint ' 2210 S 356th Street Tacoma, Washington 98409 206-632-0526 ' SECTION 1-07.18 IS DELETED IN ITS ENTIRETY. 1-07.18 Public Liability and Property Damage Insurance. Refer to the insurance requirements in the project agreement, which constitute the Contractor's insurance requirements for this project. ' SECTION 1-07.23 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23 Public Convenience and Safety. During non-working hours, equipment or materials shall not be within the safety zone unless protected by permanent guardrail or temporary concrete barrier. The use of ' temporary concrete barriers shall be permitted only if the City Representative approves the installation and location. ' During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. ' The Contractor's nonessential vehicles and Contractor's employees' private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above ' Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the City Representative has provided written approval. SECTION 1-07.23(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING FIRST PARAGRAPH AFTER THE FIRST PARAGRAPH: SECTION 1-07.23(1) IS SUPPLEMENTED BY DELETING THE SECOND PARAGRAPH AND REPLACING IT WITH THE SECOND PARAGRAPH SHOWN HERE AS FOLLOWS: 1-07.23(1) Construction Under Traffic. All the following requirements in this section shall also apply during non-working hours To disrupt public traffic as little as possible, the Contractor shall: 1. Permit traffic to pass through the work with the least possible inconvenience or delay; 2. Maintain existing roads and streets within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. The Contractor shall also maintain roads and streets adjacent to the project limits ' when affected by the Contractor's operations. S now a nd i ce c ontrol w ill b e performed by the Contractor on all projects. Cleanup of snow and ice control , debris will be at the Contractor's expense; 3. Remove or repair any condition resulting from the work that might impede traffic or create a hazard; , 4. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The City will continue the routine maintenance on such systems.) , 5. Maintain the striping on the roadway. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the City Representative. When the scope of the project does not require work on the ' roadway, the City will be responsible for the striping, 6. Maintain existing permanent signing. Repair of signs will be at the City's expense except those damaged due to the Contractor's operations, , 7. Keep drainage structures clean to allow for free flow of water; and 8. Confine construction operations to one side of the roadway at a time. SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(1)A Traffic Restrictions on the Contract Work. Work determined by the City of Kent to affect traffic shall occur only between 8:30 a.m. and 3:00 p.m. or as approved by the City Representative. , Contractor shall keep all traffic lanes and shoulders clear of equipment and materials during non-working hours Contractor shall not keep equipment and materials ' stored within 12 feet from the edge of the traveled way, unless protected by permanent guardrail or concrete barrier. The Contractor's employees and agents shall not park private vehicles along the traveled way, median, or shoulders. ' Whether or not Contractor's forces are on site, upon request by the City ' Representative, the contractor shall immediately mobilize forces to place, at no further or additional cost to the City, any asphalt concrete pavement, cold plant mix, crushed surfacing and/or gravel base as requested. ' If the Contractor fails to comply, the City Representative may order the work done by others and deduct the cost from any monies due or to become due the Contractor. , SECTION 1-07.23(2) IS REVISED BY DELETING THE FIRST SENTENCE AND REPLACING IT WITH THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours. The Contractor shall submit a Traffic Control Plan that shall include a detour to the ' City Representative for approval. All signing shall conform to the current Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall allow two weeks for City , Representative review. The TCP shall demonstrate how access is to be maintained to private properties at all times. ' Prior to closure, the Contractor shall contact all residents within the restricted area regarding the road closure, and to discuss their access and how it will be maintained. The Contractor shall contact the local police and fire departments to inform them of the 1 detour and of work being done each day. All road approaches and street connections and driveways shall remain open to local and emergency traffic throughout the life of this project at no additional cost to the City These requirements also apply to the non-working hours. ' SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING NEW SECTION: 1-07.24 Rights of Way. Street right of way lines, limits of easements and limits of construction are ' indicated or defined on the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. ' It is anticipated that the City of Kent will have obtained all right of way, easements or right of entry a greements p nor t o t he s tart o f c onstruction. L ocations w here t hese rights have not been obtained will be brought to the contractor's attention prior to start of construction. ' 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 City Representative certifies to the Contractor that the right of way or easement is available or that the right of ' entry has been received. Whenever any of the work is accomplished on or through a property other than ' public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the City of Kent from the owner of the private property. Copies of the easement agreements may be made available to the Contractor ' as soon as practical after they have been obtained by the City Representative. Each property owner shall be given 48 hours notice prior to entry by the ' Contractor. 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 to the City, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. ' SECTION 1-07.26 IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.26 Personal Liability of Public Officers. Neither the City, the City Representative, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the , contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PRIOR TO , SECTION 1-08.1: 1-08 Pre-construction Conference. , The City Representative will furnish the Contractor with up to five (5) copies of the ' Contract documents. 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 all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the , City Representative any conflict, error or discrepancy that the Contractor discovers for discussion. After the Contract has been executed, but prior to the Contractor beginning the , work, a pre-construction conference will be held with the Contractor, the City Representative and any other interested parties that the City determines to invite. The ' purpose of the pre-construction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or ' affected by the work. 3. To designate personnel representing the parties in the Contract. 4. To establish and review procedures for progress payment, notifications, ' approvals, submittals, etc. 5. To verify normal working hours for the work. 6. To review safety standards and traffic control. ' 7. To discuss any other related items that may be pertinent to the work. 8. To review Special Instructions. 9. To discuss conflicts, errors or discrepancies discovered by Contractor. ' The Contractor shall prepare and submit at the pre-construction meeting the following: 1. A price breakdown of all lump sum items (Schedule of Values). , 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. A schedule of submittals. , 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. A list of all subcontractors. , SECTION 1-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-08.3 Progress Schedule. ' 1-08.3(1) Hours of Work. Also reference Section 1-07.23(1)A of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive eight (8) hour period plus time for a lunch break between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the pre- construction conference or prior to the Contractor commencing work. 1 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the City Representative for permission to work those times. These requests shall be submitted to the City Representative at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. Permission to work longer than an 8-hour period between 7.00 a.m. and 6:00 p.m. is not required. 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 9:00 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 City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The City Representative may grant permission to work Saturdays, Sundays, ' holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or City Representative These conditions may include, but are not limited to the following: requiring the City 1 Representative or those assistants that the City Representative deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of City Representative salaries paid City employees who worked during these times; considering ' the work performed on Saturdays and holidays as working days with regard to the Contract Time. Assistants may include, but are not limited to, survey crews; personnel from the City's material testing lab; inspectors; and other City employees when, in the ' opinion of the City Representative, the Contractor's work necessitates their presence. Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of May, fourth day of July, first Monday of September, 11th day of November, fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on , Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-08.3(2) Reimbursement for Overtime Work of City Employees. ' Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the City Representative. The Contractor shall notify the City Representative at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. SECTION 1-08.4 IS DELETED AND REPLACED BY THE FOLLOWING: 1-08.4 Notice to Proceed and Prosecution of the Work. Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. The Contractor shall not commence the work until the Notice to Proceed has been given by the City Representative. The Contractor shall commence construction ' activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption , until physical completion of the work. 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. ' SECTION 1-08.5 IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS; DELETING THE FIFTH PARAGRAPH; AND SUPPLEMENTING WITH THE ' FOLLOWING: 1-08.5 Time for Completion. The entire project, including cleanup, shall be physically completed within the time set forth in the contract. ' Each calendar day, including Saturdays, Sundays, and holidays, shall be counted when computing the total contract time for completion. , The time for completion of this contract has been determined considering weather patterns in the Puget Sound area which could delay or hinder placement of concrete sidewalk, driveways, asphalt paving and placement of pavement markings, among other , items. The Contractor should anticipate probable delays in the construction sequence due to rainfall and weather patterns in the area and allow time for such rainy periods of weather in the construction schedule. Rainfall or rainstorms will not be considered as a , ' delay to the contractor in meeting the substantial completion date unless a weather storm is so significant as to cause a Federal, State or County disaster proclamation directly affecting the immediate project area. ' The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting (see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the I authorized City representative Following the actual award, the City will schedule a pre- construction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). ' If the Contractor fails to provide all properly executed insurance documents and contract documents to the City within the ten (10) calendar days stipulated above or if the Contractor delays in providing other required submittals which results in a delay to the Notice to Proceed date, the Contractor will not be granted a time extension. The Contract will be considered substantially complete when all lanes of the roadway are ready to be opened to traffic with all permanent pavement markings, barriers, illumination and signage complete. (See also Section 1-05.11(1)). If the Contractor does not achieve substantial completion within the specified contract time, the City will deduct from any money due or to become due to the contractor, the liquidated damages calculated from Section 1-08.9 for each day of delay. The Contractor shall submit to the City Representative, approvable shop drawings for the traffic signal poles within thirty (30) calendar days of the "Notice to Proceed" date. Once the shop drawings are approved, the Contractor shall provide to the City Representative, a traffic signal purchase order, indicating that the signal poles have been ordered and will be received in time to meet the project schedules The contract time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the contract time, and ' Contractor is expected to plan for and make appropriate allowances when organizing its forces and scheduling the contract work. Moreover, during these periods, the Contractor should, to the full extent possible, continue to perform the contract work. SECTION 1-08.6 IS REVISED BY DELETING THE THIRD SENTENCE IN THE SIXTH PARAGRAPH AND REPLACING WITH THE FOLLOWING SENTENCE: 1-08.6 Suspension of Work. If the Contractor contends damages have been suffered as a result of such suspension, delay, or interruption, the protest shall not be allowed unless the protest I (stating, as near as possible, the amount of damages) is asserted in writing within ten calendar days from the date Contractor either knew or should have known of the existence of that claim for damages; more over, Contractor shall neither deliver any protest asserting damages nor fail to clarify the exact amount of damages claimed in any previously delivered protest after the date of the Contractor's signature on the Final Contract Payment Certification. SECTION 1-08.7 IS REVISED BY DELETING ALL OF SECTION 1-08.7 EXCEPT THE FIRST PARAGRAPH, AND ADDING THE FOLLOWING NEW PARAGRAPH: 1-08.7 Maintenance During Suspension. At no expense to the Contracting Agency, the Contractor shall provide through the construction area, a safe, smooth, and unobstructed pathway, trail, or roadway for public use during suspension (as required in Section 1-07.23 of the Special Provisions). This may include a temporary pathway, trail, or roadway or detour, subject to the approval of the City Representative. , SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 5 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time. The Contractor shall submit any requests for time extensions to the City Representative in writing no later than 10 working days after the delay occurs. The ' request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered be the City Representative, the request shall be in sufficient detail (as determined by the City Representative) to enable the City Representative to ascertain the basis and amount of time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by re-sequencing of the work or other reasonable alternatives The reasons for and times of extensions shall be determined by the City Representative, and such determination will be final as provided in Section 1-05.1. , SECTION 1-08.9 IS SUPPLEMENTED BY DELETING THE FOURTH SENTENCE OF THE FOURTH PARAGRAPH OF SECTION 1-08.9 AND REPLACING WITH THE , FOLLOWING SENTENCE: 1-08.9(1) Liquidated Damages. ' For overruns in contract time occurring after the substantial completion date, the formula for liquidated damages shown above will not apply , 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.1 Measurement of Quantities. Each truck hauling materials being paid for by weight shall bear a plainly legible identification mark or number. Duplicate tally tickets shall accompany each truck-load of material delivered to the project. Tally tickets furnished by the Contractor, subcontractor, by certified public weighmasters, or by suppliers at commercial plants shall include the information listed below for the material weighed. The following information shall be recorded on each item quantity ticket by the weighman or in the case of item (K), the truck driver: (a) Ticket serial number (this is already imprinted on the tickets). (b) Identification number of truck/truck trader. (c) Date and hour of weighing. (d) Type of material. 1 (e) Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. (f) Weighman's identification. (g) Item number. (h) Contract number. (i) Unit of measure. 0) Legal gross weight in Remarks section. (k) Location of delivery. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.9 Payments. 1-09.9(1) Retained Percentage. There will be reserved and retained from monies earned by the Contractor, as 1 determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 6 0.28, RCW. At the option of the Contractor, the retained funds shall be: (a) Retained in a fund by the City; (b) Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; (c) Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall ' be paid to the Contractor as the interest accrues. The Contractor shall notify the City Representative regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a , final decision to place the monies retained in a fund by the City (Item (a) above). The Contractor in choosing option (a) or (b) agrees to assume full responsibility to pay all costs, which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a , portion of the Contractor's retainage. Release of retained percentage will be made sixty (60) days following the Completion d ate (pursuant to R CW 3 9.12.RCW 3 9.76, a nd RCW 6 0.28) provided the following conditions are met: 1. On contracts totaling more than $20,000.00, a release has been obtained from , the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. , 3. Affidavit of Wages Paid is on file with the City for the contractor and all Subcontractors regardless of tier (RCW 39.12.040). 4. As-built plans have been submitted to the Owner. In the event claims are filed, the contractor will be paid the retained percentage ' less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. Pursuant t o S ection 1 -07.10, t he C ontractor is responsible for submitting to the , State L&I a "Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. 1-09.9(2) City's Right to Withhold Certain Amounts. In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the , Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: ' (a) The cost of defective work not remedied. I (b) Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract (c) Fees and charges of public authorities or municipalities. (d) Liquidated damages. (e) Engineering and inspection fees beyond completion date. I1-09.9(3) Markup Limitations for Extra Work. When extra work is performed under an approved change order, the Contractor shall be limited to a total markup of 15% overhead/profit on direct cost of the work, including materials, labor (including employment taxes, fringe benefits), ownership or rental costs of the construction plant and equipment employed during the time of the 1 extra work. No further markup shall be permitted to cover Contractor's costs for Bonding, small tools, insurance, trader, superintendent and the like. The Contractor's subcontractor will also be limited to the same conditions. ' When extra work is performed as above by a subcontractor to the Contractor, the Contractor shall be limited to a 10% markup on the subcontractor's work. ISECTION 1-09.11(3) IS DELETED AND REPLACED BY THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction. This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Kent Division of the Superior Court of King County, Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any ' claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED BY THE FOLLOWING: 1-09.13 Final Decision and Appeal. All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Specifications and any special provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the special provisions must be complied with, in full, as a condition precedent to the i Contractor's right to seek an appeal of the City's decision. The City's decision under i Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court located in Kent, King County, , Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL i SECTION 1-10.2(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.2(2) Traffic Control Plans. Whenever the Contractor intends to do work not explicitly covered by the Traffic Control Plans (TCP) provided in the Plans, or the TCP submitted by the Contractor and approved by the City's Traffic City Representative, then the Contractor shall submit a Supplemental Traffic Control Plan to the City for approval at least ten (10) calendar days in advance of the time the signs and other traffic control devices will be required NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE CITY REPRESENTATIVE. The approved TCP shall be on-site at all times and failure to obtain and adequately implement an approved TCP shall be cause for immediate action by the City Representative. ' SECTION 1-10.2(3) IS REVISED BY REPLACING THE FIRST PARAGRAPH WITH THE FOLLOWING: 1-10.2(3) Conformance to Established Standards. Traffic Control Plans, flagging, signs, and all other traffic control devices furnished or provided shall conform to the standards established in the latest adopted edition of the "Manual on Uniform Traffic Control Devices" (MUTCD) published by the U S. Department of Transportation, and the Modifications to the MUTCD for Streets and Highways for the State of Washington, except as modified by the more stringent requirements contained within the City of Kent Development Assistance Brochure #6-5, Traffic Control Plans. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, DC, 20402 Modifications to the M UTCD for Streets and Highways for the State of Washington may be obtained from the Department of Transportation, Olympia, Washington 98504. City of Kent Development Assistance Brochure #6-5, Traffic Control Plans, may be obtained from the City of Kent Public Works Department. The Contractor is responsible for obtaining and complying with all of these publications. SECTION 1-10.2(3) IS REVISED BY REPLACING THE LAST SENTENCE WITH THE i FOLLOWING: When a sign or traffic control device becomes classified as "not acceptable" it ' shall be replaced with an acceptable sign or traffic control device within 12 hours. i ' 1-10.3(1) Traffic Control Labor. SECTION 1-10.3(1) IS REVISED BY REPLACING ITEM 2. WITH THE FOLLOWING: 2. Handling the Class A and Class B construction signs and other temporary traffic control devices for: SECTION 1-10.3(1) IS REVISED BY REPLACING 2. a. WITH THE FOLLOWING: a. Initial installation / setup and removal, SECTION 1-10.3(1) IS REVISED BY REPLACING THE LAST PARAGRAPH WITH THE FOLLOWING: The hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Any work described under Section 1-102(1)B of the Standard Specifications, performed by a Traffic Control Supervisor shall be paid as "Traffic Control Labor' per hour. SECTION 1-10.3(3) IS REVISED BY REPLACING THE FOURTH PARAGRAPH WITH THE FOLLOWING: 1 1-10.3(3) Construction Signs. iNo bid item will be provided in the proposal for Class A or Class B construction signs. Payment for Class A and Class B construction signs will be limited to the labor costs to the work described in Section 1-10.3(1) of the Special Provisions. All other costs for the work to provide Class A and Class B construction signs shall be included in the unit contract prices for the various bid items contained within the proposal. ' SECTION 1-10.4 IS REVISED BY REPLACING THE SECOND PARAGRAPH WITH THE FOLLOWING: 1-10.4 Measurement. Traffic Control Labor will be by the hour for each hour a person is actually performing the work described by Section 1-10.2(1), Section 1-10.2(1) A, Section 1- 10.2(1) B of the Standard Specifications, and Section 1-10.3(1) of the Kent Special Provisions. Eligible hours for Traffic Control Labor under this item shall be limited to the hours the worker is actually performing the work as documented by the City Inspector's records, and upon the Contractor's Certified Payroll Records submitted to the City Inspector. When the Traffic Control Manager or Traffic Control Supervisor performs work as 'Traffic Control Labor', measurement and payment shall be as specified for "Traffic Control Labor'. SECTION 1-10.4 IS REVISED BY DELETING THE THIRD AND FOURTH PARAGRAPHS. SECTION 1-10.5 IS REVISED BY REPLACING WITH THE FOLLOWING: ' 1-10.5 Payment. Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the proposal: "Traffic Control Labor", per hour. The unit contract price per hour constitutes complete compensation for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1), Section 1-10.2(1) A, Section 1-10.2(1) B, and Section 1-10.3(1) of the Special Provisions and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. Labor will be paid for at the non-negotiable rate of$28.00 per hour for the duration of this contract. If the Contractor's labor costs for Traffic Control Labor, including but not limited to: direct labor costs, fringe benefits, taxes, insurance, overhead and markup exceed $28.00 per h our, then the Contractor s hall i nclude those a dditional costs in the bid prices for other bid items contained within the proposal. , When the proposal does not include a bid item for a specific bid item listed in the Standard Specifications and/or the Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When bid items for traffic control are included in the proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are a Iso included. I f the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the Transportation Engineer , for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above. I i SUPPLEMENT DIVISION 1 BY ADDING THE FOLLOWING NEW SECTION 1-11. 1-11 OTHER GENERAL REQUIREMENTS 1-11.1 Coordination of Work with City. At least a three (3) business day notification shall be required on all requests for Engineering services other than inspection. All requests shall be coordinated with the City Engineer. All costs resulting from delays in which requests were not coordinated with the City Representative shall be the sole responsibility of the Contractor. 1-11.2 Conformance to Requirements of King County. All work under this contract which is to be accomplished on right-of-way under the jurisdiction of King County shall be done in strict accordance with the requirements of I that agency in accordance with any directive which may be issued by their representatives. See the project plans for description of project location, if any, located in King County. The Contractor shall be responsible for notifying King County as to when they I intend to perform the work and to cooperate effectively with the County throughout the entire construction period. In general, traffic shall not be detoured or restricted in any way except by authorization of the County. The City has a franchise and permit to construct the project as shown on the plans. It will be the responsibility of the Contractor to comply with any special requirements of the permit. Bidders shall determine the requirements of King County for construction of utilities on the rights-of-way before submitting a bid. 1-11.3 Road Maintenance. Until accepted in writing by the City Representative, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the City Representative. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the City Representative, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the street clean, the Contractor shall perform 1 removal operations on a more frequent basis. If the City Representative determines that more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the City Representative, provide facilities for and remove all clay or other deposits from the t tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the City Representative may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the City Representative may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the City Representative choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. 1-11.4 General Restoration. The Contractor shall restore to a condition equal to the original condition improvements as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, -traffic signal loops, landscaping, lawns, trees, buildings and foundations, piping systems, septic tanks and drain fields, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown on the plans or not. Also see Sections 1-07.16 and 1-07.17 of the City of Kent Special Provisions , Payment for the above said work including all labor, materials, tools and equipment shall be considered incidental to the construction and all costs thereof shall be included by the Contractor in the unit contract price of other bid items unless a specific bid item is included in the proposal. 1-11.5 Landscape Restoration. Restoration of landscaping shall be performed by a qualified landscape gardener whose principal business is this type of work. The name and qualification of the landscape gardener shall be submitted to the City Representative for approval prior to beginning of construction. Particular care shall be exercised to see that the topsoil is preserved and replaced in its original location. It shall be the Contractor's responsibility to strip such 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, or to furnish and install new topsoil in accordance with Section 9-14 of the Standard Specifications. Topsoil shall be defined four (4) inches of soil in lawn and planted areas. Trees and shrubbery shall be carefully removed with the earth surrounding their ' roots, wrapped in burlap and replanted in their original positions within four (4) days. Trees and shrubbery removal and transplanting will be done only by a landscape gardener. Ornamental trees or shrubbery destroyed or damaged by the Contractor, I I whether in public or private property shall be replaced by the Contractor with material of equal quality and no additional compensation will be allowed for such replacement. NOTE: Those trees indicated on the plans as non-restorable are not required to be restored. As such, said trees shall be marked by the City Representative prior to the construction. Wherever it may be necessary for the Contractor to trench through any lawn areas, the sod shall be carefully cut and rolled and properly replaced after ditches have ! been water settled or otherwise properly compacted Should the existing sod be deemed unsuitable for reuse, the Contractor shall supply and install new sod. All work shall be done in a manner calculated to leave the lawn area clean of earth and debris and in a condition equal to that which existed before work was started. Payment for this work includes all labor, materials, tools and equipment and shall be incidental to the contract work and all related costs shall be included by the Contractor in the total lump sum bid. i 1 1 1 j Earth Consultants, Inc. Gmechnical Fnguie m oeole>Aws&Fnvir nmaual SetentL4S Established 1975 Cnnstruman Tesi ng&Ia3Q(WA60 Inspection SezvyoYS June 9, 2004 E-4391-5 City of Kent 220 Fourth Avenue South Kent, Washington 98032 Attention: Mr. Perry Brooks Subject: Summary Letter Groundwater Monitoring Program Kent City Nall Permeable Pavement 220 Fourth Avenue South Kent, Washington Dear Mr. Brooks: As requested, Earth Consultants, Inc. (ECI) is pleased to present this letter summarizing the results of our groundwater monitoring program at Kent City Hall, located at 220 Fourth Avenue South in Kent, Washington. In preparing this letter, ECI installed three monitoring wells in the sidewalk and parking area surrounding Kent City Hall. Groundwater levels at each monitoring well were recorded monthly from March 2004 to May 2004. Project Description We understand it is planned to replace the existing sidewalk and asphaltic pavement areas to the east and south of the Kent City Hall building with new permeable concrete walkways and permeable asphalt parking and driveway areas. The feasibility of constructing the new surfaces as planned will be in part dependant upon seasonal groundwater levels in the proposed improvement areas. Subsurface Conditions Subsurface soil and groundwater conditions were evaluated by drilling three borings at the approximate locations shown on the Boring Location Plan, Plate 1 . The field exploration was continuously monitored by a geologist from our firm who classified the soils encountered, maintained a log of each boring, obtained representative samples, measured groundwater levels, and observed pertinent site features. The samples were visually classified in accordance with the Unified Soil Classification System which is presented on Plate 2, Legend. Representative soil samples were collected and returned to our laboratory for further examination and testing. 1805136th Place N E,Suite 201,Bellevue,WA 98005 Other Locations Bellevue(425)643-3780 FAX(425)746-0860 Toll Free(888)739-6670 Fife i t City of Kent E-4391-5 June 9, 2004 Page 2 The borings were drilled on March 4, 2004 with a trailer-mounted drill rig to a maximum I depth of sixteen and one half (16.5) feet below existing grade. Our boring logs are included as Plates 3 through 5. Please refer to the boring logs for a detailed description of the conditions encountered at each boring location. The following is a generalized description of the subsurface conditions encountered. Underlying a surficial layer of topsoil at the locations of Borings B-1 and B-2 and underlying the concrete sidewalks at the location of Boring B-3, we encountered a three and one half to five foot zone of fill consisting of loose silty sand with gravel (Unified Soil Classification SM). Underlying the fill, we generally encountered interbedded sand, sand with silt, silty sand, and silt (SP, SP-SM, SM, and ML) to the maximum depth of each boring. The native sand and silt i were typically in a loose to medium dense condition. Iron oxide staining was observed from approximately three and one half to six and one half feet below existing grade. The iron oxide staining is indicative of a seasonal groundwater table. Groundwater was encountered at approximately five feet below existing grade at our boring locations at the time of drilling. Groundwater Monitoring A monitoring well was installed at each boring location to the maximum depth explored. Groundwater levels were recorded at each monitoring well on a monthly basis between March and May 2004. The following groundwater levels were recorded during our groundwater monitoring program: Groundwater Monitoring Results Test Groundwater Level (approximate feet below existinggrade) Location March 8, 2004 Aril 7, 2004 May 5, 2004 B-1 4.4 4.4 4.5 B-2 5.3 5.5 5.8 B-3 4.8 5.0 5.3 Earth Consultants, Inc. 1 City of Kent E-4391-5 June 9, 2004 Page 3 The opportunity to be of service is appreciated. If you have any questions, please call. Respectfully submitted, EARTH CONSULTANTS, INC. jEric L. Woods Staff Geologist �ofWas4 tim ��o <1 . N d l e 212 4A' �Sn� GejS�Q U� Scott Dinkelman Scott D. Dinkelman, LEG Principal ELW/SDD/csm Attachments: Plate 1 Boring Location Plan Plate 2 Legend Plates 3 through 5 Boring Logs Earth Consultants, Inc. ❑ oo � --- - - -- - -- - -- - GrassAres — — - - - - - - Brick Plaza Fountain Concrete B 3 1 Slab I Raised Planter ` Existing E City Hall E I I E I 1 I Asphalt Parking Area I gB-2 Asphalt Parking Area I t (- --- - -- - - -- - ------ - - -- -- - - � LEGEND B-1—�— Approximate Location of ECI Boring, Proj. No. E-4391-5, Mar. 2004 Approximate Scale 16 = 40` (Monitoring Well Installed 314/04) Earth Consultants, Inc_ Geonstn)coo Engineering,Geology. O lnspenenral ervicss ConslnlCtlOn Testing&1C80/WABO Inspedbn SeM[zs Existing Building Subject Site Boring Location Plan Kent City Hall - Permeable Sidewalk Kent, Washington NOTE:This plate may contain areas of color. ECI cannot be responsible for any subsequent Drwn. GLS Date Mar.2004 Proj. No. 4391-5 misinterpretation of the information resulting from black&white reproductions of this plate. Checked ELW Date 3110/04 Plate 1 MAJOR DIVISIONS GRAPH LETTER TYPICAL DESCRIPTION !SYMBOL SYMBOL Gravel O e GW Well-Graded Gravels,Gravel-Sand 0 o And Clean Gravels gW Mixtures,Little Or No Fines Gravelly (little or no fines) • Graded Gravels,Gravel- Coarse Soils e e . GP Poorly- Grained gp Sand Mixtures, Little Or No fines Solis More Than GAA Silty Gravels,Gravel-Sand- So% Coarse Gravels With gm Silt Mixtures �raction Fines(appreciable Retained On amount of fines) GC Clayey Gravels.Gravel-Sand- , No 4 Steve gC Clay Mixtures •' Sand oe SW Well-Graded Sands, Gravelly r • And Clean Sand 0 a O SW Sands, Little Or No Fines Sandy (little or no fines) ,� More Than Sods 4e,�+54?ak $P Poorly-Graded Sands, Gravelly 50% Material F is�.Kns Sp Sands, Little Or No Fines Larger Than More Than No00 Sieve 50% Coarse Sands With SM Sin Silty Sands, Sand-Silt Mixtures izeFrachon Fines(appreciable Sieve No 4 amount of fines) a c , $C SC Clayey Sands, Sand-Clay Mixtures ' ML Inorganic Slits&Very Fine Sands,Rock Flour,Sdty- M1 Clayey Fine Sends,Clayey Silts w!Slight Plasticity Fine Silts And Liquid Limit CL Inorganic Clays Of Low To Medium Plasticity, Grained Clays Less Than 50 CI Gravelly Clays, Sandy Clays, Silly Clays, Lean I I I OL Organic Silts And Organic 1 I I OI Silty Clays Of Low Plasticity MH Inorganic Silts, Micaceous Or Diatomaceous Find More Than rah Sand Or Silty Soils 50% Material Silts Liquid Limit Smaller Than And inorganic Clays Of High No 200 Sieve Clays Greater Than 5D Ch Plasticity, Fat Clays Size OH Organic Clays is Medium 7o High Oh Plasticity, organic Silts `err `err `err PT Peat, Humus, Swamp Soils Highly Organic Soi6 rr `ti `ry �tr pi With High Organic Contents Topsoil v 41 y y y 41 Humus And Duff Layer Fill Hit'i Variable Constituents The discussion in the text of this report is necessary for a proper understanding of the nature of the material presented In the attached logs. DUAL SYMBOLS we used to Indicate borderline soil clasil"callon. C TORVANE READING,tell I Y 0 D.SPLIT SPOON SAMPLER qu PENETROMETER READING,tell W MOISTURE, %dry weight 24'10 RING OR SHELBY TUBE SAMPLER P SAMPLER PUSHED SAMPLE NOT RECOVERED WATER OBSERVATION WELL poi DRY DENSITY,Ibs.per cubic fL LL LIQUID LIMIT,% 4 DEPTH OF ENCOUNTERED GROUNDWATER PI PLASTIC INDEX DURING EXCAVATION I SUBSEQUENT GROUNDWATER LEVEL W/DATE Earth Consultants Inc. LEGEND <wYxtYIv11L'JI I],eMx'us Gtxx�i(L4Si11nIt1,tntxi11W k11all�Stf PrOi. NO. 4391-5 Date Mar.2004 Plate 2 Boring Log Project Name Sheet et Kent City Hall-Permeable Sidewalk 1 1 Job No Logged by Start Date. Completion Date Boring No 4391-5 ELW 314104 3/4/04 B-1 Drilling Conlactor Dnli ng Method Sampling Method Gregory Drilling HSA SPT Ground Surface Elevation Hole Completion ±42' ®Monitoring We® ❑ memneter ❑ Abandoned,sealed with bentonde General W No — surfacecondihons Depth of Topsail2" Bvs n `� N° w iL £ E Notes ( ) Ft � v�i �m 'a°> > w SM Brown silty medium SAND with gravel,loose,moist(Fill) 1 2 3 , 4 1182 SP Brown poorly graded fine to medium SAND, loose,water bearing 5 aab py°> 6 -iron o)ade staining u o n -becomes black, medium grained s o a 8 v e e C b`b 9 p,a ¢a 533 ,�b 10 1 ML Gray SILT,very loose,water bearing,trace organics,contains thin 11 1/4"organic beds v 4a 12 SP Blacpoorly graded medium SAND, loose to medium dense,water bearing 0 13 a -contains 3" bed of gray silt,trace organics 14 o , pee °a4 419 _ 15 -becomes fine to medium grained b 4 10 16 Boring terminated at 16.5 feet below existing grade.Groundwater table encountered at 5.0 feet during drilling 2'diameter monitoring well installed to 15.0 feet below grade Lower 10,0 feet slotted NO Tgg E:backfilled with silica sand and bentonite. o Bonng elevations estimated based on topographic data shown on ° Site Plan dated Jan 8,2004 W a ° Boring Log Earth Consultants Inc. Kent City Hall-Permeable Sidewalk ca G�Meclnik2lPn��xasS,Cnwk�gtzsRFmlmrbirncniSdenR]s' Kent,Washington O z $ Prot.No 4391-5 own. GLS Date Mar.2004 Checked ELW Date 3111/04 plate 3 Subsurface conditions depicted represent our observations at the time and location of this exploratory hole,modified by engineering tests,analysis and judgment They are not neomanly representative of other times and locations We cannot accept responsibility for the use or interpretation by others of Boring Log Project Name Sheet of Kent City Hall-Permeable Sidewalk 1 1 Job No Lagged W Start Date Completion Date Soong No 4391-5 ELW 314/04 3/4/04 B-2 Drilling Contactor Drilling Method- Sampling Method Gregory Drilling HSA SPT Ground Surface Elevation: Hole Completion: ±42' ®Monitoring Wee ❑ Piemrncter ❑ Abandoned,sealed with bentonde General No o — L rn surface conditions- Depth of Topsoil 2" Notes M Blows E o �n j y Ft SM Brown silty medium SAND with gravel, loose,wet(Fill) j z 3 4 253 5 SM Mottled brown silty fine SAND, medium dense,water bearing 1.7 6 7 -iron o)dde staining -becomes gray s SP-SM Grades to dark gray 'o poorly graded SAND with silt,loose,water 213 bearing 5 g ML Gray SILT, loose,water bearing 406 10 11 -trace organics ' 12 13 160 .a . SP Black poorly graded medium to coarse SAND, medium dense, 12 •v,, 1a water anng, becomes fine to medium grained sand 335 15 ML Gray sandy SILT, medium dense,water bearing,contains thin sand Boring terminated at 15 0 feet below Basting grade.Groundwater table encountered at 5 0 feet during drilling Installed 2"diameter monitoring well to 15.0 feet below grade.Lower 10.0 feet slotted. Boring backfilled with slim sand and bentonite 0 W Boring Log Earth Consultants Inc. Kent City Hall-Permeable Sidewalk �' an:Nn'ttltMd Fn®[w%as GnkfgLVSR F]rvfmnnrnfnixita"i5K Kent,Washington 8 Pro) No 4391-5 own. GLS Date Mar 2004 Checked ELW Date 3111104 Plate 4 Subsurface conditions depicted represent our observations at the time and location of this exploratory hole,modelled by engmeenng tests,analysis and ju�dgmment They are not necessarly representalive of other times and locations We cannot accept responsibility for the use or interpretation by others of M,nn Mmonforl Boring Log Protect Name: Sheet of Kent City Hall -Permeable Sidewalk 1 1 Job No Logged by Start Date: Completion Date: Boring No. 4391-5 1 ELW 3/4104 314/04 B-3 Drilling Contactor Drilling Method Sampling Method Gregory Drilling HSA SPT Ground Surface Elevation Hole Completion ±43' ®Monacinng well ❑ Piezometer ❑ Abandoned,sealed with bentonite General W No. o o L 4 rn — Surface Conditions 4"Concrete Sidewalk Notes (0/0) BIPou�vs E o rM h SM Brown silty medium SAND with gravel, loose,wet(Fill) t 2 3 16•9 SM Reddish brown silty fine to medium SAND, medium dense,water 11 4 bearing 5 -contains 2"silt beds -iron wade staining s T 25 5 , g SP Black poorly graded fine to medium SAND,very loose,water i 2 ;o a.P bearing,contains 1"silt bed 33.5 10 ML Gray sandy SILT,very loose,water bearing,trace organics 11 ,2 13 232 'a,-�. 14 SP Black poorly graded fine to medium SAND, medium dense,water 12 a, bearing -contains interbedded silt 15 Boring terminated at 15 0 feet below eidsbng grade.Groundwater table encountered at 5.0 feet during drilling. Installed 2"diameter monitoring well to 15.0 feet below grade lower 10 0 feet slotted Boring backfilled with silica sand and bentonite `o o w a Boring Log Earth Consultants Inc. Kent City Hall-Permeable Sidewalk Kent,Washington J O 2 Prot N. 4391-5 DNri GLS Date Mar 2004 Checked ELW Date 3111/04 Plate 5 Subsurface conditions depicted represent our observations at the time and location of this e3ploratory hole,modified by engineering tests,analysis and judgment They are not necessarily representative of other times and locations We cannot accept responsibility for the use or interpretation by others of �IVT9rrIM MCQe.Na/M f'nre�M State of Washington I DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $33 46 1 N 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $4117 1M SA CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $40 23 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $40 07 1M 50 CARPENTER $40 07 1M 5D CREOSOTED MATERIAL $40 17 11M SO DRYWALL APPLICATOR $40 22 1M 5D FLOOR FINISHER $40 20 1M 5D FLOOR LAYER $40 20 1M 5D FLOOR SANDER $40 20 1M 5D MILLWRIGHT AND MACHINE ERECTORS $41 07 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $40 27 1M 5D SAWFILER $4020 1M 5D SHINGLER $40 20 1M 5D STATIONARY POWER SAW OPERATOR $40 20 1M 5D STATIONARY WOODWORKING TOOLS $40 20 1M 50 CEMENT MASONS 1 JOURNEY LEVEL $41 11 1M 5D DIVERS&TENDERS DIVER $8319 1M 5D BA DIVER TENDER $39 51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40 77 1T 5D 8L ASSISTANT MATE(DECKHAND) $40 28 1T 5D 8L BOATMEN $40 77 1T 5D 8L ENGINEER WELDER $40 82 1T 5D 81- LEVERMAN,HYDRAULIC $42 34 1T 5D 8L MAINTENANCE $40 28 1T 5D 81- MATES $40 77 1T 5D 8L OILER $40 40 1T 5D 8L DRYWALLTAPERS JOURNEY LEVEL $40 29 1 E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 I KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $50 60 1D 5A CABLE SPLICER(TUNNEL) $54 40 1D 5A CERTIFIED WELDER $48 88 1D 5A CERTIFIED WELDER(TUNNEL) $52 50 1D 5A CONSTRUCTION STOCK PERSON $26 72 1D 5A JOURNEY LEVEL $47 15 1D 5A JOURNEY LEVEL(TUNNEL) $50 60 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $50 84 4A 5A CERTIFIED LINE WELDER $46 37 4A 5A GROUNDPERSON $33 64 4A 5A HEAD GROUNDPERSON $3546 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46 37 4A 5A JACKHAMMER OPERATOR $35 46 4A 5A JOURNEY LEVEL LINEPERSON $46 37 4A 5A LINE EQUIPMENT OPERATOR $39 50 4A 5A POLE SPRAYER $46 37 4A 5A POWDERPERSON $35 46 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $52 27 4A 6Q MECHANIC IN CHARGE $57 41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $11 90 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $28 78 1N 50 GLAZIERS JOURNEY LEVEL $41 15 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4318 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $33 94 IN 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 07 1 INLAND BOATMEN CAPTAIN $3514 1K 5B COOK $3011 1K 5B DECKHAND $29 09 11K 5B ENGINEER/DECKHAND $3166 1K 5B MATE,LAUNCH OPERATOR $33 24 1K 5B Page 2 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 35 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $40 07 1M 5D IRONWORKERS JOURNEY LEVEL $44 62 10 5A LABORERS ASPHALT RAKER $33 94 IN 5D BALLAST REGULATOR MACHINE $3346 1N 5D BATCH WEIGHMAN $2878 1N 5D BRUSH CUTTER $3346 1N 5D BRUSH HOG FEEDER $3346 1N 5D BURNERS $3346 1N 5D CARPENTER TENDER $3346 IN 5D CASSION WORKER $34 30 1N 5D CEMENT DUMPER/PAVING $33 94 IN 5D CEMENT FINISHER TENDER $3346 IN 50 CHANGE-HOUSE MAN OR DRY SHACKMAN $3346 IN 5D CHIPPING GUN(OVER 30 LBS) $33 94 1N 5D CHIPPING GUN(UNDER 30 LBS) $3346 IN 5D CHOKER SETTER $3346 IN 5D CHUCKTENDER $3346 1N 5D CLEAN-UP LABORER $3346 1N 5D CONCRETE DUMPER/CHUTE OPERATOR $33 94 1N 5D CONCRETE FORM STRIPPER $3346 1N 5D CONCRETE SAW OPERATOR $33 94 1N 5D CRUSHER FEEDER $28 78 1N 5D CURING LABORER $3346 1N 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3346 1N 5D DITCH DIGGER $3346 1N 5D DIVER $34 30 1N 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $33 94 1N 5D DRILL OPERATOR,AIRTRAC $34 30 1N 5D DUMPMAN $3346 1N 5D EPDXYTECHNICIAN $3346 1N 5D EROSION CONTROL WORKER $3346 1N 5D FALLER/BUCKER,CHAIN SAW $33 94 1N 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $26 46 1N 5D construction debris cleanup) FINE GRADERS $3346 1N 5D FIRE WATCH $28 78 1N 5D FORM SETTER $3346 1N 5D GABION BASKET BUILDER $3346 1N 5D GENERAL LABORER $3346 1N 5D GRADE CHECKER&TRANSIT PERSON $33 94 1N 5D GRINDERS $3346 1N 5D GROUT MACHINE TENDER $3346 1N 5D Page 3 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3346 1N 5D HAZARDOUS WASTE WORKER LEVEL A $3430 IN 5D HAZARDOUS WASTE WORKER LEVEL B $3394 1N 5D HAZARDOUS WASTE WORKER LEVEL C $3346 1N 5D HIGH SCALER $3430 1 N 5D HOD CARRIER/MORTARMAN $3394 1N 5D JACKHAMMER $3394 1N 5D , LASER BEAM OPERATOR $3394 IN 5D MANHOLE BUILDER-MUDMAN $3394 1N 5D MATERIAL YARDMAN $3346 1 N 5D MINER $3430 1N 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3394 1 N 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3394 1N 5D PILOT CAR $28 78 1N 5D PIPE POT TENDER $3394 1N 5D PIPE RELINER(NOT INSERT TYPE) $3394 1N 5D PIPELAYER&CAULKER $3394 1 N 5D PIPELAYER&CAULKER(LEAD) $3430 1 N 5D PIPEWRAPPER $3394 1N 5D POT TENDER $3346 1 N 5D POWDERMAN $3430 1N 5D POWDERMAN HELPER $3346 1N 5D POWERJACKS $3394 1N 5D RAILROAD SPIKE PULLER(POWER) $3394 1N 5D RE-TIMBERMAN $3430 1N 5D RIPRAP MAN $3346 1 N 5D RODDER $3394 1N 5D SCAFFOLD ERECTOR $3346 1N 5D SCALE PERSON $3346 1N 5D SIGNALMAN $3346 1N 5D SLOPER(OVER 20") $3394 1N 5D SLOPER SPRAYMAN $3346 1N 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3394 1N 5D SPREADER(CONCRETE) $3394 1N 5D STAKE HOPPER $3346 1N 5D STOCKPILER $3346 1N 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3394 1N 5D TAMPER(MULTIPLE&SELF PROPELLED) $3394 IN 5D TOOLROOM MAN(AT JOB SITE) $3346 IN 5D TOPPER-TAILER $3346 1N 5D TRACK LABORER $3346 1N 5D TRACK LINER(POWER) $3394 1N 5D TRUCK SPOTTER $3346 1N 5D TUGGER OPERATOR $3394 IN 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3346 IN 5D VIBRATOR $3394 1N 5D VINYL SEAMER $3346 1N 5D WELDER $3346 1N 5D WELL-POINT LABORER $3394 1N 5D Page 4 0 KING COUNTY Effective 08-31-05 .w*rr**+x,r.x�...��r��.+r.■.+*,rr**r*+*.,r.�.��.�:r+::e.*..��«.«.::.•�+*x.x.«x.x:,�:•.x,rrx:.x+tw**+xx.:x.:,r*****t�.+* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $33 46 IN 5D PIPE LAYER $33 94 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $40 22 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $32 00 2B 5A PLASTERERS JOURNEY LEVEL $40 58 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $52 41 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38 42 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YO&UNDER) $41 12 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $41 59 1T 5D 8L I BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $42 13 1T 5D 8L BACKHOES, (75 HP&UNDER) $40 71 1T 50 8L BACKHOES, (OVER 75 HP) $41 12 1T 5D 8L BARRIER MACHINE(ZIPPER) $41 12 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $41 12 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $40 71 1T 5D 8L BOBCAT(SKID STEER) $38 42 1T 5D 8L BROOMS $38 42 1T 5D 8L BUMP CUTTER $41 12 1T 50 BL CABLEWAYS $4159 1T 50 8L CHIPPER $41 12 1T 5D BL COMPRESSORS $3842 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $38 42 IT 5D 8L CONCRETE PUMPS $40 71 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41 12 1T 5D 8L CONVEYORS $40 71 1T 5D 8L Page 5 KING COUNTY Effective 08-31-05 tx:.•�.�:.��..::+:.+*:r■x*rx,r..x..r+*�.s.,�.xr.*.,��.��.:��:..:r«xr**+r*w.*r•�:.�..�..��.::■.�,r+x*.x,t.t*rr+«:..:�:.e (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cade Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $40 71 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $41 12 1T 50 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $41 59 1T 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $42 13 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $42 68 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $38 42 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $40 71 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $43 22 1T 5D 81. ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $41 12 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $41 59 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $42 13 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $42 13 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $42 68 1T 5D 8L CRUSHERS $41.12 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $41.12 1T 5D 8L DERRICK,BUILDING $41 59 1T 5D 8L DOZERS,D-9&UNDER $40 71 1T 5D BL DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $40 71 1T 5D 8L DRILLING MACHINE $41 12 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $38 42 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $40 71 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41 12 1T 50 BL FORK LIFTS,(3000 LBS AND OVER) $40 71 1T 5D BL FORK LIFTS,(UNDER 3000 LBS) $38 42 1T 5D 8L GRADE ENGINEER $40 71 1T 5D 8L GRADECHECKER AND STAKEMAN $38 42 1T 5D 8L GUARDRAIL PUNCH $41 12 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $40 71 1T 5D BL HORIZONTAUDIRECTIONAL DRILL LOCATOR $40 71 1T 5D BL HORIZONTAUDIRECTIONAL DRILL OPERATOR $41 12 1T 5D BL HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $38 42 1T 5D BL HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $40 71 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $41 59 1T 5D BL LOADERS,OVERHEAD(8 YD&OVER) $42 13 1T 5D BL LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $41 12 1T 5D 8L LOCOMOTIVES,ALL $41 12 1T 5D BL MECHANICS,ALL $41 59 1T 5D 81. MIXERS,ASPHALT PLANT $41 12 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $41 12 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $40 71 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $41 59 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $38 42 1T 5D 8L OPERATOR PAVEMENT BREAKER $38 42 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $41 12 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $40 71 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $38 42 1T 5D 8L POWER PLANT $38 42 1T 5D 8L PUMPS,WATER $38 42 1T 5D 8L Page 6 i 1 KING COUNTY Effective 08-31-05 +++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HDA1 $41 59 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41 59 1T 5D 8L EQUIP RIGGER AND BELLMAN $38 42 1T 50 8L ROLLAGON $41 59 1T 5D 81. ROLLER,OTHER THAN PLANT ROAD MIX $38 42 1T 5D 81. ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $40 71 1T 5D 8L ROTO-MILL,ROTO-GRINDER $41 12 1T 5D 8L SAWS,CONCRETE $40 71 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41 12 1T 50 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $41 59 1T 50 BL OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $40 71 1T 5D 81. SCREED MAN $41 12 1T 5D 8L SHOTCRETE GUNITE $38 42 1T 5D 8L SLIPFORM PAVERS $41 59 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $41 12 1T 5D 8L SUBGRADE TRIMMER $41 12 1T 5D 8L TOWER BUCKET ELEVATORS $40 71 1T 5D 8L TRACTORS,(75 HP&UNDER) $40 71 1T 5D 8L TRACTORS,(OVER 75 HP) $41 12 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41 12 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $41 59 1T 5D 8L TRENCHING MACHINES $40 71 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $40 71 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $41 12 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41 12 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $38 42 1T 5D 8L YO YO PAY DOZER $41 12 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33 88 4A SA SPRAY PERSON $32 16 4A 5A TREE EQUIPMENT OPERATOR $32 59 4A 5A TREE TRIMMER $30 31 4A 5A TREE TRIMMER GROUNDPERSON $22 76 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $49 71 IIG 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27 05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $40 29 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 14 1H 5G Page 7 KING COUNTY Effective 08-31-05 •xrex�**•**r***x*+*x+•x..*,r.*,r.x.+�:..:.■�.�,r,tx�*****.*,r.**.�:.�:�..:e..x.+�..�..::.<+:.::..�.��.x..:ter.�+�.x�r�x* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $1836 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $49 71 1 G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 04 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $26 76 1 B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $38 43 1B 5A ROOFERS JOURNEY LEVEL $34 53 1 R 5A USING IRRITABLE BITUMINOUS MATERIALS $37 53 1R SA SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $48 22 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 04 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $50 24 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $28 92 2B 5A HOLE DIGGERIGROUND PERSON $16 22 2B 5A INSTALLER(REPAIRER) $27 74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26 90 2B 5A SPECIAL APPARATUS INSTALLER 1 $28 92 2B 5A SPECIAL APPARATUS INSTALLER II $28 34 2B 5A Page 8 KING COUNTY Effective 08-31-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $28 92 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $26 90 28 5A TELEVISION GROUND PERSON $15 39 2B 5A TELEVISION LINEPERSON/INSTALLER $2045 2B 5A TELEVISION SYSTEM TECHNICIAN $24 32 2B 5A TELEVISION TECHNICIAN $21 88 2B 5A TREE TRIMMER $26 90 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $38 43 1 B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $32 26 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33 40 1 K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $37 94 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $38 52 1T 5D 8L DUMP TRUCK $3794 1T 5D 8L DUMP TRUCK&TRAILER $38 52 1T 5D 8L OTHER TRUCKS $38 52 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17.68 1 Page 9 LARGE MAPS BOX IN CITY CLERK'S OFFICE /oz FACILITIES MANAGEMENT Char;es Lindsey Superintendent 220 4ch Avenue South Kent, WA 98032 Fax 253-856-6080 PHONE, 253-856-5080 September 28, 2007 Len Sundstrom LW Sundstrom PO Box 893 Ravensdale, Wa. 980S1-0893 RE: City Hall Campus Project Dear Len Sundstrom: I have made a final inspection of the Kent City Hall Campus Project and found that the project is completed to my satisfaction. This letter serves as final acceptance of the public works project effective as of September 28, 2007. The one-year warranty period will remain in effect through September 28, 2008. Please make sure that all necessary State documents have been completed and filed. If you have any questions, please call me at (253)856-5082. Sincerely, Mike Hattrup, Project Coordinator C: Jeff Watling, Parks Director Recreation & Community Services Chauntelle Kristek, Project Accountant MH/rg City of Kent Parks, Recreation & Community Services Jeff Watling, Director